HomeMy WebLinkAbout061955-FP1 - Construction-Related - Contract - Jackson Construction, Ltd.NN Coded 01.21.26
Department FW060-Non-PO
Supplier ID: 0000008063
Supplier Name: Jackson Construction LTD
Remit Address: 5112 Sun Valley Dr., Fort Worth TX 76119
Invoice No. 61955-FP1 �� RT �VO RT H
Invoice Date: ##/##/####
FID 56019-2060000-103414-RETAIN �-@- ��
Amount: $128,140.10
WATER DEPARTMENT
NOTICE OF PROJECT COMPLETION
csc rr�. 61955-FPi
Regarding cont�act 61955 Walnut Creek Sanitary Sewer Ph 2 as requued by die Water Department as
approved b3� City Council on 8/43/24 through M&C 24-0682 the Assistant Duector of the Water
Department, upon the recommendation of die Engineering Mana�er, Water Engineering and Fiscal
Services Division, has accepted the project as complete.
Original Contract Prices:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Worlc Completed:
Less Deductions:
Liyuidated Damages:
Other Deductions (see comments):
Total Deduction Amount:
Total Cost of Work Completed:
Less Previous Payments:
Final Payment Due:
l `��� ��U v �ti
Recomrn�ended for Acceptance
Assistant Director, Water Department
CGc�1J'tD,�G��� ffG%��f��
Christopher Hard r(Jan 30, 2026 15:33:12 CST)
Accepted
Director, Water Department
$ 2,792,412.00
$0
$ 2,792,412.00
$ 2,566,302.00
0 Days @ $ b00.00 / Day
$ 0.0
$ 2,566,302.00
$ 2,437,986.90
$ 128,315.10
r '
i � z� ?�
; ;
Date
O1/30/2026
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
- ._ .��_ .'�r'_ '` �:-� �_. '"J --_'r. 'T_' � '_ Y.. k - ' _�.,. , j ' ,-�1 . � l, ♦ , - •
, _ 1 . ti . . ! ... � t s . " . . � . _ !� .. � .
FQ RT W4 RT H '�°.'2,26,25
�.�--�.,.�-
FINAL STATEMENT OF CONTRACT TIME
STATEMLNT NO.: � � AND FINAL
NAME OF PROJECT': Walnut Creek Sanitary Sewer Intercebtor Extension
PROJECT NO.: 103414-2 DOE NO.: N�q CONTRACTOR: Jackson
P�RIOD FROM: � 2/01/25 T0� 12/�_ FINAL INSP�CTION DAT�: 12/02/25
WORK ORDER L+'FFECTIVE: 02/10/25 CONTRACT TIME: DAY Or O WD �(CD
DAY OF �AYS I R�ASON FOR DAYS I DAYS I�ASON FOR DAYS
MONTFI DURING I CREDITED M�N�j� I C DURING I
CREDITED
1• Man � 16.
2. Tues � 17.
3. 18.
4. 19.
5. 20.
6. 21. - - - - -- -
7. 22.
8. 23.
. ____--_ _---- .
9. 24.
_ ._ _. - -- --- -- ----
10. 25.
11. 26. --
12. 27.
. _ ____. _ _ __ _-- - --
13. 28.
-- __ —_ _ - - _
14. 29.
15. 30.
31.
SAT, SUN, & RAIN, TOO WET, UTILITIES pTHERS * DAYS TOTAL
I30LIDAYS & TOO COLD I2�LOCATIONS C�IARGED DAYS
T�s o 288 288
PERIOD
PR�VIOUS 2 2 2
P�RIOD
TOTALS 2 29� 29�
TO DATE
*REMARKS: ,
,+
1
..� ___--- -- _ _ _--- ���`'��" , % '� /�.�
d J
CONTRACTOR DATE �' INSPECTOR DATE
The City of Fort Worth • 100 Fort Worth Trail TX. 76102
(817) 392 -8275
�
Jackson Construction LTD
Item # Description
Unit 1.006 �1� PVC ASTM F679 Se�@ r Pipe (and 18" MJ Piuq)
Unit 1.007 Epoxy 5' Manhole Liner (VJarren or Chesterton Systems)
Unit 1.008 5' Manhole
Unit 1.009 5' Extra Depth Manhole
Unit 1.010 Manhole Vaccum Testinp
Unft 1.011 Concrete Collar
Unit 1.0'I2 Manhole Vent and Odor Controi Assembiy
Unit 1.0'13 T2ffic Control
Unit 1.014 Post-CCN Inspection
�Unit 1.015 Exploratory Excava5on of Existinq Utilities
�Unit 1.016 Ground Wa(gr Control
Unit 1.017 �ench Safety
Unit 1.018 UtiliN Markers
Unit 1.019 Remove Fence
�Unit 'I.020 Concrete Encase Sewer Pipe
Unit 1.021 SWPPP = 1 acre
�Unit'1.022 Smooth �re F&nce, Metal Posts
Unit �.023 16' Gate, Steel (4' Hiph -TxDOT Type 1)
Unit �.024 4" Topsoil Import
Unit 1.025 �Seedinp, Hydromulch
�Unit 1.026 12"-18" Tree Removal
Unit'1.027 24" and Larqer Tree Removai
Unit 1.028 ?ree Protection Fencinq
Unit 1.029 1'ree Protection
Unit 1.030 � Temporary Construction Fencinq (5 Wire, Steei Post)
Unit 1.031 edium Stone Riprap, dry
Unit 1.032 �onstruction Stakinp
Unit'1.033 edline Survey
Unit 1.034' Construction Ailowance
Unit 1.1B 24" Sewer Carrier Pipe (Fiberglass SN 72)'
Unit 126 24" Fiberqiass SN72 Sewer Pipe, CLSM Backfitt'
Unit'I.36 24" Fberqiass SN72 Sewer Pipe'
Unit 1.46 27" Fiberqiass SN72 Sewer Pipe'
Unit 1.SA 42" Casing BV Other Than Open Cut'
Total
CSC# 61955
UoM Unit Cost Original QlY Original $55 Revised QTY Revised S$S QTY Completed
dk
VF
EA
�
LS
LF
EA
LS
�
LF
CY
LS
EA
SY
SY
EA
EA
LF
EA
LF
SY
LS
LS
LF
LF
LF
LF
LF
$ 285.00
$ 650.00
$14,000.00
$ 300.00
$ 200.00
$ 1,000.00
$18,000.00
S 4,0�0.00
S 3.00
$ 1,500.00
$ 7.500.00
$ 2.00
$ 300.00
$ 4.00
5 1.000.00
$ 35,000.00
$ 25.00
� Z,000.00
� 3.00
� 2.00
� 1,500.00
5 3.000.00
$ 2.50
$ 250.00
$ 14.00
� �oo.00
$'I 2,000.00
$ 2,627.00
� 219.00
$ 323.00
$ 196.00
$ 289.00
� 1,615.00
10.00
136.00
10.00
n.00
10.00
10.00
4.00
'I .00
5,550.00
7.00
1.00
5,292.00
27.00
683.00
127.00
1.00
603.00
5.00
51,500.00
5'1,500.00
1.00
1.00
320.00
7.00
10,800.00
s2s.00
1.00
'I .00
218.00
610.00
4,472.00
2'10.00
218.00
$ 2,850.00
$ 68,400.00
3 140,000.00
$ 23,'100.00
$ 2,000.00
� 10,000.00
� 72,000.00
� 4,000.00
$ '16,650.00
$ 10,500.00
$ 7,500.00
$ 10,584.00
5 8,100.OD
$ 2,732.00
$ 127,OOD.OD
S 35,000.00
$ 15,075.00
$ 10,000.00
s �sa,soo.00
$ 103,000.00
5 1,500.00
� 3,000.00
$ 800.00
S 1,750.00
$ 151,200.00
$ s2,soo.00
$ 12,000.00
$ 2,627.00
5 150,000.00
$ 47,742.00
S '197,030.00
$ 876,512.00
S 60.690.00
5 352,070.00
$ 2,792,412.00
10.00
136.00
10.00
77.00
10.00
10.00
4.00
1.00
5,550.00
7.00
1.00
5,292.00
27.00
683.00
127.00
1.00
603.00
5.00
5'1,500.00
51.500.00
1.00
1.00
320.00
7.00
10,800.00
925.00
1.00
1.00
218.00
610.00
4.472.00
2'10.00
218.00
� 2.850.00
$ 88,400.00
S 140.000.00
S 23,'100.00
$ 2,000.00
� 10,000.00
$ 72,000.00
$ 4,000.00
� 16.650.00
$ '10,500.00
� 7,500.00
5 10,584.00
$ 8,100.00
$ 2,732.00
$ '127,000.00
$ 35,OOD.00
S 15,075.00
$ 10,000.00
s �sa,soo.00
$ 103,D00.00
� 1,500.00
$ 3,000.00
$ 800.00
$ 1,750.00
$ 151,200.00
$ 92,500.00
$ 'I2,000.00
$ 2,627.00
� 150,000.00
$ 47,742.00
$ 197,03�.00
S 876,512.D0
S 60,690.00
5 352,070.00
S 2,792,412.00
'10.00
137.70
'10.00
77.00
10.00
10.00
4.00
1.00
5.550.00
7.00
1.00
5,292.00
27.00
300.00
127.00
1.00
126.00
5.00
5 � ,500.00
51.500.00
1.00
,.00
6,166.00
925.00
7.00
1.00
z2o.00
610.00
4,472.00
210.00
220.00
3
$
�
$
$
S
S
�
$
$
S
�
S
$
S
�
3
$
s
5
$
i
S
S
S
S
s
S
5
s
S
S
S
�
5
Totai Work
Completed
2, 850.00
89,505.00
140.000.00
23,100.00
2,000.00
10,000.00
72,000.00
4,000.00
'16,65D.00
'10,500.00
7,500.00
10,584.00
8.100.00
1,200.00
�27,000.�0
35, 000.00
3,150.00
10.000.00
isa,soo.00
'I 03,000.00
1,500.00
3,000.00
86,324.00
92,500.00
12,000.00
2,627 00
as.�ao.00
197,030.00
876,512.00
60,690.00
355,300.00
2,566,302.00
Walnut Creek SS Extension
Retainage
� 142.50
$ 4,475.25
� 7.000.00
$ 1,155.00
S 1 D0.00
$ 500.00
5 3.600.00
5 200.00
5 832.50
$ 525.00
$ 375.00
S 529.20
S 4D5.00
5 60.00
5 6.350.00
S 1,750.00
$ 157.50
5 500.00
s �,�2s.00
5 5,150.00
� 75.00
$ 150.00
� -
$
$ 4,316.20
$ 4,625.00
$ 600.00
$ 131.35
$ -
S 2,409.00
5 9.851.50
$ 43,825.60
5 3,034.50
$ 17,765.00
S 128,315.10
Net Paid
$ 2,707.50
� 85.D29.75
5 133,000.00
� 2'1,945.00
$ 1,900.00
S 9,500.00
$ 68,400.00
S 3,800.00
$ 15,8'17.50
� 9,975.00
$ 7,125.00
S 10,054.80
S 7,695.00
$ '1,140.00
$ 120,650.00
5 33,250.00
$ 2,992.50
� 9,500.00
� �as.ns.00
S 97,850.00
$ 1,425.00
$ 2,850.00
� -
S -
5 82,007.80
5 87.875.00
^� 11,400.00
S 2,495.65
S -
$ 45,771.00
5 187,178.50
S 832,686.40
$ 57,655.50
S 337.535.00
S 2,437,986.90
CPNR 103414 1/ 1 1/26/2026
Original Contract
Change Orders
Revised Contract
Total Work Completed
Less Deductions
Liquidated Damages
Other Deductions
Total Work Completed
Less: Prior Payments
Total Amount Due
$ 2,792,412.00
$ -
$ 2,792,412.00
$2,566,302.00
$ -
$ -
$ 2,566,302.00
$ 2,437,986.90
$ 128,315.10
R
�ORT�VORTH
�
Water DePartment
PIPE I2EPORT rOR:
PROJCCT NAMG: Walnut Creek SS Intercepter Extension
CITY PROJ�CT NUMB�R: 103414-2
� WATER
PIPC LAID SIZ� 'I'YPC OF' PIPG
No
FIR� HYDRANTS: N/A
PIP� ABANDONGD
No
PIPG R�MOVCD
No
D�NSITI�S:
N�W S�RVIC�S:
�
PIP� LAID
Open Cut
Open Cut
SIZ�
��ra.d
VALV�S (16" OR LARG�R)
TYP� OI+ PIP�
PIP� ABANDON�D
D�NSITIGS:
N�W S�RVIC�S:
No
TYP� Or PIP�
S�W�R
SIZ� TYPE Or PIPG
24" Fiberglass
18' PVC
SIZ� TYP� OI' PIPG
Yes
rort \�/oith VUatcr Dcpartment
The City of Fort Worth • 100 Fort VUorth Tr. 76102
C�l�l
LF
LF
LF
5510'
10'
Lr
Fo �x �Vo RT x
�
Date: 01/22/26
RE; Acceptance Letter
Project Name: Walnut Creel< Sanitary Sewer Interceptor Extension Ph 2
Project Type: Installation of 24" & 18" Sewer
Project No: 103414-2
Contract No: 61955
To Whom It May Concern:
On December 2nd 2025 a final inspection was made on the subject project There were
no pu nch list items identified at that time. The final inspection indicates that the work meets
the City of Fort Worth specifications and is therefore accepted by the City, The warranty period
will start on which is the date of the final inspection and will extend of two (2) years in
accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me
at (g17) 392- 6054
Sincerely,
6 n S � `' �,
.�
Tony Sholola, P.E., Assistant Director, Water Department
TS /
Cc: Chris Harder, P.E., Director, Water Department
Laura Wiison, P.E. Deputy Director Water Department
I<C Preeti P.E. Project Manager
Victor V. Tornero Jr., P.E.,Sr. Capital Projects Officer"
Wade Miller, Construction Manager
John Robinson, Inspection Supervisor
Stephen Martinez, Construction Inspector
Carmen Dral<e, Senior inspector
I<imley Horn, Consultant
Jacl<son Construction, Contractor
FORT WORTH
. � � ,
Water DeparM�ent Conti•actoi•s
�valuation of the City
1) PROJGCT INrORMATION
Nnn7e ojConrrnclor
Jacicson Construction
lnspeclor
Stephen Mactinez
Cil�� Projecl N+�u�Ger Project Di�ciJlp
Q Simple Q Routine Q Complex
lnirinl CoiUr�rc( il n�onnt
2,792,412.00
II) P�RrORMANC� �VALUATtON
_ ! '1
0- Inadequate 1- Deficient 2- Standacd 3- Good 4- Excellent
GLGMENT I RATING ELEMENT
(o-�)
IRATING
�o-a�
INSP�CTION �VALUATION PLANS & SP�CIFICATIOiVS
1 Availability of Inspector � 1 Accuracy of Plans to Existing Couditions f�
2 ICnowledge of Inspector _ 2 Clarity & Suf'ficiency of Details ___ ___
3 Accuracy of Measured Quantities 3 Applicability of Specifications _ ___�,
4 Display Of Professionalism I 4 Accuracy of Plan Quantities 1��
S Citizeu Complaint Resolution PROJ�CT MANAG�R �VALUATION
6 Performance - Setting up Valve Crews, Labs __� _j�� 1 I<nowledge And/Or Probleni Resolution ��:;�
ADMINISTRATION 2 AvailaUility of Project Manager �_ __�
1 Change Order Processing Time l,� � 3 Communication �
2 Timliness of Contractor Payments � 4 Resolution of Utility Conflicts �
3 Bid Opening to Pre-Con Meeting Timefi•ame _ ��/' __
III) COMM�NTS & SIGNATUR�S
COA4A�IGNTS
Signature Contractor
Signat�n•e Inspector
Signatuce Inspector's Supe�visor
REV:12/2G/25
Date: � 11/17/2025
Projecl Na�nc
Walnut Creelc SS Interceptor Extension Ph 2
Projeci Aln��nger
ICC Preeti
7ppe oJContr�rcl
❑ Water � Waste Water ❑ Storm Drainage ❑ Pavement
Finn! Conlrncl Aniounl
2,566,302.00
u
The City of Fort ��/oxth • 100 Fort 1�/octh Tr. T17G102
817-392-8275
FORTWORTH
,�
Capital Projects Deliveiy, Water Department
Perforinance of Contractors Evaluation
I) CON"TRACTOR & I'ROJ�CT DA'fA
Nanie of Conb•nclor
I Jacicson Construction
IVnlcr Gugirreering Inspecla•
Stephen Martinez
IVnler Cngineering btspeclor
Q Water [� Waste Water ❑ Storm Drainage Q Pavement
Ilnilinl Conn•acl ilmounl
2,792,412.00
Fi�inl Conlrncl Amounl
2,56G,302.00
Rev: ia�a�ias
Projed Nnnie
Walnut Creelc SS Iuterceptor Extensiou Pli 2
CSC NuniGer
G1955
Projecl A•Inn�ger
ICC Preeti
Projecl Di�c�dry
Q Simple 0 Routine � Compiex
Dale
11�1%�2�2$
II) P�RI'ORMANC� �VALUATION
�0 - Inadequale 1- Deficient 2- Stand�rd 3- Good 4- Excellent
�ELEMENT WE[GHT ( x ) APPL[CABLE (Y / N)
I SubmissionofDocuments 2 Y
�2 Public Notifications 5 Y
�3 Plans on Site 5 Y
�4 I'ield S��pervision IS Y
5 Work Perfonned l5 Y
6 rinished Product IS Y
7 JoU Site Safety 15 Y
8 Traffic Control Mainte���nce IS Y
�9 Daily Clean Up 5 Y
10 Citizen's Compinint Resolution 5 Y
1 1 Property Itestoration 5 Y
12 After I-Iours Response 5 Y
13 Project Completion 5 Y
III) CONTRACTOR'S RATING
RATING (0 - 4) MAX SCORE
4 8
4 20
�I 20
4 GO
4 GO
4 GO
4 60
4 GO
4 20
a ao
4 20
4 20
4 20
TOTAL GLCMEN7' SCOIt� (A)
BONUS POINTS (25 Maximum) (B)
7'O"1'AL SCORG (TS)
M�ximu�u Score (MS) = 4d8 or sum of applicable element score ma�imums tivhicl� = 4d8
I2ating ( ITS / NIS] * 10�%) 448 / 448 = 100%
Pcrformance Catcgory Excellent
<20% = L�ndequ�Ae 20% to <d0% = Defrcienl 40% to <60% = Stm�drn�d 60% to <80% = Good >_80% = L�•ce/lenl
Inspector's Commenfs (1NCLUDING C\PLANATION OP' I30NUS POINTS A�VARDCD)
Signature Inspector
���//!;/�i'// l-�t-1
i �
Signatuce Contractor
Capital Projects Delivery, ��/ater Department
The Ciry of Fort Worth • 100 Foct \Vorth T�, 7G102
SCOR�
v
���
.,=1<5
/�1��
,/O
/ O
� %a �
� 0�
��
�(�
; ��
�C�
d48
������'�i���ji� - —
(817) 392 -8275
CONS�NT OF
SURETY COIVIPANY
TO FINAL PAYMENT
AtA DOCUMENT G747
PROJECT:
(name, oddress)
TO (Ownor)
Bond No. 1110382
ARCHITGCT'S pROJECT N�:
'City of Fort Worth � CONTRACT FOR: Walnut Creek Sanitary Sewer Interceptor
200 Texas St. Extension - Phase 2
Fort Worth, TX 76102
CONTRACT DATG:
� �
CONTRACTOR: Jacl<son Construction, Ltd.
5112 Sun Valley Drive Fort Worth, TX 76119
In accordance wilti the provisions of the Contract between the Owner and the Contractor as indicated above, the
(hore insert nAme end address of Surely Company)
The Hanover Insurance Company
440 Lincoln Street , Worcester, MA 01653 , SURETY COMPANY,
on b011d of (liero Insert nama end addross of Coniraclor)
Jac{cson Construction, Ltd.
5112 Sun Vafley Drive Fort Worth, TX 76119
,CONTRACTOR,
hereby approvos of the finai payment to ihe Contractor, and agrees that final payment to the Contractor shall not
relieve lhe Surely Company of any of (ts obl►gaUons to �nere inse�t narne and addross or ov�ner�
City of Fort Worth
200 Texas St. Fort Worth, TX 76102 , OWNERS,
as set foril� in tf�e said Surety Company's bond.
IN WITNESS WHEF2EOF,
lhe Su�ely Company has hereunto set its hand thfa
Attest•
13th day of November, 2025
The Hanover Insurance Company
Surety Company
�i1 �`� 1,�
S(gnature of�horized Representative
(Seal): Clay Aikman, Surety Witness Misty Witt, Attorney-in-Fact
Title
NOTk: This form Is lo be usod as e companlon document to AIA DOCUMENT G706, CONTRACTOR'S AFPIp�ViT OF PAYMENT OF pEB7S AND
CLNMS, Curreni Edillon
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
AIA DOCUlAENT G707 • CONSENT OF SURETY COMPANY TO FINAI PAYMENT • APRIL 1�J70 EOITION • AIAm ONE PAGE
m 1970 � THE AMERICAN INSTITU7E OF ARCI�ITEC7S. 1735 NEW YORK AVE., NW, WASHING70N, D.C. 20008
THE HANOVERINSURANCE COMPANY
MASSACHUSETTS BAYINSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OF ATTORNEY
THIS Power of Attorney Ilmits the acts of those named hereln, and tliey have no au(hority to bfnd the Company except tn tfie manner and to the
extent herein stated.
KNOW ALI. PERSONS BY THESE PRESENTS:
That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, bolh being corporallons organized and exisling under lhe
laws of tha Stala o( New Hampslilre, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and exisling under the laws of the State of
Michigan, (hereinafter individually and colleclively lha "Company") does heroby consillule and appoint,
Jack M. Crowley, Laurie Pflug, Misty Wltt, Hoily Clevenger andlor Cittfstfne Ciinger
Of Wlllis Towers Watson insurance Services West, lnc of Dailas, TX each individually, if there be more ihan one named, as its true and lawful altorney(s)-In-facl
to sign, execute, seal, acknowledge and deliver for, and on ifs behaiF, and as Ils act and deed any place wilhin Ihe United Slales, any and all surely bonds,
recognizances, undertakings, or other surely oblic�ations. Tl�e execution of such surety bonds, recoc�nlzances, underlakings or surety obligatlons, In pursuance of
these presents, shall be as �inding upon lhe Company as if lhey had heen duly signed by the president and attested by the secrelary o( Iha Company, in lheir own
proper persons. Provided however, lhat lhis power o( altorney limils llie acls of lhose named hereln; and lhey have no authority to bind lhe Company except in Ihe
manner slaled and to the exlent of any Iimitatlon stated below:
Any such obilgations in the United States, not to exceed Fifty Million a�id No/100 ($50,000,000) in any sii�gle tnstance
That tiiis power is mado and oxecuted pursuant to Iho authorily of the ioliowing Resol�tfons passed by liio Board of Directors oisald Company, and said Resolutions
remaln in full force and effecl:
RESOLVED: That Ihe President or any Vice Presfdent, in conJunction with any Vice President, be and ihey hereby are authorized and empowered to
appolnt Attorneys-In-fact of the Company, In its name and as it acts, to execule and acknowledge for and on its behalf as surety, any and all bonds,
recognizances, contracts of indemnity, waivers of citation and all olherwritings obligalory in the nature tl�ereoF,wlth power to aUach thereto the seal of lhe
Company. Any such wrilings so exocuted by such Atlorneys-in-facl shall 6e 6fnding upon lhe Company as if they had been duly exacuted and
acknowledged by Ihe regularly elected officers of the Company In Ihelr own proper persons.
RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers oF Attorney and certi(ication in respect Ihereto, granted and
executed by the President or Vlce President in conjunction willi any Vice President of lhe Company, shall be binding on Ihe Company lo lhe same extenl
as iFall signatures Ihereln were manually affixed, even though one or more of any such signalures thereon may ba facsimlle. (Adopted Oclober7,19B1—
The Hanover Insurance Company; Adopted April 14, 1982 —Massachusetis Bay Insurance Company; Adopted September 7, 2001— Citizens Insurance
Company ot America and affirmed by each Company on March 24, 2014)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY
OF AMERICA have caused these presenis to be sealed wilh thefr respective corporate seals, duly altested by hvo Vice Presfdenls, this 22nd day of April 2025
�AY y �` y.fF1'� '
���,,,AAA��..wM� � �,J!yl / ���f=� v4j4\+
jT ��1 Q, I �� � �IIOf� 'i,i
v�� � �.�.��.�'
7hc llanu�•c� Insur�ncc Compan�
rinsaachuselle Rny Imurnncc Compqny
Cllizens Ineur�ncc Compqny.nfAmcrica
J a H. Kawlookl, co Pro� den�
7'lic Ilauo��cr Insuruncc CompAn��
11 nchuaetu Ony Insurance Company
f�ti ns Insu nncc Company otAmerlcn
Ilon M, Mendoza, Vlce President
STATE OF CONNECTICUT )
COUNTY OF HARTFORD ) ss.
On this 22nd day of Aprii, 2025 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company,
Massachuselts Bay Insurance Company and Cilizens Insurance Company of America, to me personally known to be ihe Individuals and oKcers described herein,
and acknowledgad Ihat the seals a�xed to the preceding Inslrument are the corporate seals of The Hanover Insurance Company, Massachusells Bay Insurance
Company and Cilizens Insurance Company of America, respectively, and that the said corporate seals and lhelr signatures as officers were duly affixed and
subscribed to said inslrument by lhe authority and direction of said Corporations.
� 1CATHLEEN M. SIRAiiD
�—�, No1�my Public
II I�p 1[Comnwnwaolth of Ma�sathuaetts
�11[/� M�r Commiuton Expires
���'� S�ptsrob�r 2, 90�7
�
a 1 aen M,Sirard, No a` uhllc
My co mlesion expires, S tember 2, 2027
I, the underslgned Vlce Presidenl of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Cltizens Insurance Company of America,
hereby certify that the above and foregoing ts a full, true and correct copy of ihe Original Power of Attorney (ssued by said Companies, and do hereby furtherceriify
thal the said Powers of Attorney are still In force and effect.
GIVEN under my hand and the seals o( said Companies, al Worcester, Massachusetts, tliis 13ti1 day of NOvenlbec 2025
CERTIFIED COPY
The �n e In�urance .ompa
Mr rc U Day Int pnny
CI ua �ura �cc Am
ohn Ro�rnld<r, Vicc 1'raldcnl
������
CONSTRUCTI � N LTD.
5I I 2 SUN'VALLEY D IVE
FORT WOR7H, TX 761 19
� 7EL 817-572-3303
FAX: 8 I 7-478-0443 . .
AFFIDAVIT
STATE OF TEXAS
COUNTY Or TARRANT
Hefore me, the undersigned authority, a notary public in the state
and county aforesaid, on tliis day personally appeared Troy L. Jackson,
President Of �ackson Conshuction, Ltd, known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
. That all persons, firms, associations, corporations, or,other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Waith has been paid in full;
That there are no claims pending for persorial injury and/or
property damages;
On Contract described as;
Walnut �reek Sanitary Sewer Interceptor Extension - Ph 2
BY � ��j � L�2%�I/Gl�fil �
. `/`/ . Jackso Presideht
, , Troy n,
Subscribed and sworn before me on this date 13th of November, 2025..
• � Notary Pub ic . ,
� Tarrant, Texas .
o"'�va"'�•,y CARMEN l.. ESTEP . .
�,o��,`.., �
�r; ,� � Notary Public. State oi Texas
'%'��� ' Comm. Explres OA-08-2028 �
'�. .�,
'�.'�'„������`� � Notery ID 2910811 .
�' ,
�
i _ � _ • _ _ � _ _ � _ � — �- .�
��, —