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