Loading...
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.