Loading...
HomeMy WebLinkAbout059982-FP1 - Construction-Related - Contract - Jackson Construction Ltd.-FP1 City Secretary 59982 Contract No. FORT WORTH,., Date Received 3/12/2026 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Tobias Place City Project No.: 104117 Improvement Type(s): Water ❑x Sewer Fx Original Contract Price: $1,412,317.00 Amount of Approved Change Order(s): $38,003.80 Revised Contract Amount: $1,450,320.80 Total Cost of Work Complete: $1,450,320.80 Ca'VWe4 EJte� carmen Esleo (Feb 2, L 0 1989 CST) Contractor Office Manager Title Jackson Construction Ltd. Company Name -'�X5 Project Inspector Project Manager J�� CFA Manager Lauren Prleur (Mar 12. 2026 12:46:35 CDT) TPW Director 02/27/2026 Date 02/27/2026 Date 03/12/2026 Date 03/12/2026 Date 03/12/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Tobias Place City Project No.: 104117 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety L Statement of Contract Time Contract Time: 427 WD Days Charged: 429 WD Work Start Date: 11/16/2023 Work Complete Date: 11/24/2025 Completed number of Soil Lab Test: 541 Completed number of Water Test: 0 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TOBIAS PLACE Contract Limits Project Type WATER & SEWER City Project Numbers 104117 DOE Number 4117 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date For Period Ending 11/24/2025 WD Project Manager NA Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors AGUIL,LON / WATSON Contract Time 427 WD Days Charged to Date 429 Contract is 100.00 Complete Wednesday, February 18, 2026 Page I of 5 City Project Numbers 104117 Contract Name TOBIAS PLACE Contract Limits Project Type WATER & SEWER Project Funding UNIT L• WATER IMPROVEMENTS Item Description of Items No. ----------------- 1 10' WIDE ASPHALT PVMT REPAIR, ARTERIAL 2 CONC PVMT REPAIR, ARTERIAL/INUSTRIAL 3 6" CONC CURB ABD GUTTER 4 101" WATERLINR LOWERING 5 TRENCH SAFTEY 6 24" CASING BY OPEN CUT 7 TRAFFIC CONTROL 8 REMOVE WATER SERVICE (CO#2) 9 SALVAGE 1" WATER METER (CO#2) 10 CONC PVMT REPAIR, RESIDENTIAL (CO#2) 11 REMOVE EX FH AND INSTALL HEW SUPPLIED FH DOE Number 4117 Estimate Number 1 Payment Number I For Period Ending 11/24/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ---------------------- 140 LF $225.00 $31,500.00 140 $31,500.00 10 SY $220.00 $2,200.00 10 $2,200.00 10 LF $130.00 $1,300.00 10 $1,300.00 5 EA $17,265.00 $86,325.00 5 $86,325.00 I LS $250.00 $250.00 1 $250.00 45 LF $415.00 $18,675.00 45 $18,675.00 1 MO $4,000.00 $4,000.00 1 $4,000.00 1 EA $2,600.00 $2,600.00 1 $2,600.00 1 EA $100.00 $100.00 1 $100.00 140 SY $220.00 $30,800.00 140 $30,800.00 1 LS $3,000.00 $3,000.00 1 $3,000.00 -------------------------------------- Sub-Total of Previous Unit $180,750.00 $180,750.00 UNIT If: SANITARY IMPROVEMENTS Item Description of Items No. ---------------- 1 SANITARY LINE GROUTING 1 REMOVE 8" SEWER LINE (CO#2) 2 REMOVE 12" SEWER LINE 3 12" SEWER ABANDOMENT PLUG 4 REMOVE 4' SEWER MANHOLE 5 10' WIDE ASPHALT PVMT REPAIR, ARTERIAL (JENNINGS AVE) 6 ASPHALT PVMT REPAIR BEYOND DEFINED WIDTH, ARTERIAL (JENNINGS AVE) 7 TEMPORARY ASPHALT PAVING REPAIR (BUTLER ST & ALLIES) 8 CONC PVMT REPAIR, HES ARTERIAANDUSTRIAL 9 TOPSOIL 10 UTILITY SERVICE SURFACE RESTORATION SEDDING Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ---------------------- 20 CY $500.00 $10,000.00 20 $10,000.00 33.5 LF $10.00 $335.00 33.5 $335.00 45 LF $10.00 $450.00 45 $450.00 4 EA $100.00 $400.00 4 $400.00 2 EA $3,500.00 $7,000.00 2 $7,000.00 250 LF $215.00 $53,750.00 250 $53,750.00 170 SY $115.00 $19,550.00 170 $19,550.00 85 LF $38.00 $3,230.00 85 $3,230.00 100 SY $215.00 $21,500.00 100 $21,500.00 34 CY $65.00 $2,210.00 34 $2,210.00 405 SY $9.00 $3,645.00 405 $3,645.00 Wednesday, February 18, 2026 Page 2 of 5 City Project Numbers 104117 DOE Number 4117 Contract Name TOBIAS PLACE Estimate Number 1 Contract Limits Payment Number 1 Project Type SANITARY For Period Ending 11/24/2025 Project Funding I I PRE -CCTV INSPECTION 700 LF $6.00 $4,200.00 700 $4,200.00 12 PRE -CCTV INSPECTION 813 LF $10.00 $8,130.00 813 $8,130.00 13 MANHOLE VACUUM TESTING 10 EA $200.00 $2,000.00 10 $2,000.00 14 BYPASS PUMPING I LS 5125,000.00 $125,000.00 1 $125,000.00 15 TRENCH SAFETY 686 LF $2.00 $1,372.00 686 $1,372.00 16 CONCRETE COLLAR FOR MANHOLE 4 EA $1,125.00 $4,500.00 4 $4,500.00 17 TRENCH WATER STOPS 7 EA $900.00 $6,300.00 7 $6,300.00 18 CONCRETE ENCASEMENT FOR UTILITY PIPES 0 CY $250.00 $0.00 0 $0.00 (CO#1) 19 IMPORTED EMBEDMENT/BACKFILL, CSS 10 CY $200.00 $2,000.00 10 $2,000.00 20 IMPORTED EMBEDMENT/BACKFILL, SELECT 125 CY $50.00 $6,250.00 125 $6,250.00 FILL 21 20" CASING BY OPEN CUT 185 LF $395.00 $73,075.00 185 $73,075.00 22 8" SEWER CARRIER PIPE (DIP) 50 LF $290.00 $14,500.00 50 $14,500.00 23 12" SEWER CARRIER PIPE (DIP) 135 LF $545.00 $73,575.00 135 $73,575.00 24 8" SEWER PIPE (CO#2) 59.5 LF $420.00 $24,990.00 59.5 $24,990.00 25 8" DIP SEWER PIPE 20 LF $296.00 $5,920.00 20 $5,920.00 26 12" DIP SEWER, SELECT BACKFILL 65 LF $548.00 $35,620.00 65 $35,620.00 27 EPDXY MANHOLE LINER 195 VF $450.00 $87,750.00 195 $87,750.00 28 4' MANHOLE 7 EA $31,000.00 $217,000.00 7 $217,000.00 29 4' DROP MANHOLE 3 EA $29,500.00 $88,500.00 3 $88,500.00 30 4' EXTRA DEPTH MANHOLE 110 VF $200.00 $22,000.00 110 $22,000.00 31 TRAFFIC CONTROL 1 MO $4,000.00 $4,000.00 I $4,000.00 32 15" HDPE SEWER PIPE (CO#1) 0 LF $575.00 $0.00 0 $0.00 33 15" HDPE SEWER PIPE, SELECT BACKFILL 0 LF $575.00 $0.00 0 $0.00 (CO#1) 34 15" PVC SEWER PIPE, SELECT BACKFILL 206 LF $595.00 $122,570.00 206 $122,570.00 35 16" SEWER CARRIER PIPE (DIP) (CO#1) 280 LF $209.46 $58,648.80 280 $58,648.80 36 30" CASING B OPEN CUT (CO#1) 280 LF $400.00 $112,000.00 280 $112,000.00 37 15" PVC SEWER PIP, SELECT BACKFILL (CO#1) -------------------------------------- 80 LF $595.00 $47,600.00 80 $47,600.00 Sub-Total of Previous Unit $1,269,570.80 $1,269,570.80 -------------------------------------- Wednesday, February 18, 2026 Page 3 of 5 City Project Numbers 104117 Contract Name TOBIAS PLACE Contract Limits Project Type SANITARY Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 2 Change Order Number 3 DOE Number 4117 Estimate Number 1 Payment Number 1 For Period Ending 11/24/2025 $1,412,317.00 ($1.20) $33,500.00 $1,505.00 $3,000.00 Total Contract Price $1,450,320.80 Total Cost of Work Completed $1,450,320.80 Less % Retained $0.00 Net Earned $1,450,320.80 Earned This Period $1,450,320.80 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,450,320.80 Wednesday, February 18, 2026 Page 4 of 5 City Project Numbers 104117 Contract Name TOBIAS PLACE Contract Limits Project Type SANITARY Project Funding Project Manager NA Inspectors AGUILLON / WATSON Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 DOE Number 4117 Estimate Number 1 Payment Number 1 For Period Ending 11/24/2025 City Secretary Contract Number Contract Date Contract Time 427 WD Days Charged to Date 429 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Funded Net Total Cost of Work Completed $1,450,320.80 Less % Retained $0.00 Net Earned $1,450,320.80 Earned This Period $1,450,320.80 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,450,320.80 Wednesday, February 18, 2026 Page 5 of 5 W Z O O Z Z O Q a U N Q = a � d U 'O cil LO C 00 (D w r- O d w Q cr. C C) O Cl) 0Q77 N W O NO D_ N U h 2 N M Or] N N O O _ N coo) r O O HN 16 > M a O Q) O N ❑ > - .n co U F- U Z O U } Z LULLJ ) 0-1 U Q U LU 0-1 a' 0 W O Z Q F H W OU ❑ # d U 6 5 ti X N 00 )f) V N N � 0) CD co 00 00 6 6 Z Z N N C C 0 0 d d E w U Q Z U w O of d F- U } v v o N Z O O U N O U O O O O F S V o J � H N LU W O O O O N 0! U H N O N N O O N 0 o w o W w w w p e9 N 0 0 0 Uo 0 0 0 0 U � H Z_ m ip i 00 N N N N O O. U 40 N m N p O 1p ry �Ni w C O N N w N O o 0 0 o Np Z U o 0 0 o U N ❑ » w U eon .on mLn w aU LO o h h N N Z 0❑ U m ono o U a N r o ni N 41 m 'Ln w V o 0 0 Ln 0 w w w .on o U m Ln w o m N O O O m a W O O h V r 0 vi ry N W O O N O w D. O m b w m y 7 N N N d ❑ w N w Vo 0 0 0 0 0 o 0 W W N w O � U o W O ~ m N O O O O O O 0 o O O N N N O a N N m 0 N N N N ❑ U ❑ 0! W a z U W O F Q Q F W D v t=n o Z O Q F U ¢¢Z O w x ¢ Z U W U 0 7 U u) H ~ H U U ❑ j FW- ❑ C ❑ y 0! ZO o O a Z U) w OO F U O W O J Q Q F ❑ W F - w Z O j o O w U O Q w= O O O O O O O CO 0 0 0 N O O NOO.0 (p O (O r69 f9 d) 0 U 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 (n (n 0 w 0 0 en w 0 0 (» (s) U O O O U 0 0 o 0 0 O O 0� 0 `— O 0 N O c _ O O COcO N (O V i sr� �w�6a O W O O O (O O (� 0 0 014: 0 0 O Lin (Or-r0orn U� O) O IO a H � � 69 69 � ca Z D H Z W W y - O d _ d d N O 5 m O 7 a c `o � & m a d IL aU w L) ti E m n v m d w } W m o d Q o U 0 U 3 W L U Z 0 O M d N C O � U Z J a 0 W ~ zZ } U- LL W W U J J J J J Z 10 ? a0 co O Q N N N d W O N CO (n M tz O O O C. N O N O O O ❑# m O O (() 0) O CD O O? V � Lo M O O 0) Q) _ U co a) m O) O) O) M co co co a) O) W c0 N M 0) } Q — Cl) M Z Z Z d E a I } § \ ( $ � 51 e = z e « § ) � _ § k & F c « \ § \� / k k 2 ( § z � LU z / § U) § ( / 6 A/)E \ ) )§§f k 3 v!®( ) / m\ \ \ /)§U In 2 k}\ §�f z / 2)c= L E7 0 r / =2E 3 S } 2 W oZ O N O Z Z O Q IL U H N � L � _ � w U N U) cu LO C 00 O o O d W aS rIL C V O M u 3 0 N d U) r n O N c0 00 `- N co V M D O n M O r N � N O) Ln O M X U) # F U Q F Z O } Lij Z I— W W U Q U T w LLI O Z Q OU dLL U U U LL X h N O N e= M z t R N O O d W W S W M°M C W N 00 LO V N N I- N (O Cl) 00 OD Z Z N N c c 0 0 .0 L d d O UF U ui w a 0 co Z � d a� N N Q z ❑ v N v O v O U 0 V �' 0 o ON 0 0 0 0 0 0 F- 2 U Ili aR 1p/i 0 O o O J F- y o O O O O O O ry LU LLI U a ? a O U a C O N o N N o N p w N o N v ❑ o o 0 ta N O V O o O 0 O 0 O 0 (i N Z 1V N N N N d y O_ O tD t0 N tp f0 N p p �D f0 N N M IA N d ❑ O N e» O N 1A O N en � m 0 U o o O 0 o 0 0 o a 0 U ❑ w C7 U 0 U N N n O ❑ o U N M f0 M v v0i M o n A� cc a) ? z m V O U O o o» O 0 w O 0 w O 0 OM Lo W �' U p m � 47 n O �' O o 00 0p0 GD O ypj cpD 01 W p Q d ❑ b wN (O fp w O Q o o 0 0 0 0 0 0 � U w w w vs o o w Q A A A p p G p d o N N n > d O ❑ U ❑ LU a r- z F o w w z f- V M U z O ZD O Q F U U H x¢ U v Z Z 0 7 o U w o Q w Q 0 Q U ❑ 0 0 0 0 a z vi w J O O U LL O o w O Q Z U Q U H Q H❑ z w w J H ❑w z o > < 0 w U O Q� 0 0 00 0 0 0 0 O 0 O 0 O 0 O 0 O cc O O J 0 0 o O o m o Q vi o M Q o o vi r lf7 vi I� V V 7 N N F F o a) � v o)N co v) v ri rn o Hi (9 fA IH b9 � fA Q ~ 0 U o o 0 0 0 U o o 0 0 0 o U o o 0 o 0 o 0 o 0 0 o o o 0 vi 0 o o o E» 6s o o 0 0 0 0 0 D yr E» D ur » u9 W »o U U U ❑ 0 0 0 0 0 p o O O O O O O o O 0 U O Ow O U M o o U N n N Lo t 00 N N O N N N N U 01 I� V O V a M M 1- f9 V H3 m (fl O eH EA 0 N oa N oa N N N N b9 IA fR fR fR LLI o 0 0 Oo 00 00 o 00 U c0 g 0 U O O o o' 0 o af m N m N m d CDO N d �- N ELN Of V rn 69 f N Ff3 H H v) cx)a0 6% Z Hi Z Z u9 vH z z) U F U F- a a W W W C i 2 C 2 W W W 3 > > ? > LL U ULLI R Q' O w Q W ~ a m a �J2J $ W n Q Z w Z v �93 c m " "U h ~ Z o� Z o �� v > W v W o- v o5 w d u) 0 ❑ ID(n Q a > _> > H j u) °�' J N Q O y d o xo o O F ❑ H a' U m m m p > F• it ❑ of t m ~ N J rL HE> F• W �- Q �� c, W z Z w UF• O W UJ Z u~ U J Q ❑ z � � a = z u) F D _ z Z Q Q Q Z = Z W Cn z J J J J J J fn D r r r r cD LQ N Z Z Q Z Q Q N 111 N 7 7 � a cr a F N W N W W cn 0 p# o O ` O c0 O F ❑# o N V F p# o - O o - o (O o N N N o rm W O m M }m} V V V- r m N M N m F � m m co m co m M U U U w m d w w Q) - m o m } Z Z Z } a a a N N 0) N d k % 70 Im f G / E ƒ \ 20U w�27 {\G E£ 4 222\ ) M @ - c \ \ \ \ \ a0 O 2 0O' { 2 / u£aa k c ( ( a) §f f % r / 22#( 3 g j [ 2 ( R \ \ � \ \ } LLI X. o ) \ \ } \ * \ k — ) 2 p 2 ) 2 F p § � f k \ < § $ _ k LL, Z Z X a W x o U � O M z z O U H N d L J ` Fr� � U N (!J m C co (0 l4 W n CD W (O C .m V' o rn O N r) co o U 00 (Y) ' m 3 m Lc) O O d N (D r 'o r N o > O O N I- Cj ("1 x U U) U W U z 1- W U 0 O U Q LLJ 0Y O LL o J d 0 U U LL LL 00 N 'I V v 00 C7 0') V M N I00 - 0 0 Z Z O O C C O O L L d d } a 0 F- Z O U y N O U O o O 0 O 0 O 0 O 0 O 0 O J U o � O o a O o p w w N N F N o O N p O a O I N o O v N > N W O N w N en N yr 0 N 0 o 0 w 0 0 0 0 0 � w C7 U 0 w w w o N m Q Z O Cli y O t"1 m N O O M m N e7 O N � m Of O W > 0 h O m � N O U O o O 0 O 0 O 0 O 0 O o .. y G Z 7 oa > m N O_ N N N N y N O O m ^ M N O Oa N G O N N V# U y > N N m m O U w » n n 0 O U O o O O O o O o O p O p an ac M 1H W 1R o ir U m � m w 3 LU N m N m N 0 U 0 o a m m N w m W t0 Vf m 0 O O O O O O O U V) fn W V! !n df o O p w � Q N O O G O O O m y O. 0 m N NO p m O �t1 m C O z Z W � O < H O 0 Z a w Q W O V aa 2 H OU ~ Q 2 F U W U - O= � UJf O Uto W tl mzK w p Er pa > oo O Z O F w 2LuOUwO U)z Z O o 0 wo >oWzO 0 UU QQ: ~ 0 0 O O O O O O O O O (D c{ O m 0O O 0 0 0 0 0 0 O O O N O O N N O (D C) (tJ t O LO U7 O o w M O L� N O O O (D O O O CO V O o c f- (D (D N ao N (D V M O f N L. w O W wi V J c6 a7 (D O V M w V 6 (D co co m (A 69 N N M O V3 ER 64 (A M N fr 00 U N3 fA EA 69 � EA (A H O(n 000 u)(D O u) J 00000 u) w U or O Z 00009F O (fl ( l O (D Z 000N(DoF (il 47 N m O O Z Q I--' Q' O W O Dl V O N W Efl (H N W O EL o m o mm o vt 2 »» a v� 2 F (» > Q Z > is > O O O Q a a a LLI W (7 Z Z a a H Q > z —_ F- _ n Z LL J z 7 a O Q — O J F U) O O F � Z 0 U E = s> Y a >>° w 3= 3 3 E E_ U fn O x x N Q N w o o U a > Q c o a� m o — v m m o U o 0 0 o E_ o o x x E o U U J 2 f0 F N O O O u) �' a) V' (D m F LLLL W K Z W W W 2 O > o E W(D 2 a. n. a w — Q z LU a a EL Q > — r- Z O � z ? � Z QQLLLL W J J W J V) J U) U) U1 } O F O O cl p 0 0 0 0 0 Z O O 6 V lD V lD V 0 01 N N m (O+D N m N T M O 0 W p 0 0 O N 0 0 M 0 0 (D O M O 0 O M 0 V (D V o �o 000000 m Ol o) v Ol v -T (") M o } QI 01 N M M M M M M Cl) Cl) N N N M N N M N M r Cl) V Lu w O N H W V V N Z N (D o7 Z N Z } d Z O Z Q Z Q C ~ O U � W � J 0 0 U L «U (j U O c m O 0 W W z o a 2 C U > C Q U � o d = IL V Q Y U m CO E Z F Q) —4 U a � v � W Ca O a a E 4i Q H m z H Q W Q Z W O U W a' LO N Q N z Q Cl) LO M M .Z: cts W a ct W_ a_ CC m N N M 10 a FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Tobias Place CITY PROJECT NUMBER: 104117 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer Pipe 8" PVC 56LF Sewer Pipe 8" DIP 20LF Sewer Pipe 12" DIP 65LF Sewer Pipe 15" HDPE 28OLF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS November 26, 2025 Jackson Construction, Ltd. 5112 Sun Valley Dr Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Tobias Place Project Type: Water, Sewer City Project No.: 104117 To Whom It May Concern: On November 25, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on November 26, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 26, 2025, which is the date of the punch list completion 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 817- 392-8424. Sincerely, Sandip Adhikari, P.E., Project Manager Cc: Sergio Garcia, Inspector Don Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, P.E., Program Manager Spiars Engineering, Consultant Jackson Construction, Ltd., Contractor Tobias Place, LP., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 JACK260 CONSTRUCTION LTD. 51 1 Z SUN VALLEY DRIVE FORT WORTH, TX 76 19 TEL: 817-572-3303 FAX: 817-478-0443 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Troy L. Jackson, President Of Jackson Construction, 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 Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Sanitary Sewer, Drainage, Paving, and Street Light Improvements to serve Tobias Place Troy . Jackson, President Subscribed and sworn before me on this date 18th of November, 2025. CARMEN L. ESTEP Notary Public, State of Texas Comm. Expires 04-06-2028 Notary ID 2910611 Notary Public Tarrant, Texas CONSTRUCT10N LTD 51 12 SUN VALLEY DRIVE FORT WORTH, TX 76119 TEL: 817-572-3303 FAX: 817-478-0443 AFFIDAVIT STATE OF TEXAS Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Troy L. Jackson, President Of Jackson Construction, 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 Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Water Improvements to serve Tobias Place BY Ll�%l/r�l Troy . Jackson, President Subscribed and sworn before me on this date 15th of April, 2024. Tarrant, Texas I ''�� CARMEN L. ESTEP 4�Y PLB'i Notary Public, State of Texas Comm. Expires 04-06-2028 Notary ID 29 O6611 CONSENT OF SURETY OWNFR ❑ TO FINAL PAYMENT ARCHITECT ❑ CONTRACTOR ❑ ALA Document G707 SURETY g} Rnnt1 Nn 11 n3A77 OTHF,R ❑ TO OWNER ARCHITECT'S PROJECT NO.: (Name arrd addrer) Tobias Place, LP and City of Fort Worth CONTRACT' FOR: CFA23-0067 - Tobias Place - TX Drainage, Sanitary & Storm Sewer PROJECT: CONTRACT DATED: (Name and addrrr.,j CFA23-0067 - Tobias Place - Drainage, Sanitary & Storm Sewer In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (him" rrarneand addAngf$UMA9 The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 , SURETY, on bond of (lncen name and addrec of Cut(ratlu ) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (G>wr7 name and addrev ofOu er) Tobias Place, LP and City of Fort Worth TX as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: November 18, 2025 (lilsarY! do ugdtbrj( tl7e rnontb follou�rf fiY the rrroner(c drrrrarrd icwr ) Attest: (Sea)): Clay Aikman, Surety Witness The Hanover Insurance Company (SrrrtH,Y) (StgrratxrrofatNbo zr%trrprssrnratdr) Misty Witt, Attorney -in -Fact (Pointed name and iftle) , OWNER, G707--1994 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein. and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Misty Witt Of Dallas, TX individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf. and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and Noll00 ($50,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: SuMty Bond Number: 1103977 Principal: Jackson Construction, Ltd. OWlgee: Tobias Place, LP and City of Fort Worth RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon maybe facsimile (Adopted October 7, 1981 — The Hanover Insurance Company, Adopted April 14, 1982 — Massachusetts Bay Insurance Company, Adopted September 7, 2001 — Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 22nd day of April 2025 Y 1 be Ilanuscr lusurauce Cumpany Nlamchusetb Bay Insurance Company Citizens Insurance Company of America J17s H. Kawieckl, Vice President STATE OF CONNECTICUT ) COUNTY OF HARTFORD ) ss. the liAnuscr laauraocc (Cwnyan) 1 huxetls Bay Insurance Company y(fE/Aa nsurance ( ompam of America Ilan M. Mendoza, Vice Prosident On this 22"d day of April, 2025 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. AL KATHLEEN M. SIRARD WNotary Public Commonweahh of mussochusetts My Commission Ejires Sootember 2, 2027 Kat een M.Sirard, Notary.,Public My C7mission expires, September 2, 2027 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 18th day of November 2025 CERTIFIED COPY The an ?ra e ompa M.9 c aany Ci oha RewPresident CONSENT OF SURETY TO FINAL PAYMENT ALA Document G707 Bond No. 1103976 TO OWNER: (Name and adi ivz) Tobias Place, LP & City of Fort Worth, TX TX IRON! ttl[tme orrdacLtir��} Tobias Place Water Improvements / CPN103820 ARCH1T r,,C`1' CO vMCTOR SURM, O"rd ARCMTECT'S PROJECT NO. CONTRACT FOR: Construction CONTRACT DATED: October 27, 2023 In accordance with the provisions ofthe Contract between the Owner and the Contractor as indimtcd above, the (inset nanw and addkvngrW m-0) The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 oat bond of ,(In$e71 reame ay id addn%q efConinn w) lj SURETY, Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTRACTOR, Ixereby approves of the final payment to the Contmaor, and agrees drat final payment to The Contractor shall not relieve the Surety of any of its abiigations to !!rt+� t7 nwruc and acttltx.m of OrrncT} Tobias Place, LP & City of Fort Worth, TX TX as set forth in said Surety's bond. , OWNER, IN WIN M- WHEF,EOF, the Surety has bereunto set its band on this date: April 15, 2024 (I)Es w (tz m0thig flee wonir5,jrr ibwed hr dx wonerk date and Ivar,) ME Attest: 9Q o Laurie Pflug Attorney -in -Fact t ,Panted aame arx(f€to 0707---1994 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: ThatTHE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underthe laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Jack M. Crowley, Laurie Pflug, and/or Holly Clevenger Of Willis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and Noll 00 ($60,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all otherwritings obligatory in the nature thereof, with powerto attach thereto the seal ofthe Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981— The Hanover Insurance Company; Adopted April 14,1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001—Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 121h day of September, 2023 The Ilauowr insurance Cumpauy M*suchwwtts Bay tnssrance Company Citizens insurance Company_ofAmerka —avq4 4T J s H• Kawiecki, Vies President STATE OF CONNECTICUT COUNTY OF HARTFORD ) ss. "rlic Ilanover Insurance Company b achusetts Day Insurance Company as Insurance Company of America (ten M. Mendoza, Vice President On this 12th day of September, 2023 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Wendy Latoumes Notary Public, State of Connecticut [�=&* Commission Expires July 31, 2025 Mridy Latoai est , b ry . u tic My cort tfe4ton expires July 31, 2C25 k.. I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 15th day of April 2024. CERTIFIED COPY The Le urance .ompa M ay Ins punyCie n Ain ' a--- obn Roweddcr, Vice President