HomeMy WebLinkAboutContract 61730-FP1-FP1
City Secretary 61730
Contract No.
FORT WORTH.
Date Received 3/24/2025
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: Keller 305 Median
City Project No.: 105449
Improvement Type(s): x❑ Paving ❑ Drainage
Original Contract Price:
x❑ Street Lights
Amount of Approved Change Order(s):
Revised Contract Amount:
$519,084.45
Total Cost of Work Complete: $519,084.45
umm0LL Mar 182025
(Mar 18. 202608:14 CDT) ,
Contractor Date
Vice -President
Title
BCAC Construction, LLC
Company Name
JOe�OP/1 r 9/�02�8:57 CDT) Mar 19, 2025
Project Inspector
Date
Mar 24, 2025
Project Manager
Date
Mar 24, 2025
Kand ice Merrick lMar24, 202514:06 CDT)
CFA Manager
Date
de.Z- -
Mar 24, 2025
La uren Priem M11 21,M2 14:09CDT)
TPW Director
Date
Mar 25, 2025
Asst. City Manager
Date
❑ Traffic Signals
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Page 1 of 2
Notice of Project Completion
Project Name: Keller 305 Median
City Project No.: 105449
City's Attachments
Final Pay Estimate x❑
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 45 WD
Days Charged: 44 WD
Work Start Date: 11/13/2024 Work Complete Date: 3/7/2025
Completed number of Soil Lab Test: 63
Completed number of Water Test: 0
Page 2of2
FoRTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name KELLER305 MEDIAN
Contract Limits
Project Type PAVING & STREETLIGHTS
City Project Numbers 105449
DOE Number 5449
Estimate Number 1 Payment Number 1 For Period Ending 3/7/2025
WD
City Secretary Contract Number Contract Time 4WD
Contract Date Days Charged to Date 44
Project Manager NA Contract is 100.00 Complete
Contractor BCAC UNDERGROUND
5000 AIRPORT FRWY
HALTOM , TX 76117
Inspectors M.GLOVER / J.SILVA
Monday, March 17, 2025 Page 1 of 5
City Project Numbers 105449
Contract Name KELLER305 MEDIAN
Contract Limits
Project Type PAVING & STREETLIGHTS
Project Funding
UNIT IV: PAVING IMPROVEMENTS
DOE Number 5449
Estimate Number 1
Payment Number 1
For Period Ending 3/7/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE SIDEWALK
861 SF
$6.30
$5,424.30
861
$5,424.30
2
REMOVE FENCE
90 LF
$25.00
$2,250.00
90
$2,250.00
3
REMOVE CONC CURB & GUTTER
924 LF
$12.65
$11,688.60
924
$11,688.60
4
HYDRATED LIME
30 TN
$470.00
$14,100.00
30
$14,100.00
5
8" LIME TREATMENT
1495 SY
$74.00
$110,630.00
1495
$110,630.00
6
9" CONC PVMT
1610 SY
$160.11
$257,777.10
1610
$257,777.10
7
4" CONC SIDEWALK
123 SF
$45.50
$5,596.50
123
$5,596.50
8
BARRIER FREE RAMP, TYPE P-2
4 EA
$1,075.25
$4,301.00
4
$4,301.00
9
6" SLD PVMT MARKING HAS (Y)
600 LF
$4.32
$2,592.00
600
$2,592.00
10
8" SLD PVMT MARKING HAS (W)
728 LF
$5.07
$3,690.96
728
$3,690.96
11
18" SLD PVMT MARKING HAE (W)
110 LF
$19.85
$2,183.50
110
$2,183.50
12
LANE LEGEND ARROW
4 EA
$325.14
$1,300.56
4
$1,300.56
13
LANE LEGEND ONLY
4 EA
$325.14
$1,300.56
4
$1,300.56
14
REFL RAISED MARKER TY II-C-R
18 EA
$78.00
$1,404.00
18
$1,404.00
15
TOPSOIL
72 CY
$107.50
$7,740.00
72
$7,740.00
16
BLOCK SOD PLACEMENT
658 SY
$6.15
$4,046.70
658
$4,046.70
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$436,025.78
$436,025.78
UNIT V: STREETLIGHTS IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
17
2" CONDT PVC SCH 80 (T)
203 LF
$160.00
$32,480.00
203
$32,480.00
18
NO 6 INSULATED ELEC CONDR
203 LF
$35.25
$7,155.75
203
$7,155.75
19
FURNISH/INSTALL GROUND BOX TYPE B,
2 EA
$2,650.01
$5,300.02
2
$5,300.02
w/APRON
20
RDWY ILIUM FOUNDATION TY 3,5,5, AND 8
2 EA
$960.25
$1,920.50
2
$1,920.50
21
INSTALL TYPE 33A ARM
4 EA
$2,450.85
$9,803.40
4
$9,803.40
22
LED LIGHTING FIXTURE
4 EA
$2,759.75
$11,039.00
4
$11,039.00
23
FURNISH/INSTALL ALUM SIGN GROUND
4 EA
$690.00
$2,760.00
4
$2,760.00
MOUNT CITY STD.
24
TRAFFIC CONTROL
2 MO
$6,300.00
$12,600.00
2
$12,600.00
Monday, March 17, 2025 Page 2 of 5
City Project Numbers 105449 DOE Number 5449
Contract Name KELLER305 MEDIAN Estimate Number I
Contract Limits Payment Number 1
Project Type PAVING & STREETLIGHTS For Period Ending 3/7/2025
Project Funding
Sub -Total of Previous Unit $83,058.67 $83,058.67
Monday, March 17, 2025 Page 3 of 5
City Project Numbers 105449
Contract Name KELLER305 MEDIAN
Contract Limits
Project Type PAVING & STREETLIGHTS
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 5449
Estimate Number 1
Payment Number 1
For Period Ending 3/7/2025
$519,084.45
$519,084.45
Total Cost of Work Completed $519,084.45
Less % Retained $0.00
Net Earned $519,084.45
Earned This Period $519,084.45
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$519,084.45
Monday, March 17, 2025 Page 4 of 5
City Project Numbers 105449
Contract Name KELLER305 MEDIAN
Contract Limits
Project Type PAVING & STREETLIGHTS
Project Funding
Project Manager NA
Inspectors M.GLOVER / J.SILVA
Contractor BOAC UNDERGROUND
5000 AIRPORT FRWY
HALTOM , TX 76117
DOE Number 5449
Estimate Number 1
Payment Number 1
For Period Ending 3/7/2025
City Secretary Contract Number
Contract Date
Contract Time 45 WD
Days Charged to Date 44 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $519,084.45
Less % Retained $0.00
Net Earned $519,084.45
Earned This Period $519,084.45
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
$519,084.45
Monday, March 17, 2025 Page 5 of 5
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
March 7, 2025
BCAC Construction, LLC
500 Airport FWY
Haltom City, TX 76117
RE: Acceptance Letter
Project Name: Paving, Grading, Street Lights To Serve Keller 305 Median
Project Type: Paving, Grading, Street Lights
City Project No.: 105449
To Whom It May Concern:
On March 5, 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 March 7, 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 March 7, 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, Project Manager
Cc: Joey Silva , Inspector
Mike Glover, Inspection Supervisor
Randy Horton , Senior Inspector
Sandip Adhikari, Program Manager
Hillwood Alliance, Consultant
BCAC Underground, LLC, Contractor
Peloton Land Solution , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
STATE OF TEXAS
COUNTY OF TARRANT
BILLS PAID AFFIDAVIT
()
()
()
BEFORE ME, the undersigned authority, on this day personally appeared BEN GOODALL,
known to me to be a credible person and officer of BCAC UNDERGROUND LLC. a Texas
Corporation (hereinafter called "Contractor"), and who, being duly sworn, upon his oath
declares and acknowledges as follows:
I am the duly authorized agent for the said Contractor which has authorized me to make this
affidavit, and all of the recitations herein are true and correct.
Contractor has actual knowledge that all bills owed by Contractor to others for materials supplied
or labor performed in connection with the Improvements have been fully paid and satisfied except
for contractual retainage as set out below. Contractor does further warrant that should any claim
or lien be filed for material supplied or labor performed by virtue of Contractor's participation in
the construction of said Improvements, Contractor will immediately furnish a bond pursuant to
Texas Property Code, Sections 53.236 through 53.238, for release of each such lien, and obtain
settlement of any such liens and furnish Owner written full release of such liens. Should
Contractor be unable to obtain such release, Contractor agrees to fully indemnify and hold
harmless the Owner for any and all costs they may incur by reason of such liens.
VIL-
EXECUTED this day of ftV , 025.
SUBSCRIBED AND SWORN TO BEFORE ME by the saidt�-n Cjo)v�A-S I on this the
day of 1 & f<EzV-) 2025, to certify which witness my hand and seal of office.
..�*• Shelley Dimitrobf
My commission Expires Notary Public in\�nd for the State of Texas _
1/26/2026 _ 4 _ rl
/1 Notary ID My Commissioii Expires: -2) L.l
123993688
CONSENT OF SURETY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
TO OWNER:
(Name and address)
Hillwood Alliance Services LLC & The City of Fort Worth
9800 Hillwood Pkwy #300, 310 W. 10th Street
Fort Worth, 76177 Fort Worth, TX 76102
PROJECT:
(Name and address)
Keller305 Median - City Project No. 105449
Bond No: 1106725
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: OCP: $519,084.45
FCP: $519,084.45
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
The Hanover Insurance Company
440 Lincoln Street,
Worcester, MA 01653-0002
on bond of
(Insert name and address of Contractor)
BCAC Underground LLC
5000 Airport Freeway,
Haltom City, TX 76117
X❑
SURETY,
,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
(Insert name and address of Owner)
Hillwood Alliance Services LLC & The City of Fort Worth
9800 Hillwood Pkwy #300, 310 W.10th Street
Fort Worth, 76177 Fort Worth, TX 76102
,OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: March 5, 2025
(Insert in writing the InwNh fallowed by the rmnreric dine and year.)
Attest
The Hanover Insurance Company
(Surety) �J/j
"S-V�I e,L_i7.l'.
(Signature of authJrized represern e)
Sean McCauley, Jr. ,Attorney -in -Fact
(Printed name and title
S-2134/GE 10/01
XDP
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OFATTORNEY
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,
Sean McCauley, Jr., Sam Duckett, Katie Rooney, Bridget Truxillo, Sarah Timmons, Ashlyn Simchik, Jarrod Yost, Liam Hackett and/or Sterling Ward
Of MCCAULEY BOND AGENCY LLC of Dallas, TX each 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 Thirty Five Million and No/100 ($35,000,000) 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 other writings 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 October7,1981—
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 9th day of September, 2024
�orc
The Itaoover Inxurance Company
massachssetts say Imssrsmce Comnpasy
Citizens taturancecompany-or Amer"
J �HA:k �..
STATE OF CONNECTICUT J
COUNTY OF HARTFORD ) ss.
the Hanover Insurance Company
t achuscits Bay Imsmranee Company
f ti as Insurance Company ofAmerka
elle". AZ��
flan M. Mendoza, Vice President 61
On this 9th day of September, 2024 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.
41=ey !_atoumes
bic teof Connecticut
11od
misL Expires Juty 31, 2025
I
Wtsndy tatou es, o�aryublk
My commissi n explrtas Jvly 39r 2025
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 5th day of March 2025.
CERTIFIED COPY
T
h�,Ln,
a ZLsosurn"cc amps
I,Tany
mucc Amcura
owcddcr, Vicc 1'-sidcat