Loading...
HomeMy WebLinkAboutContract 53021-R1FP1 FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Secretary No:_53021-R1 FP1 Date Received:Apr 4, 2022 City Project Ns: 103208 Regarding contract 53021-R1 for 2021 CONCRETE PAVING JOINT SEALANT as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 07/02/2021 through M&C 21-0242 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $480,400.00 Amount of Approved Change Orders: $ 32,200.00 Ns 1 Revised Contract Amount: $512,600.00 Total Cost Work Completed: $512,600.00 Less Deductions: Liquidated Damages: 0 Days @$650.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $ 512,600.00 Less Previous Payments: $ 486,970.00 Final Payment Due $ 25,630.00 zaw-ee /%ems Mar 30,2022 Lauren Prieur(Mar 30,2022 10:15 CDT) Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery William Johnson(MYF30,202216:42 CDT) M a r 30, 2022 Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Client Department bay sao&� A1r 1 2022 Dana Burghdoff( r 1,202 4:46 CDT) f Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. 7-Final To(owner) City of Fort Worth Invoicing Period(From-To): Invoice Date: 12/11/2021-3/3/2022 3/3/1022 P.0. FW020-005760 From(Contractor): Remit to(If Not Automatic Deposit): Number: Scodeller Construction Inc Project: 103208 Contractor's CFW Vendor No.: 0000040087 City Secretary Contract 53021-R1 Contract Number: N :2021 Concrete Paving Joint Sealant at Various Locations Application For Payment Change Order Summary Approved Change Orders 1.ORIGINAL CONTRACT PRICE.................._.................................... $ $480,400.00 Number Additions Deletions 2.Net change by Change Orders................................._.............._...._..... S $32,200.00 1 $32,200.00 3.Current Contract Price(Line 1 f 2)....................................................... $ $512,600.00 2 4.TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate,Construction Allowance and Change Orders)....... S $512,600.00 4 5.RETAINAGE: 5 a. X $512,600.00 Work Completed.......... $ 6 b. X Not Used S 7 c.Total Retainage(Line Ss+Line 5b)................................ $ 8 6.AMOUNT ELIGIBLE TO DATE(Line 4-Line 5c)............................. $ $512,600.00 TOTALS - $32,200.00 7.LESS PREVIOUS PAYMENTS(Line 6 from prior Application)......... $ $486,970.00 NET CHANGE BY $32,200.00 &AMOUNT DUE THIS APPLICATION................................................. $ $25,630.00 CHANGE ORDERS 9.BALANCE TO FINISH,PLUS RETAINAGE (Column G on Progress Estimate+CA+Cos+Line 5 above).............. $ Contractor's Certification 10.CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request Submittal a. Days Awarded 170 on the City of Fort Worth Buasaw system that to the best of their knowledge:(1)all previous progress b, Days Added by CO payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by e. Total Days 170 prior Applications for Payment;(2)title of all Work,materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment d Days Charged 76 free and clear of all Liens,security interests and encumbrances(except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens,security interest or encumbrances); e. Days Remaining 94 and(3)all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages$650 x day z5am`e L6 Lgz Eamonn Dwyer(Mar 29, 22 1Z0 5:54 EDT) This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications.You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. i �� i � � i Ili j a III I � I III Ilia II lil � � II ' u I � I I I ul Ili illll III I IIV III lil � � � ' i I i s t I li ;a ,'� III III III i III , Ili , III II d ICI e I III I 93 s 0III rai. FMI '' I f ' Ii u i Il� i � iT I I I I I i ' II ! ;�I� Il� ii I II �� ' III III' il I ¢ I IiII Ili III th5l� l li sill fill III illlllllll 11 `� I, I I D ili IIi II II iI I � ' '' II r i4.9 !'i i� sl ' ' llll II li ' II II � J III lill �il c � 8 Ilil I III III � III I E 3i } I Ili Al I N � III III L I it II i I � ill ti I l ,r N N N Z M M O N O .. y � � N Q .Z .�00 � }Q U � a ¢ � r o � O C N O � � U) rl O � 3 � w L U ° O = � u E � a � � N M O O O CO S. Oo O d N V Cl! C. ti O co O eq ,-, LL d 0 O a - d CJ U N O N 6� rn 0) rr rn m rn O p CO UCy) NOOi a �'= V o �o � o w aw a,w c o tr c o c o t r z c oo Uo � o d 7 O O O o LL ov CD v U L I? co U O O O O O O � N N LIL o 0 0 0 000C,000M0 f7 00 0 000 000L 0 0 0 0 0 0 0 0 I N W O Z M M 00 O N O ti ti z 0 C O � O ro o W c U) r a) c N U ° a M A O a az c - - - o d E E a JE cn ? N ------------- ---- ---- — -- — — N �+ O N ro ~ N y N � � E " � o C N U LL- .Q ~ F 2 V U o v N O N r-1 LL m O O O O 6) O o O Mm m NOOi M aCi N N 000 d 00 0) 0() p. U 13M "EM 'EM c7 ��'• 0 O D O D O Ii C yW NW dW 0 C O C O C O p M N L N L N z C V O C)c C) O O N 7 b LL O o 0 o V CD V U ch m m U O O O N N N N U o 0 0 Cl) 0 0 0 0 0 0 0 0 0 0 CM 0 0 0 0 0 0 0 0 0 0 M 0 0 6126 0 0 0 0 0 N N O Z N M M O N O ti ,gyp ni N z A N U �O W a � o — o � o fs, U) o N L cu U ° cu • C O L V A h c az c chi E E a E L IIL— S.Cn � O N ti G ti N U rr i LL c 0 u U o U N O N H U. rn rn rn O o O ^rn co rn � o o � o kn 0 v c v � 00 a u M � M m a L= po Oo po • c NW GNW yW Ntr a c0 c0 =0 CF L L L Z c V o U O V o v U C O O O b li 0 0 0 U r r r T 19 T M c7 M U O O O d N11 LC) N I9N U I 00 0 0 0 0 0 0 0 0 0 0 C 0 M 0 0 0 0 0 0 0 0 0 0 PM I—.]]0 0 0 0 0 0 0 0 0 Cl) Iq N N N N Z00 to M M O N M ' O O O N O a Q N Cl) .fl LO z C N N •• N 0 � o r o o R co cn o r (9 � o h a 7 0 C az c o � y � U E L Q 11 (o > o R N M L C O M O 00 .y O O o 0 O LO u7 L N U ffl EA 1Q rq c0 LL C H O a: d d +f L U o U N O N i I �-r i LL. e O o O o ac m OD a wu a M o c m o o v C - ob C m F m 0 0 acr, V) z d c o 'v U C O d 7 LL O G O O U � v o c CD Oi U o0 0 M 0 Cl 0 0 0 Cl 0 0 0 0 FORT WORTH Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: Change Order# 1 —2021 Concrete Paving Joint Sealant M&C 21-0242 CPN: 103208 CSO # 53021-R1 DOC# 1 Date: 1012612021 FM Department Initials Date Out To: Scodeller Construction 1. Eamon Dwyer(Contractor) dwyer(a)scodeller.com esd 2. Byron McDonald (Inspector) TPW-Si nature 3. Iretomiwa Otuyelu (PM) TPW-Si nature 4- 4. Riad Nursallah (PgM) TPW-Reviewer 5. Lane Zarate (Sr CPO) TPW-Reviewer 6. Lauren Prieur(AD) TPW-Signature 7. William Johnson Director TPW-Signature 8. Doug Black(ACA) LAW-Signature - f 9. Dana Burghdoff(ACM) CMO-Signature 10. Ron Gonzales CSO-Si nature DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes X No i RUSH: ❑ Yes XNo SAME DAY: ❑ Yes X No NEXT DAY: ❑ Yes X No ROUTING TO CSO: ❑ Yes ❑ No Action Required: ❑ As Requested ❑ Attach Signature, Initial and Notary Tabs ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call Iretomiwa Otuvelu at ext. for pick up when completed. Thank you. CSC No.53021-R1CO1 FORT WORTH, City of Fort Worth Change Order Request Project Namel 2021 CONCRETE PAVING JOINT SEALANT City Sec# 53021-Rl Client Project#(s)l 103208 Project Description This project provides for the cleaning and silicon joint sealing of concrete pavements at four selected street segments Contractorl Scodeller Construction Inc Change Order# 1 Date 10/25/2021 City Project Mgr. Iretomiwa Oluyelu City Inspectorl Byron McDonald Contract Time Dept. TPW Totals (CD) Original Contract Amount $480,400.00 $480,400.00 170 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $480,400.00 $480,400.00 170 Amount of Proposed Change Order $32,200.00 $32,200.00 Revised Contract Amount $512,600.00 $512,600.00 170 Original Funds Available for Change Orders $34,212.38 $34,212.38 Remaining Funds Available for this CO $34,212.38 $34,212.38 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS% ORIGINAL CONTRACT 6.70% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+251%) $600,500.00 JUSTIFICATION(REASONS)FOR CHANGE ORDER This Change order is to add the amount of$32,200 to the construction contract#53021. The quantity required to clean and seal the concrete pavement joints exceeds the original contract amount,based on the actual field quantities.More Linear Footage is required to be added to what we currently have remaining in the contract to complete the scope of work. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment In full(both time and money)for all costs arising out of,or incidental to,the above Change Order.The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor(Name) Contract Signature Date SCODELLER CONSTRUCTION INC Eamon Dwyer Oct 28,2021 Inspectorllnspection Supervisor Date Project and Contract Compliance Manager Date S—'ILM—Zil &-- Oct 28,2021 — — -- Oct 28,2021 Program Manager Date Senior Capital Project Officer Date Nov 1,2021 Nov 3,2021 Assistant Director(Dept) Date Director,Contracting Department(Dept) Date Nov 3,2021 Nov 4,2021 Assistant City Attorney Date Assistant City Manager Date 8�5 Nov 4,2021 Nov 4,2021 Council Action(if required) J M&C Number M&C Date Approved F— ATTEST: I Ronald P.Gonzales,Acting City Secretary I t'ORT WORTH City of Fort Worth IT-- Change Order Additions Project Name 2021 CONCRETE PAVING JOINT SEALANT City Sec# 53021-R1 Client Project# 103208 Contractor Scodeller Construction Inc PM Irelomiwa Oluyelu Inspector Byron McDonald Change Order Submittal# 0 Date 10/25/2021 ADDITIONS Unit Unitos o a 9999,0000 CLEAN AND SILICON SEAL EXISTING CONCRETE PAVEMENT 1 JOINT TPW 11,500.00000000 LF $2.80 $32,200.00 I I TPW $32,200.0D u I otal Additions Change Order Additions Page 2 of 5 Fore_ r�rt�rn City of Fort Worth Change Order Deletions Project Name 2021 CONCRETE PAVING JOINT SEALANT City Sec# 53D21-R1 Client Project# 103208 Contractor Scodeller Construction Inc PMJ Irelomma Otuyelu Inspector Byron McDonald Change Order Submittal# 0 Dale 1 012 5120 21 DELETIONS y Unit UnitCost Total h i TPW $0.00 I Sub TotalDeletions Change Order Deletions Page 3 of 5 MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 16, 2016 Scodeller Construction Inc. 51722 Grand River Ave, Wixom, MI 48393 RE: Acceptance Letter Project Name: 2021 Concrete Paving Joint Sealant Project Type: Paving City Project No.: 103208 To Whom It May Concern: On November 30, 2021 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 15, 2022. 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 15, 2022, 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)392-6747. Sincerely, 14�- Iretomiwa Otuyelu, Project Manager Cc: Byron McDonald, Inspector Ron Codova, Inspection Supervisor Edward Davila, Senior Inspector Riad Nusrallah, Program Manager N/A, Consultant Scodeller Construction Inc., Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF Michigan COUNTY OF Oakland I Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Eamonn Dwyer, Vice President Of Scodeller Construction Inc, 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; 103208-2021 Concrete Paving Joint Sealant BY 1 --er Eam nn wyer, V.P. Subscribed and sworn before me on this Zatelf March, 2022. AZ Z Notary Public County, State CHRISTINE E. MATOVSKi Notary Public.State of MICN289 Countyof Oakland My Commission Expires07.21.2025 Acting in the County of.....�....,. Bond #10179207 TM A-1A Document G707 — 1994 Consent of Surety to Final Paymen PROJECT:t,V<ttnc ctnd atkb-cs.o ARCHITECT'S PROJECT NUMBER: OWNER N1 2021 Concrete Paving Joint Sealant City Project No. 103208 CONTRACT FOR: City Concrete Paving joint Sealant ARCHITECT [_:I City Project No. 103208 CONTRACTOR f TO OWNER: (Name and uddrersl CONTRACT DATED: October 15th,2019 SURE1Y I City of Fort Worth 200 Tesas Street Fort Worth,TX 76102 OTHER 11 In accordance with the provisions of the Contract bets een the 0,ik ner and the Contractor as indicated above,the (Insert nutne and address ofSurefr.) The Guarantee Company of North America USA One Towne Square,#1470 Southfield,MI 48076 S1.1RF-'FY. on bond of (Insert ncntte and address of Contractor.) Scodeller Construction, Inc. 51722 Grand River Ave. Wixom,MI 48393 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Coontraetor shall not relieve the Surety of any of its obligations to (insert mute Lind address o/ohvtter.) City of Fort Worth 200 Tesas Street 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 23,2022 (Insert in ua-itinA,the month lnllowed hv the numeric date'and t'eur.) The Guarant ompany of North America USA (Srrvztti/ + f ylgn C O i 1 7=ecl I"1)re.SE'ttt(tt11'el Ml sl Heidi D. Pattenaude mi Laurencelle, Attorney-.In-Fact (Sault �� ( rime t n nn wid till,, CAUTION: You should sign all original AIA Contract Document, which this text appears in RED. An original assures that changes will not be obscured. AIA Document G707-—1994.Copyright U 1970 and 1994 by The An scan Institute of Architects.All rights reserved.WARNING:This AIA` Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAY Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are not permitted to reproduce this documeni To report copyright violations of AIA Contract Documents e-mail The American Institute of Architects legal counsel cnpyrighttivairi orcl intact INSURANCE POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Judy K.Wilson,Michael M.Hylant,Kristie A.Pudvan, Lisa M.Wilmot,Susan E.Hurd,Vicki S.Duncan,Jamie M.Laurencelle,Heidi D.Pattenaude,Michael C.Schatz,Kathy S.Zack its true and lawful attorney(s)-in- fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s)in pursuance of these presents,shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31 st day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney- in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in- Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,contracts of indemnity and other writings obligatory in the nature thereof,and such signature and seal when so used shall have the same force and effect as though manually affixed. NTEE IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its coy corporate seal to be affixed by its authorized officer,this 26th day of May,2020. A ~� GTHE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MINNESOTA Paul J.Brehm,Senior Vice President Chad A.Anderson,Senior Vice President Specialty Hennepin County On this 26th day of May,2020 before me came the individuals who executed the preceding instrument,to me personally known,and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. EQNOTAR Jd " IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Company of North America N DWAN NASH-TROUT USA offices the day and year above written. Y PUBLIC•MINNESOTAommission Expires 40 anuary 31,2025 1"Sm it I,Chad A.Anderson,Senior Vice President of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this 3rd day of March 21722 At � G � f Q Chad A.Anderson,Senior Vice President Specialty Please direct bond verifications to suretyC intactinsurance com