HomeMy WebLinkAboutContract 54827-FP1CSC No. 54827-FP1
AVIATION DEPARTMENT
NOTICE OF PROJECT COMPLETION
Regarding City Secretary Contract #54827 for the construction of Taxiway P Extension Phase 1
at Perot Field Fort Worth Alliance Airport as requested by the Aviation Department as approved
by City Council on 10/20/2020 through M&C 20-0765. The Department of Aviation has accepted
this project as complete.
Original Contract Amount $7,713,696.13
Amount of Approved Change Orders: $70,945.23 Number 1
$1,034,600.00 Number 2
Revised Contract Amount: $8,819,241.36
Total Cost Work Completed $8,819,241.36
Less Deductions:
Liquidated Damages 0 Days @$0.00/Day
Pavement Deficiencies $0.00
Total Deduction Amount: $0.00
Total Cost Work Completed $8,819,241.36
Less Previous Payments $8,819,241.36
Final Payment Due $0.00
5�W 05/19/2025
Tyler Dale (May 19, 2025 10:51 CDT)
Recommended for Acceptance
—4—
Aviation Director
V4L !L)�
Valerie Washington (May 19, 2025 11:08 CDT)
Assistant City Manager
Date
05/19/2025
Date
05/19/2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American institute of
Architects, AIA Document G707
PROJECT:
(name, addreSS)Taxiway P Extension Phase 1
Fort Worth, TX
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No107276880
City Project No,
ARCHITECT'S PROJECT NO: 101172
CITY OF FORT WORTH
CONTRACT FOR:
1000 Throckmorton Street Taxiway P Extension Phase 1, City Project No. 101172
MSSEI Project No. 20480
Fort Worth TX 76102 --J CONTRACT DATE:
CONTRACTOR: MARIO SINACOLA & SONS EXCAVATING, INC.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here insert name and address of Surety Company)
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
One Tower Square
Hartford CT 06183 , SURETY COMPANY
on bond of (here insert name and address of Contractor)
MARIO SINACOLA & SONS EXCAVATING, INC.
10950 Research Road
Frisco TX 75033
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insert name and address of Owner)
CITY OF FORT WORTH
1000 Throckmorton Street
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this 16th day of May, 2025
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Surety Company
Attest: _�� �--�.,.i .. . `?y►�, I, �
(Seal)) Signature of Authorized Representative
Robbi Morales
Title
Attorney -in -Fact
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
TRAVELERS
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Robbi Morales of
DALLAS , Texas , their true and lawful Attorney (s) -in -Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
w
4���9il�C Jptfr A,yOs
a
COW"' e Wcarom
p
State of Connecticut
City of Hartford ss.
By:
obert L. Rane , Cenior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
IN
ok
r.ouAr
+t
• +rim
N"X`" `
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 16th day of May , 2025
��-�`y ♦VP`tr AND'4 mrtcw�.N
i
i
�. Q
ill'[_
c Kevin E. Hughes, Ass ttant Secretary
To verity the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Pact and the details of the bond to which this Power of Attorney is attached.
AFFIDAVIT
STATE OF TEXAS
COUNTY OF
Before me, the undersigned authority, a notary public in the state and county aforesaid,
on this day personally appeared DOw A. L ,'( I` —
of Mario
Sinacola and Sons Excavating, 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; and
That there are no claims pending for personal injury and/or property damages;
On Contract described as:
The Construction of Taxiway P Extension Phase 1 at Perot Field F Worth A ' nce Airport
By
David Clark, Director
Subscribed and sworn before me on this ,day of �W 2025.
Notary Public in/and`f(rrthe State of Texas
IVAN VASQUEZ
Notary Public, State of Texas
Comm. Expires 05-12-2029
Notary ID 128784010
CERTIFICATE OF SUBSTANTIAL COMPLETION
Contract No.: 102845 (also 101172) Contract Date: October 20, 2020
Project Name: TWY P Extension, Phase 1 NTP Date: December 7, 2020
Fort Worth Alliance Airport
Owner:
City of Fort Worth, Department of Aviation
Contractor:
Mario Sinacola & Sons Excavating, Inc.
Substantial Completion Date: November 24, 2021
The work performed under this contract has been inspected by authorized representatives of the Owner, Contractor, and
Architect/Engineer, and the Project (or specified part of the Project, as indicated above) is hereby declared to be substantially
completed on the above date.
DEFINITION OF SUBSTANTIAL COMPLETION
The date of substantial completion of a project or specified area of a project
is the date when the construction is sufficiently completed in accordance with
the contract documents, as modified by any change orders agreed to by the
parties, so that the Owner can occupy or utilize the project or specified area
of the project for the use for which it was intended.
A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to
include an item on it does not alter the responsibility of the Contractor to complete all the work following the contract
documents.
CP&Y, Inc. (CP&Y)
Architect/Engineer
Authorized Representative
IJ-121 V20,211
Date
The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the
tentative list within the time indicated.
Mario Sinacola & Sons Excavating, Inc. By: 7 -,70 v /1/,n/Zq3/
Contractor Authorized Representative Date
The Owner accepts the project or specified area of the project as substantially complete and will assume full possession of
the project or specified area of the project at 5:00 PM (time), on November 24. 2021 (date). The responsibility for
heat, utilities, security, and insurance under the contract documents shall be as set forth under "Remarks" below.
City of Fort Worth, Department of Aviation By: 12/7/2021
Owner Authorized Represe tative Date
Remarks: As of this date of Substantial Completion, the Owner takes responsibility for all utilities, maintenance, and damage
to the Work by a third party, security issues, and all insurances, including All Risk/Builders, Risk for the specified area of the
project.
Fort Worth Alliance Airport
Taxiway P Extension, Phase 1
Contractor - Mario Sinacola & Sons Excavating, Inc.
Substantial Completion Punchlist - November 24, 2021
Category (Drainage,
Item No. Drawing Sheet/Spec Grading, Pavement, Fixed Inspection
Markings etc.) Inspection Comment Additional Notes (Yes/No) Sign -off Date
1 P-501, P-605 Pavement Spall repairs: remove forming material, install backer rod and sealant. No
2 General Conditions
Pavement
Clean up broken concrete and aggregate at deicing tank. No
General Conditions,
Clean and sweep perimeter road south and east of glycol tank. Dress topsoil on
3
Pavement, Grading
No
T-905
edge of road.
General Conditions,
Construction Items
4
Remove taxiway object free area marker stake at sign Taxilane P1. No
CLEANING
(Temporary)
5 T-901
Seeding
Seed around electrical handholes. No
Tighten and tie off barbed wire strands on existing AOA fence at east connection
6 F-162
Fencing
No
to new.
7 F-162
Fencing
Install caps on pull and corner posts. No
General Conditions,
Construction Items
8
Remove dead tree in staging area. No
CLEANING
(Temporary)
9 General Conditions,
Construction Items
Remove fencing material from old batch plant location. No
CLEANING
(Temporary)
10 T-904, T-905
Seeding
Topsoil and sod at stop signs No
Date: 1112912021 Page: 1 of 1
Professional Services Payment Request Project Manager: ITylerDale
Project: ITaxiway Papa Extension Phase I Construction
City Project M 1102845 (also 10`172) 1
City Sec Number: 154827
Purchase Order: I FW055-0000000982
Company Name: (Mario Sinacola & Sons Excavating Inc.
Consultant's PM:
(Jonathan Gibson
Vendor Invoice M
120480-24
Payment Request M 124
From Date:
16/1/2024
To Date:
16/30/2024
Invoice Date:
17/15/2024
Consultant Instructions:
APPROVED
By Tyler Dale at 3:16 pm, Jul 15, 2024
I Summary LOCK
UNLOCK
Fill in green cells including Invoice Number, From and To Dates and the included worksheets.
When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the
Consultant folder within Project's folder.
email: Iiaibsonarnariosinacola.com I
Office Addressl10950 Research Rd., Frisco, TX 75033
Telephone: 1214.387.3900
Fax: IN/n li
Remit Address110950 Research Rd., Frisco, TX 75033
Sheet FAC and Work Type Description
Work Type 1 General Construction
Work Type 2
Work Type 3
Work Type 4
Work Type 5
Work Type 6
Totals This Payment Request
Agreement
Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining
Amount Amount Date Amount Completed Previously Invoice Balance
$7,713,696.14 $1,105,545.23 $8,819,241.37 $8,819,241.37 100% $8,813,314.49 $5,926.88 $0.00
$7,713,696.14 $1.105,545.23 $8,819,241.37 $8,819,241.37 $8,813,314.49 $5,926.88 $0.00
5% Retainage-$296.34
Overall Percentage Complete: 100% Net Pa 5630.54
?0*PR"ED Christian Childs
AFW
07/15/2024
Grant 72
PO: 982 `
$5,926.88 Grant FID: 55003-0550435-5740010-103668-008080
($296.34) Retainage - FID: 55003-2060000-103668-RETAIN
$5,630.54 Net Pay
Project: 103668
Grant: 72
Application and Certificate For Payment
Page 1
To Owner: City of Fort Worth Project:
TAXIWAY P EXTENSION PH 1
Application No:
24 Date: 06/28/2024
200 TEXAS STREET
ALLIANCE AIRPORT, TX
Fort Worth, TX 76102-6314
Period To:
06/30/24
Architect's
FTWH1300165.12
From Mario Sinacola &Sons Exc Inc. Contractor Job
20480
Project No:
(Contractor): 10950 Research Number:
Contract Date:
Frisco, TX 75033
Via (Architect):
Phone: 214 387-3900 Contract For:
Contractor's Application For Payment
Change Order Summary Additions Deductions
Original contract sum
7,713,696.14
Change orders approved in
previous months by owner
Net change by change orders
1,105,545.23
1,105,545.23
Date
Contract sum to date
8,819,241.37
Number Approved
Change 3 06/28/24
Total completed and stored to date
8,819,241.37
orders
approved
Retainage
this month
0.6% of completed work
48,640.93
Totals
0.0% of stored material
0.00
Net change by change orders 1,105,545.23
Total retainage
48,640.93
The undersigned Contractor certifies that to the best of the Contractor's knowledge, information, and
Total earned less retainage
8,;z;z9,6^^. ^ 3 8,770, 600, 0
belief the work covered by pplication f Payment has been completed in accordance with the
Contract Documents, t a ou is pav een paid by the Contractor for work for which previous
Certificates for Pa ent, is ed a payments received from the Owner, and that current
Less previous certificates of payment
8,764,969.90
payment sho n rei n du /
0.000% of taxable amount
0.00
By: J �1 Date: 6/28/24 Current sales tax 0.00
State of:r
, S , Coun f: COLLIN
!i
Subscribern to before me this th da f JUNE
- -
2024 (year). Notary public: `Pva'• v IVAN VASQUEZ ,Current payment due ! 5,630.541
My commission expires 5/12/2025 Notary Public, State of Texas Balance to finish, including retainage 48 640.93
Comm. Expires 06-12-2025
I{v�niy iv I8/04VIU
Architect's Certificate for Payment ;:� 40
,..
In accordance with the Contract Documents, based on on -site observations and the Architec
data comprising the above application the Architect certifies to the Owner that to the
best of the Architect's knowledge, information and belief the Work has progressed as By: Date: 07/15/,IWW
indicated, the quality of the Work is in accordance with the Contract Documents, and
the Contractor is entitled to payment of the Amount Certified. This Certification is not negotiable. The Amount Certified is payable only to the Contractor named herein. Issuance,
5.630.5'f payment, and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this
Amount Certified: $ Contract.
Application and Certificate For Payment -- page 2
To Owner: City of Fort Worth
From (Contractor): Mario Sinacola & Sons Exc Inc.
Project: TAXIWAY P EXTENSION PH 1
Item Unit Contract Scheduled
Number Description Price Quantity UM Value
10 ALLIANCE TAXIWAY P EXT
01 MOBILIZATION
700,000.0000
1.00 LP
02 INSTALL, MAINTAIN, & REMOVE
60,000.0000
1.00 LP
TRAFFIC CONTROL
03 IN SM RD SGN SUP&AM TY S80
1,000.0000
4.00 EA
(1) SA(P)
04 REMOVE 7" PCC ROADWAY
7.0000
7666.00 SY
PAVEMENT
05 REMOVE DRAINAGE INLET
1,250.0000
3.00 EA
06 REMOVE 12" SLOPED END
750.0000
1.00 EA
SECTION
07 REMOVE 12" HEADWALL &
1,250.0000
1.00 EA
WINGWALL
08 REMOVE 24" RCP
25.0000
12.00 LF
09 REMOVE 21" RCP
25.0000
40.00 LF
10 REMOVE 12" RCP
25.0000
35.00 LF
11 REMOVE UNDERGROUND
5.0000
1865.00 LF
TELEPHONE CABLE
12 REMOVE UNDERGROUND
8.0000
585.00 LF
ELECTRIC CABLE
13 REMOVE EXISTING ELECTRIC
1,000.0000
1.00 EA
RACK
14 REMOVE EXISTING V CHAIN LINK
13.0000
411.00 LF
FENCING WITH MOW STIR
15 REMOVE INSTALLED
4.0000
474.00 LF
TEMPORARY 8' CHAIN LINK
FENCE
16 CLEARING AND GRUBBING
10,000.0000
35.00 AC
17 UNCLASSIFIED EXCAVATION
5.0000
237272.00 CY
18 8" LIME -TREATED SUBGRADE
8.0000
10567.00 BY
19 12" LIME -TREATED SUBGRADE
9.0000
29927.00 SY
20 LIME
150.0000
1465.00 TN
21 TEMP AIR & WATER POLLUTION,
30,000.0000
1.00 LP
SOIL EROSION
22 21" CRUSHED AGGREGATE BASE
30.0000
8473.00 SY
COURSE
23 6" CEMENT -TREATED BASE
16.0000
19848.00 SY
24 5" BITUMINOUS SURFACE
38.5000
8202.00 SY
COURSE
25 19" UNREINFORCED PORTLAND
90.0000
16446.00 SY
CEMENT CONCRETE TAXIWAY
26 19" REINFORCED PORTLAND
110.0000
2874.00 SY
CEMENT CONCRETE TAXISAY
27 BITUMINOUS PRIME COAT
5.0500
2542.00 GAL
28 BITUMINOUS TACK COAT
6.4000
820.00 GAL
29 PERMANENT PAVEMENT
1.5000
7057.50 SF
MARKINGS (REFLECTIVE)
Application No: 24 Date: 06/28/24 Period To: 06/30/24
Contractor's Job Number: 20480
Architect's Project No: FTW H 1300165.12
Work Completed Work Completed Completed and Stored To Date
Previous Application This Period
Quantity Amount Quantity Amount Quantity Amount % Retention Memo
700,000.00
1.00
700,000.00
.00
0.00
1.00
700,000.00
100.0
0.00
60,000.00
1.00
60,000.00
.00
0.00
1.00
60,000.00
100.0
0.00
4,000.00
4.00
4,000.00
.00
0.00
4.00
4,000.00
100.0
0.00
53,662.00
7666.00
53,662.00
.00
0.00
7666.00
53,662.00
100.0
0.00
3,750.00
3.00
3,750.00
.00
0.00
3.00
3,750.00
100.0
0.00
750.00
1.00
750.00
.00
0.00
1.00
750.00
100.0
0.00
1,250.00
1.00
1,250.00
.00
0.00
1.00
1,250.00
100.0
0.00
300.00
12.00
300.00
.00
0.00
12.00
300.00
100.0
0.00
1,000.00
40.00
1,000.00
.00
0.00
40.00
1,000.00
100.0
0.00
875.00
35.00
875.00
.00
0.00
35.00
875.00
100.0
0.00
9,325.00
1865.00
9,325.00
.00
0.00
1865.00
9,325.00
100.0
0.00
4,680.00
585.00
4,680.00
.00
0.00
585.00
4,680.00
100.0
0.00
1,000.00
1.00
1,000.00
.00
0.00
1.00
1,000.00
100.0
0.00
5,343.00
411.00
5,343.00
.00
0.00
411.00
5,343.00
100.0
0.00
1,896.00
474.00
1,896.00
.00
0.00
474.00
1,896.00
100.0
0.00
350,000.00
35.00
350,000.00
.00
0.00
35.00
350,000.00
100.0
0.00
1,186,360.00
237272.00
1,186,360.00
.00
0.00
237272.00
1,186,360.00
100.0
0.00
84,456.00
10557.00
84,456.00
.00
0.00
10557.00
84,456.00
100.0
0.00
269,343.00
29927.00
269,343.00
.00
0.00
29927.00
269,343.00
100.0
0.00
219,750.00
1465.00
219,750.00
.00
0.00
1465.00
219,750.00
100.0
0.00
30,000.00
1.00
30,000.00
.00
0.00
1.00
30,000.00
100.0
0.00
254,190.00
8473.00
254,190.00
.00
0.00
8473.00
254,190.00
100.0
0.00
317,568.00
19848.00
317,568.00
.00
0.00
19848.00
317,568.00
100.0
0.00
315,777.00
8202.00
315,777.00
.00
0.00
8202.00
315,777.00
100.0
0.00
1,480,140.00
16446.00
1,480,140.00
.00
0.00
16446.00
1,480,140.00
100.0
0.00
316,140.00
2874.00
316,140.00
.00
0.00
2874.00
316,140.00
100.0
0.00
12,837.10
2542.00
12,837.10
.00
0.00
2542.00
12,837.10
100.0
0.00
5,248.00
820.00
5,248.00
.00
0.00
820.00
5,248.00
100.0
0.00
10,586.25
7057.50
10,586.25
.00
0.00
7057.50
10,586.25
100.0
0.00
Application and Certificate For Payment -- page 3
To Owner: City of Fort Worth
From (Contractor): Mario Sinacola & Sons Exc Inc.
Project: TAXIWAY P EXTENSION PH 1
Application No: 24 Date: 06/28/24 Period To: 06/30/24
Contractor's Job Number: 20480
Architect's Project No: FTWH1300165.12
Work Completed
Work Completed
Completed and Stored To Date
Previous Application
This Period
Item
Unit
Contract
Scheduled
Number Description
Price
Quantity UM
Value
Quantity
Amount
Quantity Amount
Quantity
Amount % Retention
PERMANENT PAVEMENT
1.0000
11390.00 SF
11,390.00
11390.00
11,390.00
.00
0.00
11390.00
11,390.00
100.0
MARKINGS (NON -REFLECTIVE)
TEMPORARY PAVEMENT
1.0000
2700.00 SF
2,700.00
2700.00
2,700.00
.00
0.00
2700.00
2,700.00
100.0
MARKINGS (NON -REFLECTIVE)
TEMPORARY AOA FENCE
38.0000
474.00 LF
18,012.00
474.00
18,012.00
.00
0.00
474.00
18,012.00
100.0
PERMANENT AOA FENCE WITH
45.0000
411.00 LF
18,495.00
411.00
18,495.00
.00
0.00
411.00
18,495.00
100.0
MOW STRIP
24" RCP CLASS V STORM DRAIN
110.0000
432.00 LF
47,520.00
432.00
47,520.00
.00
0.00
432.00
47,520.00
100.0
PIPE
4'X2' REINFORCED CONCRETE
200.0000
282.00 LF
56,400.00
282.00
56,400.00
.00
0.00
282.00
56,400.00
100.0
BOX
TYPE "A" GRATE INLET
4,000.0000
2.00 EA
8,000.00
2.00
8,000.00
.00
0.00
2.00
8,000.00
100.0
TYPE "C" GRATE INLET
7,500.0000
2.00 EA
15,000.00
2.00
15,000.00
.00
0.00
2.00
15,000.00
100.0
MODIFY EXISTING INLET
6,000.0000
4.00 EA
24,000.00
4.00
24,000.00
.00
0.00
4.00
24,000.00
100.0
TYPE B-3 MANHOLE
15,000.0000
4.00 EA
60,000.00
4.00
60,000.00
.00
0.00
4.00
60,000.00
100.0
WELLADJUSTMENT
4,500.0000
2.00 EA
9,000.00
2.00
9,000.00
.00
0.00
2.00
9,000.00
100.0
SEEDING
1,290.0000
32.00 AC
41,280.00
32.00
41,280.00
.00
0.00
32.00
41,280.00
100.0
SODDING
5.0000
2132.89 SY
10,664.45
2132.89
10,664.45
.00
0.00
2132.89
10,664.45
100.0
4" TOPSOIL
1.0000
139366.00 SY
139,366.00
139366.00
139,366.00
.00
0.00
139366.00
139,366.00
100.0
IRRIGATION SYSTEM
125,000.0000
1.00 LP
125,000.00
1.00
125,000.00
.00
0.00
1.00
125,000.00
100.0
(TEMPORARY)
WATER FOR IRRIGATION
2.0000
117759.67 CCF
235,519.34
117759.67
235,519.34
.00
0.00
117759.67
235,519.34
100.0
6" CRUSHED AGGREGATE BASE
9.0000
9497.00 SY
85,473.00
9497.00
85,473.00
.00
0.00
9497.00
85,473.00
100.0
COURSE
8" REINFORCED PCC PERIMETER
60.0000
8436.00 SY
506,160.00
8436.00
506,160.00
.00
0.00
8436.00
506,160.00
100.0
ROAD PAVEMENT
REMOVE AND SALVAGE LIGHT,
500.0000
2.00 EA
1,000.00
2.00
1,000.00
.00
0.00
2.00
1,000.00
100.0
REMOVE BASE CAN IN MODIF
REMOVE AND SLAVAGE
150.0000
2.00 EA
300.00
2.00
300.00
.00
0.00
2.00
300.00
100.0
RETROREFLECTIVE MARKER
REMOVE 2" SCHED 40 PVC IN
20.0000
350.00 LF
7,000.00
350.00
7,000.00
.00
0.00
350.00
7,000.00
100.0
MODIFIED PAVEMENT
REMOV 2" SCHED 40 PVC IN
15.0000
247.00 LF
3,705.00
247.00
3,705.00
.00
0.00
247.00
3,705.00
100.0
EARTH
REMOVE #8 AWG, L-824C, 5KV
1.0000
2450.00 LF
2,450.00
2450.00
2,450.00
.00
0.00
2450.00
2,450.00
100.0
CABLE IN DUCT
NO. 8 AWG, L-824C 5KV CABLE
2.0000
7075.00 LF
14,150.00
7075.00
14,150.00
.00
0.00
7075.00
14,150.00
100.0
INSTALLED IN CONDUIT
NO. 6 AWG COUNTERPOISE
3.0000
7590.00 LF
22,770.00
7590.00
22,770.00
.00
0.00
7590.00
22,770.00
100.0
WIRE, DIRECT BURIED, INSTALL
TEMPORARY ELECTRICAL
20,000.0000
1.00 LP
20,000.00
1.00
20,000.00
.00
0.00
1.00
20,000.00
100.0
PROVISIONS
ALCMS UPGRADE
20,000.0000
1.00 LP
20,000.00
1.00
20,000.00
.00
0.00
1.00
20,000.00
100.0
2" SCHED 40 PVC IN NEW FULL
22.0000
3280.00 LF
72,160.00
3280.00
72,160.00
.00
0.00
3280.00
72,160.00
100.0
STRENGTH PAVEMENT AREA
2" SCHED 40 PVC IN NEW
22.0000
2728.00 LF
60,016.00
2728.00
60,016.00
.00
0.00
2728.00
60,016.00
100.0
SHOULDER PAVEMENT AREAS
2" SCHED 40 PVC DIRECT
12.0000
647.00 LF
7,764.00
647.00
7,764.00
.00
0.00
647.00
7,764.00
100.0
BURIED IN EARTH
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Memo
Application and Certificate For Payment -- page 4
To Owner: City of Fort Worth
From (Contractor): Mario Sinacola & Sons Exc Inc.
Project: TAXIWAY P EXTENSION PH 1
Application No: 24 Date: 06/28/24 Period To: 06/30/24
Contractor's Job Number: 20480
Architect's Project No: FTWH1300165.12
Work Completed
Work Completed
Completed and Stored To Date
Previous Application
This Period
Item
Unit
Contract
Scheduled
Number
Description
Price
Quantity UM
Value
Quantity
Amount
Quantity Amount
Quantity
Amount %
Retention
60
2" SCHED 40 PVC DRAIN
10.0000
270.00 LF
2,700.00
270.00
2,700.00
.00
0.00
270.00
2,700.00
100.0
0.00
61
4-WAY X 4" SCHED 40 PVC,
150.0000
238.00 LF
35,700.00
238.00
35,700.00
.00
0.00
238.00
35,700.00
100.0
0.00
CONCRETE ENCASED DUCTS
62
2-WAY X 4" SCHED 40 PVC,
115.0000
425.00 LF
48,875.00
425.00
48,875.00
.00
0.00
425.00
48,875.00
100.0
0.00
CONCRETE ENCASED DUCTS
63
HANDHOLE 4' X 4' X 4', AIRCRAFT
12,000.0000
6.00 EA
72,000.00
6.00
72,000.00
.00
0.00
6.00
72,000.00
100.0
0.00
RATED
64
ADJUST ELEV OF EXISTING
2,200.0000
1.00 EA
2,200.00
1.00
2,200.00
.00
0.00
1.00
2,200.00
100.0
0.00
STRUCTURE
65
NEW GUIDANCE SIGN INCL
6,500.0000
2.00 EA
13,000.00
2.00
13,000.00
.00
0.00
2.00
13,000.00
100.0
0.00
FOUNDATION - 2 MOD 11 FACE
66
NEW GUIDANCE SIGN INCL
7,200.0000
1.00 EA
7,200.00
1.00
7,200.00
.00
0.00
1.00
7,200.00
100.0
0.00
FOUNDATION - 2 MOD / 1 FACE
67
NEW GUIDANCE SIGN INCL
8,000.0000
3.00 EA
24,000.00
3.00
24,000.00
.00
0.00
3.00
24,000.00
100.0
0.00
FOUNDATION - 3 MOD / 1 FACE
68
NEW GUIDANCE SIGN INCL
9,500.0000
2.00 EA
19,000.00
2.00
19,000.00
.00
0.00
2.00
19,000.00
100.0
0.00
FOUNDATION - 4 MOD / 1 FACE
69
INSTALL ELEVATED FIXTURE ON
1,200.0000
36.00 EA
43,200.00
36.00
43,200.00
.00
0.00
36.00
43,200.00
100.0
0.00
NEW L-867B BASE CAN
70
INSTALL IN -PAVEMENT FIXTURE
3,250.0000
2.00 EA
6,500.00
2.00
6,500.00
.00
0.00
2.00
6,500.00
100.0
0.00
ON NEW L-868B BASE CAN
71
INSTALL ELEVATED FIXTURE ON
750.0000
6.00 EA
4,500.00
6.00
4,500.00
.00
0.00
6.00
4,500.00
100.0
0.00
EXISTING L-867B BASE CAN
72
L-867B BASE CAN WITH BLANK
850.0000
2.00 EA
1,700.00
2.00
1,700.00
.00
0.00
2.00
1,700.00
100.0
0.00
COVER
73
L-868B BASE CAN WITH BLANK
2,175.0000
40.00 EA
87,000.00
40.00
87,000.00
.00
0.00
40.00
87,000.00
100.0
0.00
COVER
74
NEW ISOLATION XFMR AND
300.0000
2.00 EA
600.00
2.00
600.00
.00
0.00
2.00
600.00
100.0
0.00
CONNECTOR KIT FOR LIGHT
Total ALLIANCE TAXIWAY P EXT
7,713,696.14
7,713,696.14
0.00
7,713,696.14
0.00
11 CHANGE ORDER 1
05
P-101 REMOVE DRAINAGE INLET
1,250.0000
-2.00 EA
-2,500.00
-2.00
-2,500.00
.00
0.00
-2.00
-2,500.00
100.0
0.00
08
P-101 REMOVE 24" RCP
25.0000
-8.00 LF
-200.00
-8.00
-200.00
.00
0.00
-8.00
-200.00
100.0
0.00
09
P-101 REMOVE 21" RCP
25.0000
-40.00 LF
-1,000.00
-40.00
-1,000.00
.00
0.00
-40.00
-1,000.00
100.0
0.00
13
P-101 REMOVE EXISTING
1,000.0000
1.00 EA
1,000.00
1.00
1,000.00
.00
0.00
1.00
1,000.00
100.0
0.00
ELECTRIC RACK
14
P-101 REMOVE EXISTING 8'
13.0000
3361.00 LF
43,693.00
3361.00
43,693.00
.00
0.00
3361.00
43,693.00
100.0
0.00
CHAIN LINK FENCE W/ MOW
STRIP
15
P-101 REMOVE INSTALLED TEMP
4.0000
-474.00 LF
-1,896.00
-474.00
-1,896.00
.00
0.00
-474.00
-1,896.00
100.0
0.00
V CHAIN LINK FENCE
17
P-152 UNCLASSIFIED
5.0000
1100.00 CY
5,500.00
1100.00
5,500.00
.00
0.00
1100.00
5,500.00
100.0
0.00
EXCAVATION
22
P-209 21" CRUSHED AGGREGATE
30.0000
-533.50 SY
-16,005.00
-533.50
-16,005.00
.00
0.00
-533.50
-16,005.00
100.0
0.00
BASE COURSE
24
P-304 5" BITUMINOUS SURFACE
38.5000
-488.64 SY
-18,812.64
-488.64
-18,812.64
.00
0.00
-488.64
-18,812.64
100.0
0.00
COURSE
27
P-602 BITUMINOUS PRIME COAT
5.0500
-160.05 GAL
-808.25
-160.05
-808.25
.00
0.00
-160.05
-808.25
100.0
0.00
28
P-603 BITUMINOUS TACK COAT
6.4000
-53.35 GAL
-341.44
-53.35
-341.44
.00
0.00
-53.35
-341.44
100.0
0.00
Memo
Application and Certificate For Payment -- page 5
To Owner: City of Fort Worth
From (Contractor): Mario Sinacola & Sons Exc Inc.
Project: TAXIWAY P EXTENSION PH 1
Application No: 24 Date: 06/28/24 Period To: 06/30/24
Contractor's Job Number: 20480
Architect's Project No: FTWH1300165.12
Work Completed
Work Completed
Completed and Stored To Date
Previous Application
This Period
Item
Unit
Contract
Scheduled
Number
Description
Price
Quantity UM
Value
Quantity
Amount
Quantity Amount
Quantity
Amount %
Retention
32
F-162 TEMP AOA FENCE
38.0000
-11.00 LF
-418.00
-11.00
-418.00
.00
0.00
-11.00
-418.00
100.0
0.00
33
F-162 PERMANENT ADA FENCE
53.2200
982.27 LF
52,276.41
982.27
52,276.41
.00
0.00
982.27
52,276.41
100.0
0.00
W/
33A
F-162 PERMANENT ADA FENCE
45.0000
-411.00 LF
-18,495.00
-411.00
-18,495.00
.00
0.00
-411.00
-18,495.00
100.0
0.00
W/ MOW STRIP
41
T-901 SEEDING
1,290.0000
-17.00 AC
-21,930.00
-17.00
-21,930.00
.00
0.00
-17.00
-21,930.00
100.0
0.00
42
T-904 SODDING
1,877.5800
-1.00 LP
-1,877.58
-1.00
-1,877.58
.00
0.00
-1.00
-1,877.58
100.0
0.00
43
T-905 4" TOPSOIL
1.0000
-65009.00 SY
-65,009.00
-65009.00
-65,009.00
.00
0.00
-65009.00
-65,009.00
100.0
0.00
45
X-360 WATER FOR IRRIGATION
2.0000
-115566.00 CIF
-231,132.00
-115566.00
-231,132.00
.00
0.00
-115566.00
-231,132.00
100.0
0.00
49
L-105 REMOVE & SALVAGE
150.0000
5.00 EA
750.00
5.00
750.00
.00
0.00
5.00
750.00
100.0
0.00
RETRO REFLECTIVE MARKER
52
L-108 REMOVE #8 AWG, L-824C,
1.0000
255.00 LF
255.00
255.00
255.00
.00
0.00
255.00
255.00
100.0
0.00
5KV CABLE IN DUCT
53
L-108 NO. 8 AWG, L-824C 5KV
2.0000
247.00 LF
494.00
247.00
494.00
.00
0.00
247.00
494.00
100.0
0.00
CABLE INSTALLED IN CONDUIT
OR DUCT
58
L-110 2" SCHED 40 PVC IN NEW
22.0000
20.00 LF
440.00
20.00
440.00
.00
0.00
20.00
440.00
100.0
0.00
SHOULDER PAVEMENT AREAS
59
L-110 2" SCHED 40 PVC DIRECT
12.0000
57.00 LF
684.00
57.00
684.00
.00
0.00
57.00
684.00
100.0
0.00
BURIED IN EARTH
59A
L-110 2" SCHED 40 PVC DIRECT
12.0000
230.00 LF
2,760.00
230.00
2,760.00
.00
0.00
230.00
2,760.00
100.0
0.00
BURIED IN EARTH
60
L-110 2" SCHED 40 PVC DRAIN
10.0000
6.00 LF
60.00
6.00
60.00
.00
0.00
6.00
60.00
100.0
0.00
61
L-110 4-WAY X 4": SCHED 40 PVC
150.0000
37.00 LF
5,550.00
37.00
5,550.00
.00
0.00
37.00
5,550.00
100.0
0.00
CONCRETE ENCASED DUCTS
62
L-1102 WAY X 4" SCHED 40 PVC,
115.0000
56.00 LF
6,440.00
56.00
6,440.00
.00
0.00
56.00
6,440.00
100.0
0.00
CONCRETE ENCASED DUCTS
64
L-115 ADJUST ELEV OF EXISTING
2,200.0000
-1.00 EA
-2,200.00
-1.00
-2,200.00
.00
0.00
-1.00
-2,200.00
100.0
0.00
STRUCTURE
69
L-125 INSTALL ELEVATED
1,200.0000
2.00 EA
2,400.00
2.00
2,400.00
.00
0.00
2.00
2,400.00
100.0
0.00
FIXTURE ON NEW L-867B BASE
CAN
72
L-125 L-867B BASE CAN W/
850.0000
4.00 EA
3,400.00
4.00
3,400.00
.00
0.00
4.00
3,400.00
100.0
0.00
BLANK COVER
73
L-125 L-868B BASE CAN W/
2,175.0000
1.00 EA
2,175.00
1.00
2,175.00
.00
0.00
1.00
2,175.00
100.0
0.00
BLANK COVER
74
L-125 NEW ISOLATION XFMR &
300.0000
2.00 EA
600.00
2.00
600.00
.00
0.00
2.00
600.00
100.0
0.00
CONNECTOR KIT FOR LIGHT
75
P-101 REMOVE SOUTHWESTERN
3,458.0600
1.00 EA
3,458.06
1.00
3,458.06
.00
0.00
1.00
3,458.06
100.0
0.00
BELL MANHOLE
76
P-152 RECOMPACT EXISTING 16"
35.3500
402.00 LF
14,210.70
402.00
14,210.70
.00
0.00
402.00
14,210.70
100.0
0.00
WATER LINE BACKFILL
77
P-101 ADJUST EXISTING METER
9,575.0000
1.00 EA
9,575.00
1.00
9,575.00
.00
0.00
1.00
9,575.00
100.0
0.00
VALVE VAULT
78
P-156 INSTALL & REMOVE ROCK
46.1000
34.00 LF
1,567.40
34.00
1,567.40
.00
0.00
34.00
1,567.40
100.0
0.00
FILTER DAMTYPE 2
79
COSTS ASSOCIATED W/ TEMP
189,762.9000
1.00 LP
189,762.90
1.00
189,762.90
.00
0.00
1.00
189,762.90
100.0
0.00
CONSTR ESMTS DELAY
80
P-152 ROCK EXCAVATION
129.7500
532.00 CY
69,027.00
532.00
69,027.00
.00
0.00
532.00
69,027.00
100.0
0.00
81
G-200 ADD TRAFFIC CONTROL
9,158.4300
1.00 LP
9,158.43
1.00
9,158.43
.00
0.00
1.00
9,158.43
100.0
0.00
FOR RUNWAY CLOSURE
Memo
Application and Certificate For Payment -- page 6
To Owner: City of Fort Worth
From (Contractor): Mario Sinacola & Sons Exc Inc.
Project: TAXIWAY P EXTENSION PH 1
Application No: 24 Date: 06/28/24 Period To: 06/30/24
Contractor's Job Number: 20480
Architect's Project No: FTW H 1300165.12
Work Completed
Previous Application
Item
Unit
Contract
Scheduled
Number
Description
Price
Quantity UM
Value
Quantity
Amount
82
P-101 REMOVE EXISTING CTB
13.5100
130.00 SY
1,756.30
130.00
1,756.30
83
L-125 REMOVE & REINSTALL
4,359.4100
2.00 EA
8,718.82
2.00
8,718.82
EXISTING L-868 LIGHT BASE
84
P-156 ADD SWPPP WEST OF
8,974.5000
1.00 LP
8,974.50
1.00
8,974.50
NEW PERIMETER ROAD
85
P-156 EROSION CONTROL LOGS
6,388.6200
1.00 LP
6,388.62
1.00
6,388.62
EAST OF NEW PERIMETER ROAD
86
P-620 EXPEDITED MOBILIZATION
1,500.0000
1.00 LP
1,500.00
1.00
1,500.00
TOPAINT TAXIWAY CENTERLINE
IN IRS
87
P-620 "STOP STENCILS" AT
995.0000
1.00 LP
995.00
1.00
995.00
TAXILANE P1 & P2
INTERSECTION (4)
Total CHANGE ORDER 1
70,945.23
70,945.23
12 CHANGE ORDER 2
88
CO#2 FURNISH ALL LABOR,
370,000.0000
.98 LP
361,004.31
.98
361,004.31
EQUIP, & MATERIALS TO
CLEAR/GRADE THE SITE
89
CO#2 ONCOR ELECTRIC
50,000.0000
1.70 LP
85,068.81
1.70
85,068.81
SERVICE FOR CONTRIBUTION IN
AID OF CONSTRUCTION
90
CO#2 FUNISH&INSTALL A
70,000.0000
1.00 LP
70,000.00
1.00
70,000.00
480/277V 3P 100A PANEL, A SKVA
480-224/120VTRNSFM
91
CO#2 FURNISH&INSTALL ONE
4,200.0000
1.00 LP
4,200.00
1.00
4,200.00
OUT DOOR LIGHT & ASSOCIATED
CIRCUIT W/ TOGG
92
CO#2 FURNISH&INSTALL TWO
400.0000
1.00 LP
400.00
1.00
400.00
GFCI RECEPTACLES &
ASSOCIATED CIRC
93
CO#2 INSTALL 376LF OF SEVEN
32,000.0000
.00 LP
0.00
.00
0.00
FT HIGH CHAINK LINK FENCE & 2
12LF GATES
94
CO#2 INSTALL WATER WELL
500,000.0000
1.00 LP
500,000.00
1.00
500,000.00
95
CO#2 INSTALL AUTOMATIC WELL
8,000.0000
1.00 LP
8,000.00
1.00
8,000.00
CONTROLS
Total CHANGE ORDER 2
1,028,673.12
1,028,673.12
13 CHANGE ORDER 3
96
CO#3 DETAILED WATER QUALITY
3,976.8800
1.00 LP
3,976.88
.00
0.00
SAMPLING & TESTING
97
CO#3 POTENTIOMETER &
1,950.0000
1.00 LP
1,950.00
.00
0.00
DYNOTEK DATA LOGGER
Total CHANGE ORDER 3
5,926.88
0.00
90 MATERIAL ON HAND
90001
MOH - PAVING
1.0000
.00 LP
0.00
.00
0.00
90002
MOH - WATER
1.0000
.00 LP
0.00
.00
0.00
90003
MOH - STORM DRAINAGE
1.0000
.00 LP
0.00
.00
0.00
Work Completed
Completed
and Stored To Date
This
Period
Quantity
Amount
Quantity
Amount
%
Retention
.00
0.00
130.00
1,756.30
100.0
0.00
.00
0.00
2.00
8,718.82
100.0
0.00
.00
0.00
1.00
8,974.50
100.0
0.00
.00
0.00
1.00
6,388.62
100.0
0.00
.00
0.00
1.00
1,500.00
100.0
0.00
.00
0.00
1.00
995.00
100.0
0.00
0.00
70,945.23
0.00
.00
0.00
.98
361,004.31
100.0
18,050.21
.00
0.00
1.70
85,068.81
100.0
1,164.38
.00
0.00
1.00
70,000.00
100.0
3,500.00
.00
0.00
1.00
4,200.00
100.0
210.00
.00
0.00
1.00
400.00
100.0
20.00
.00
0.00
.00
0.00
0.0
0.00
.00
0.00
1.00
500,000.00
100.0
25,000.00
.00
0.00
1.00
8,000.00
100.0
400.00
0.00
1,028,673.12
48,344.59
1.00
3,976.88
1.00
3,976.88
100.0
198.84
1.00
1,950.00
1.00
1,950.00
100.0
97.50
5,926.88
5,926.88
296.34
.00
0.00
.00
0.00
0.0
0.00
.00
0.00
.00
0.00
0.0
0.00
.00
0.00
.00
0.00
0.0
0.00
Memo
Application and Certificate For Payment -- page 7
To Owner:
City of Fort Worth
Application No: 24
Date: 06/28/24
Period To: 06/30/24
From (Contractor): Mario Sinacola & Sons Exc Inc.
Contractor's Job Number:
20480
Project:
TAXIWAY P EXTENSION PH 1
Architect's Project No:
FTWH1300165.12
Work Completed Work Completed Completed and Stored To Date
Previous Application
This Period
Item
Unit Contract
Scheduled
Number
Description Price Quantity
UM
Value
Quantity Amount Quantity Amount Quantity Amount %
Retention Memo
90004
MOH - SANITARY SEWER 1.0000
.00 LP
0.00
.00 0.00 .00
0.00 .00
0.00 0.0
0.00
90005
MOH -STRUCTURE 1.0000
.00 LP
0.00
.00 0.00 .00
0.00 .00
0.00 0.0
0.00
90006
MOH - OTHER 1.0000
.00 LP
0.00
.00 0.00 .00
0.00 .00
0.00 0.0
0.00
Total MATERIAL
ON HAND
0.00
0.00
0.00
0.00
0.00
Application Total
8,819,241.37
8,813,314.49
5,926.88
8,819,241.37
48,640.93
FORT WORTH
Routing and Transmittal Slip
Aviation
Department
DOCUMENT TITLE: AFW Taxiway Papa Phase I Construction Closeout
M&C 20-0765 CPN 102845, 103000 & CSO # 54827 DOC#
103668
DATE: 5/19/2025
TO:
1. Roger Venables
2. Valerie Washington
3
4
5
6
INITIALS DATE OUT
Ro er enable, 05/19/2025
4) 05/19/2025
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
RUSH: ❑ Yes 0 No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No
ROUTING TO CSO: x❑ Yes ❑ No
Action Required:
❑ As Requested
❑ For Your Information
1 Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Please call Tyler Dale at ext. 5416 for pick up when completed. Thank you.