Loading...
HomeMy WebLinkAboutContract 56640-FP1CSC No. 56640-FP1 AVIATION DEPARTMENT NOTICE OF PROJECT COMPLETION Regarding City Secretary Contract #56640 for the construction of Alliance Airport Taxiway P, Phase 2 at Perot Field Fort Worth Alliance Airport as requested by the Aviation Department as approved by City Council on 10/19/2021 through M&C 21-0822. The Department of Aviation has accepted this project as complete. Original Contract Amount Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed Less Deductions: Liquidated Damages Pavement Deficiencies Total Deduction Amount: Total Cost Work Completed Less Previous Payments Final Payment Due Tvler Dale (Mav 19, 202512:03 CDT) Recommended for Acceptance Aviation Director Va& L-kA� VoIorie I-n��;hingt Way a„ 19, 2025 i 2:43 CDT) Assistant City Manager $5,632,393.08 $209,261.43 Number 1 $1,089,217.76 Number 2 $6,930,872.27 $6,930,872.27 0 Days @$0.00/Day $0.00 $0.00 $6,930,872.27 $6,930,872.27 $0.00 05/19/20; Date 05/19/20: Date 05/19/20: Date CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)Alliance Airport Taxiway P, Phase 2 Fort Worth. TX TO (Owner) ICITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER CONTRACTOR: MARIO SINACOLA & SONS EXCAVATING, INC. Bond No107491749 City Project No. ARCHITECT'S PROJECT NO: 103000 CONTRACT FOR: Alliance Airport Taxiway P, Phase 2 Project No. 21580 CONTRACT DATE: 10/19/2021 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 Attest: jv��fm��(Seal): 16th day of May, 2025 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety Company '�., i , : . `?-Yl lip, ,• ./ , j✓ Signature of Authorized Representative Robbi Morales Attorney -in -Fact Title 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 Casualty and Surety Company of America #. Travelers Casualty and Surety Company TRAVELERS J 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. ��,p6 SIM:%.� JP�tY Ak0 • �i 4P 9 1 �.w 2 W �� � �. C 1q, YAt State of Connecticut By: , City of Hartford ss. 4Renior 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 NOTARY is r +M 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 seat 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 J �!'" W!!Y 9J9t" 4MC i e.ew �))t� NARTFOM, � l a CONK. o Kevin E. Hughes, Ass?Cant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-411-3880. Please refer to the above -mined Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached. AFFIDAVIT 612l/_ir0613�MI COUNTY OF (IiW\V1 Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared 1)avl � Nary — 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 Alliance Airport Taxiway , Phase 2 By David Clark, Director Subscribed and sworn before me on this \�k�\day of 1" `o' { 2025. Notary Public in aid for the State of Texas ���u�, IVAN VASQUEZ Notary Public, State of Texas Comm. Expires05-12-2029 Notary ID 128784010 CERTIFICATE F SUBSTANTIAL COMPLETION Contract No.: 56640 Contract Date: November 12, 2021 Project Name: Taxiway Papa Phase II NTP Date: November 15, 2021 Fort Worth Alliance Airport Owner: City of Fort Worth, Department of Aviation Contractor: Mario Sinacola % Sons, Excavating, Inc. Project Substantial Completion Date: June 13,2022 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. Jacobs Engineering Group, Inc Architect/Engineer Project Management Associates PLLC Resident Project Representative By: — Authorized Representative By: )C3S�Ltq A1`i iuvi+nc Authorized Representative-i 0��� Da Ke 1-') `1/-Z s-/ 2 0 2 ? 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/Z&/0,0 Z-Z__ Contractor Auth zed 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 12:00 PM (time), on June 13. 2022 (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: --� �;W 7/26/2022 Owner Authorized Representative 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. APPROVED By Tyler Dale at 3:04 pm, Jul 15, 2024 Professional Services Payment Request Project Manager: (Tyler Dale I Summary LOCK Project: ITaxiway Papa Extension Phase II Construction I UNLOCK City Project #: 1 103000 & 103668 1 City Sec Number: 156640 1 Purchase Order: IFW055-0000001012 Company Name:IMario Sinacola & Sons Excavating Inc. Consultant's PM: (Jonathan Gibson I Vendor Invoice #: 121580-19 1 Payment Request M 11g I From Date: 16i1/2024 1 To Date: 16/30/2024 1 Invoice Date: 17/15/2024 1 Consultant Instructions: Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Bu=saw and Add your invoice to the Consultant folder within Project's folder. email: kibson0mariosinacola,com I Office Address 10950 Research Rd., Frisco, TX 75033 1 Telephone: 1214.387.3900 Fax: IN/A Remit Address:110950 Research Rd., Frisco, TX 75033 1 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 PO: 1012 $69,262.05 ($3,463.10) $65, 798.95 Project 103668 Grant 72 Totals This Payment Request Agreement Agreement Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Amount Date Amount Completed Previously Invoice Balance $5,632,393.08 $1,298,479.19 $6,930,872.27 $6,930,872.27 100.0000000% $6,861,610.22 $69,262.05 $0,00 $5,632,393.08 $1,298,479.19 $6,930,872.27 $6,930,872.27 $6,861,610.22 $69,26205 $000 5% Retainage-$3,463.10 Overall Percentage Complete 100.0000000% Net Pav $ Christian Childs Gr 5t/7024 _APPROVED Grant FID: 55003-0550435-5740010-103668-008080 Retainage - FID: 55003-2060000-103668-RETAIN Net Pay Application and Certificate For Payment To Owner: City of Fort Worth 200 TEXAS STREET Fort Worth, TX 76102-6314 From Mario Sinacola & Sons Exc Inc. (Contractor): 10950 Research Frisco, TX 75033 Phone: 214 387-3900 Contractor's Application For Payment Change Order Summary Change orders approved in previous months by owner Date Number Approved Change 3 06/28/24 orders approved this month Totals Net change by change orders The undersigned Contractor if s that to tl belief the work covered this pli ion Contract Document at all u hav b Certificates for yment r is d p payment erein is o du Contractor: By: I State of: EX S Coun of: Subscribed and sn to before me thi d Project: Contractor Job Number: Via (Architect): Contract For: Additions Deductions 1,298,479.19 1,298,479.19 the Contractor's knowledge, information, and t has been completed in accordance with the by the Contractor for work for which previous received from the Owner, and that current Date: 7/2/2024 /' COLLIN of �U LY ALLIANCE TAXIWAY P PH2 ALLIANCE AIRPORT, TX 21580 2024 (year). Notary public: i"f" IVAN VASQUEZ Notary Public, S,: to of Te xa! My commission expires 5/12/2025 •rc Comm. Expires 05- ; 2-2025 Notary if) 17R-7Ren1n fir.•r .s a.-o� Architect's Certificate for Payment =..ate--t. —v In accordance with the Contract Documents, based on on -site observations and the 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 indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to 65.798.95 paa-yyment of the -A{mount Certified. Amount Certified: $ 6 . 79f�. 9v Original contract sum Net change by change orders Contract sum to date Total completed and stored to date Retainage 0.7% of completed work 0.0% of stored material Total retainage Total earned less retainage Less previous certificates of payment 0.000% of taxable amount Current sales tax Page 1 Application No: 19 Date: 06/28/2024 Period To: 06/30/24 Architect's Project No: Contract Date: 5,632,393.08 1,298,479.19 6,930,872.27 6,930,872.27 51,443.10 0.00 51,443.10 6,879,429.18 6,879 429,17 r« 6,813,630.22 NMI Im Current payment due 65, 7.98.96165,798, 95T« Balance to finish, including retainage 51,443.10 Archite By: p Date:07115,2024 This Certification is not negotiable. The Amount Certified is payable only to the Contractor named herein. Issuance, payment, and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. Application and Certificate For Payment -- page 2 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: ALLIANCE TAXIWAY P PH2 Application No: 19 Date: 06/28/24 Period To: 06/30/24 Contractor's Job Number: 21580 Architect's Project No: 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 to ALLIANCE TAXIWAY PH2 01 CONTRACTOR QUALITY 75,000.0000 1.00 LP 75,000.00 1.00 75,000.00 .00 0.00 1.00 75,000.00 100.0 0.00 CONTROL PROGRAM (CQCP) 02 TEMPORARY SEEDING & 0.6500 7749.00 SY 5,036.85 7749.00 5,036.85 .00 0.00 7749.00 5,036.85 100.0 0.00 MULCHING 02A CO#2 TEMP SEEDING & 0.6500 -7749.00 SY -5,036.85 -7749.00 -5,036.85 .00 0.00 -7749.00 -5,036.85 100.0 0.00 MULCHING 03 FERTILIZING 1.3000 800.00 LB 1,040.00 800.00 1,040.00 .00 0.00 800.00 1,040.00 100.0 0.00 03A CO#2 FERTILIZING 1.3000 -800.00 LB -1,040.00 -800.00 -1,040.00 .00 0.00 -800.00 -1,040.00 100.0 0.00 04 STORM WATER POLLUTION 5,000.0000 1.00 LP 5,000.00 1.00 5,000.00 .00 0.00 1.00 5,000.00 100.0 0.00 PLAN: SWPPP 05 INSTALLATION & REMOVAL OF 15.6200 200.00 LF 3,124.00 200.00 3,124.00 .00 0.00 200.00 3,124.00 100.0 0.00 EROSION CONTROL LOG 06 MOBILIZATION 280,000.0000 1.00 LP 280,000.00 1.00 280,000.00 .00 0.00 1.00 280,000.00 100.0 0.00 07 TEMPORARY FENCING, 300,000.0000 1.00 LP 300,000.00 1.00 300,000.00 .00 0.00 1.00 300,000.00 100.0 0.00 BARRICADES, & FACILITIES 07A CO#2 TEMPORARY FENCING, 300,000.0000 .01 LP 2,456.57 .01 2,456.57 .00 0.00 .01 2,456.57 100.0 0.00 BARRICADES, & FACILITIES 08 PAVEMENT REMOVAL, 14" 100.0000 788.00 SY 78,800.00 788.00 78,800.00 .00 0.00 788.00 78,800.00 100.0 0.00 CONCRETE SURFACE AND CTB 08A CO#2 PAVEMENT REMOVAL, 14" 250.0000 5.00 SY 1,250.00 5.00 1,250.00 .00 0.00 5.00 1,250.00 100.0 0.00 CONCRETE SURFACE & CTB 09 PAVEMENT REMOVAL, 14" 250.0000 158.00 SY 39,500.00 158.00 39,500.00 .00 0.00 158.00 39,500.00 100.0 0.00 CONCRETE SURFACE ONLY 10 PAVEMENT REMOVAL, ASPHALT 10.0000 2405.00 SY 24,050.00 2405.00 24,050.00 .00 0.00 2405.00 24,050.00 100.0 0.00 10A CO#1 PAVEMENT REMOVAL 10.0000 -530.00 SY -5,300.00 -530.00 -5,300.00 .00 0.00 -530.00 -5,300.00 100.0 0.00 ASPHALT 11 CLEARING & GRUBBING 15,250.0000 6.00 AC 91,500.00 6.00 91,500.00 .00 0.00 6.00 91,500.00 100.0 0.00 12 UNCLASSIFIED EXCAVATION 20.0000 16475.00 CY 329,500.00 16475.00 329,500.00 .00 0.00 16475.00 329,500.00 100.0 0.00 12A CO#1 UNCLASSIFIED 20.0000 -1458.00 CY -29,160.00 -1458.00 -29,160.00 .00 0.00 -1458.00 -29,160.00 100.0 0.00 EXCAVATION 12B CO#2 UNCLASSIFIED 20.0000 -148.00 CY -2,960.00 -148.00 -2,960.00 .00 0.00 -148.00 -2,960.00 100.0 0.00 EXCAVATION 13 LIME -TREATED SUBGRADE 15.0000 25179.00 SY 377,685.00 25179.00 377,685.00 .00 0.00 25179.00 377,685.00 100.0 0.00 14 LIME 210.0000 1314.00 TN 275,940.00 1314.00 275,940.00 .00 0.00 1314.00 275,940.00 100.0 0.00 15 CRUSHED AGGREGATE BASE 40.0000 10238.00 SY 409,520.00 10238.00 409,520.00 .00 0.00 10238.00 409,520.00 100.0 0.00 COURSE, 21" THICKNESS 16 CEMENT -TREATED BASE 34.0000 14952.00 SY 508,368.00 14952.00 508,368.00 .00 0.00 14952.00 508,368.00 100.0 0.00 COURSE, 6" THICKNESS 17 ASPHALT MIXTURE SURFACE 110.0000 2793.00 TN 307,230.00 2793.00 307,230.00 .00 0.00 2793.00 307,230.00 100.0 0.00 COURSE 18 19" CONCRETE PAVEMENT, 120.0000 11918.00 SY 1,430,160.00 11918.00 1,430,160.00 .00 0.00 11918.00 1,430,160.00 100.0 0.00 UNREINFORCED 1 SA CO#2 19" CONCRETE PAVEMENT, 120.0000 5.00 SY 600.00 5.00 600.00 .00 0.00 5.00 600.00 100.0 0.00 UNREINFORCED 19 19" CONCRETE PAVEMENT, 120.0000 2804.00 SY 336,480.00 2804.00 336,480.00 .00 0.00 2804.00 336,480.00 100.0 0.00 REINFORCED 20 14" CONCRETE PAVEMENT, 140.0000 158.00 SY 22,120.00 158.00 22,120.00 .00 0.00 158.00 22,120.00 100.0 0.00 UNREINFORCED Memo Application and Certificate For Payment -- page 3 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: ALLIANCE TAXIWAY P PH2 Application No: 19 Date: 06/28/24 Period To: 06/30/24 Contractor's Job Number: 21580 Architect's Project No: Work Completed Work Completed Completed and Stored To Date Previous Application This Period Item Unit Contract Scheduled Number Description Price Quantity UM Value QuantityAmount Quantity Amount Q y Quantity ° Amount /o Retention 21 EMULSIFIED ASPHALT PRIME 4.0000 1491.00 GAL 5,964.00 1491.00 5,964.00 .00 0.00 1491.00 5,964.00 100.0 0.00 COAT 22 EMULSIFIED ASPHALT TACK 4.0000 305.00 GAL 1,220.00 305.00 1,220.00 .00 0.00 305.00 1,220.00 100.0 0.00 COAT 23 COMPRESSION JOINT SEALS 2.6000 13094.00 LF 34,044.40 13094.00 34,044.40 .00 0.00 13094.00 34,044.40 100.0 0.00 FOR CONCRETE PAVEMENTS 23A CO#1 COMPRESS JOINT SEALS 2.6000 -13094.00 LF -34,044.40 -13094.00 -34,044.40 .00 0.00 -13094.00 -34,044.40 100.0 0.00 FOR CONCRETE PAVEMENTS 24 JOINT SEALING FILLER 1.1000 3413.00 LF 3,754.30 3413.00 3,754.30 .00 0.00 3413.00 3,754.30 100.0 0.00 24A CO#1 JOINT SEALING FILLER 1.1000 13094.00 LF 14,403.40 13094.00 14,403.40 .00 0.00 13094.00 14,403.40 100.0 0.00 25 SURFACE PREPARATION 0.5900 18554.00 SF 10,946.86 18554.00 10,946.86 .00 0.00 18554.00 10,946.86 100.0 0.00 26 MARKING 0.9200 18554.00 SF 17,069.68 18554.00 17,069.68 .00 0.00 18554.00 17,069.68 100.0 0.00 26A CO#2 MARKING 0.9200 -1000.00 SY -920.00 -1000.00 -920.00 .00 0.00 -1000.00 -920.00 100.0 0.00 27 REFLECTIVE MEDIA, TYPE I, 0.4000 42.00 LB 16.80 42.00 16.80 .00 0.00 42.00 16.80 100.0 0.00 GRADATION A 27A CO#2 REFLECTIVE MEDIA, TYPE 0.4000 -42.00 LB -16.80 -42.00 -16.80 .00 0.00 -42.00 -16.80 100.0 0.00 I, GRADATION A 28 REFLECTIVE MEDIA, TYPE III 3.7300 630.00 LB 2,349.90 630.00 2,349.90 .00 0.00 630.00 2,349.90 100.0 0.00 29 MARKING REMOVAL 3.7800 4368.00 SF 16,511.04 4368.00 16,511.04 .00 0.00 4368.00 16,511.04 100.0 0.00 31 TEMPORARY IRRIGATION 18,000.0000 1.00 LP 18,000.00 1.00 18,000.00 .00 0.00 1.00 18,000.00 100.0 0.00 SYSTEM INSTALLATIONS & REMOVALS 32 WATER FOR IRRIGATION 15.0000 2092.00 CCF 31,380.00 2092.00 31,380.00 .00 0.00 2092.00 31,380.00 100.0 0.00 32A CO#1 WATER FOR IRRIGATION 14.6700 1900.00 CCF 27,873.00 1900.00 27,873.00 .00 0.00 1900.00 27,873.00 100.0 0.00 32B CO#2 WATER FOR IRRIGATION 15.0000 1995.87 CCF 29,938.05 1995.87 29,938.05 .00 0.00 1995.87 29,938.05 100.0 0.00 32C CO#2 WATER FOR IRRIGATION 14.6700 -1900.00 CCF -27,873.00 -1900.00 -27,873.00 .00 0.00 -1900.00 -27,873.00 100.0 0.00 33 SODDING 4.2900 7749.00 SY 33,243.21 7749.00 33,243.21 .00 0.00 7749.00 33,243.21 100.0 0.00 33A CO#1 SODDING 4.2900 6300.00 SY 27,027.00 6300.00 27,027.00 .00 0.00 6300.00 27,027.00 100.0 0.00 34 TOPSOIL 18.1400 861.00 CY 15,618.54 861.00 15,618.54 .00 0.00 861.00 15,618.54 100.0 0.00 34A CO#1 TOPSOIL 19.0700 700.00 CY 13,349.00 700.00 13,349.00 .00 0.00 700.00 13,349.00 100.0 0.00 35 NO. 8 L-84C 5KV CABLE INST. IN 2.0000 18500.00 LF 37,000.00 18500.00 37,000.00 .00 0.00 18500.00 37,000.00 100.0 0.00 DUCT OR CONDUIT 35A CO#2 NO. 8 L-84C 5KV CABLE 2.0000 4383.00 LF 8,766.00 4383.00 8,766.00 .00 0.00 4383.00 8,766.00 100.0 0.00 INST. IN DUCT OR CONDUIT 36 NO. 6 SOLID CU COUNTERPOISE 2.2500 5250.00 LF 11,812.50 5250.00 11,812.50 .00 0.00 5250.00 11,812.50 100.0 0.00 INST. W/ GROUND RODS 36A CO#2 NO. 6 SOLID CU COUNTER 2.2500 338.00 LF 760.50 338.00 760.50 .00 0.00 338.00 760.50 100.0 0.00 POISE INST. W/ GROUND RODS 37 NO. 6 STRANDED CU GROUND 3.0000 320.00 LF 960.00 320.00 960.00 .00 0.00 320.00 960.00 100.0 0.00 INST. W/ GROUND RODS & CONNECTORS 38 NO. 8 L-824 5KV TEMP JUMPER 5.0000 750.00 LF 3,750.00 750.00 3,750.00 .00 0.00 750.00 3,750.00 100.0 0.00 CABLE, INCL. COUNTERPOISE W/ GROUND RODS Memo Application and Certificate For Payment -- page 4 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: ALLIANCE TAXIWAY P PH2 Application No: 19 Date: 06/28/24 Period To: 06/30/24 Contractor's Job Number: 21580 Architect's Project No: 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 38A CO#2 NO.8 L-824 5KV TEMP 5.0000 -310.00 LF -1,550.00 -310.00 -1,550.00 .00 0.00 -310.00 -1,550.00 100.0 0.00 JUMPR CABLE, INCL. CONUTERPOISE W/ GROUND RODS 39 2" SCH. 40 PVC CONDUIT, DEB, 14.0000 390.00 LF 5,460.00 390.00 5,460.00 .00 0.00 390.00 5,460.00 100.0 0.00 INCL. TRENCH & BACKFILL 39A CO#2 2" SCH. 40 PVC CONDUIT, 14.0000 425.00 LF 5,950.00 425.00 5,950.00 .00 0.00 425.00 5,950.00 100.0 0.00 DEB, INCL. TRENCH & BACKFILL 40 2" SCH. 40 PVC CONDUIT UNDER 20.0000 1500.00 LF 30,000.00 1500.00 30,000.00 .00 0.00 1500.00 30,000.00 100.0 0.00 NEW FULL STRENGTH PVMNT 41 2" SCH. 40 PVC CONDUIT UNDER 22.0000 3100.00 LF 68,200.00 3100.00 68,200.00 .00 0.00 3100.00 68,200.00 100.0 0.00 NEW SHOULD PVMT, INCL. TRENCH & BACKFILL 42 2" SCH. 40 PVC DRAIN CONDUIT 12.0000 255.00 LF 3,060.00 255.00 3,060.00 .00 0.00 255.00 3,060.00 100.0 0.00 INCL. TRENCH & BACKFILL 42A CO#2 2" SCH. 40 PVC DRAIN 12.0000 7.00 LF 84.00 7.00 84.00 .00 0.00 7.00 84.00 100.0 0.00 CONDUIT, INCL. TRENCH & BACKFILL 44 4W-4" DUCT BANK, INCL. 135.0000 270.00 LF 36,450.00 270.00 36,450.00 .00 0.00 270.00 36,450.00 100.0 0.00 TRENCH & BACKFILL 44A CO#2 4W-4" DUCT BANK, INCL. 135.0000 -15.00 LF -2,025.00 -15.00 -2,025.00 .00 0.00 -15.00 -2,025.00 100.0 0.00 TRENCH & BACKFILL 45 DEMO DUCT BANK, INCL. CABLE 25.0000 150.00 LF 3,750.00 150.00 3,750.00 .00 0.00 150.00 3,750.00 100.0 0.00 45A CO#2 DEMO DUCT BANK, INCL. 25.0000 -86.00 LF -2,150.00 -86.00 -2,150.00 .00 0.00 -86.00 -2,150.00 100.0 0.00 CABLE 47 DEMO MANHOLE/PULLBOX IN 1,250.0000 1.00 EA 1,250.00 1.00 1,250.00 .00 0.00 1.00 1,250.00 100.0 0.00 EARTH 49 AIRCRAFT RATED 4'X4'X4' 12,500.0000 3.00 EA 37,500.00 3.00 37,500.00 .00 0.00 3.00 37,500.00 100.0 0.00 MANHOLE 51 REMOVE FIXTURE & 75.0000 6.00 EA 450.00 6.00 450.00 .00 0.00 6.00 450.00 100.0 0.00 TRANSFORMER, RETURN TO OWNER 52 REMOVE LIGHT BASE BLANK LID, 75.0000 41.00 EA 3,075.00 41.00 3,075.00 .00 0.00 41.00 3,075.00 100.0 0.00 RETURN TO OWNER 52A CO#2 REMOVE LIGHT BASE 75.0000 -6.00 EA -450.00 -6.00 -450.00 .00 0.00 -6.00 -450.00 100.0 0.00 BLANK LID, RETURN TO OWNER 53 REMOVE SIGN & TRANSFORMER, 125.0000 3.00 EA 375.00 3.00 375.00 .00 0.00 3.00 375.00 100.0 0.00 RETURN TO OWNER 54 DEMO SIGN FOUNDATION 350.0000 3.00 EA 1,050.00 3.00 1,050.00 .00 0.00 3.00 1,050.00 100.0 0.00 55 REMOVE ELEVATED 25.0000 7.00 EA 175.00 7.00 175.00 .00 0.00 7.00 175.00 100.0 0.00 RETROREFLCTIVE TAXIWAY EDGE 56 FURNISH & INSTALL L-867 BASE 1,350.0000 27.00 EA 36,450.00 27.00 36,450.00 .00 0.00 27.00 36,450.00 100.0 0.00 IN NEW SHOULDER PVMNT 56A CO#2 FURNISH & INSTALL L-867 1,350.0000 7.00 EA 9,450.00 7.00 9,450.00 .00 0.00 7.00 9,450.00 100.0 0.00 BASE IN NEW SHOULDER PVMNT 57 FURNISH & INSTALL L-868 2- 2,350.0000 35.00 EA 82,250.00 35.00 82,250.00 .00 0.00 35.00 82,250.00 100.0 0.00 PIECE BASE IN NEW FULL STRENGTH PVMT 61 FURNISH L852C(L) 955.0000 56.00 EA 53,480.00 56.00 53,480.00 .00 0.00 56.00 53,480.00 100.0 0.00 BIDIRECTIONAL TWY CENTERLINE 61A CO#2 FURNISH L852C(L) 955.0000 -1.00 EA -955.00 -1.00 -955.00 .00 0.00 -1.00 -955.00 100.0 0.00 BIDIRECT IONAL TWY CENTERLINE Memo Application and Certificate For Payment -- page 5 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: ALLIANCE TAXIWAY P PH2 Application No: 19 Date: 06/28/24 Period To: 06/30/24 Contractor's Job Number: 21580 Architect's Project No: 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 62 FURNISH L852D(L) 1,076.0000 23.00 EA 24,748.00 23.00 24,748.00 .00 0.00 23.00 24,748.00 100.0 0.00 BIDIRECTIONAL TWY CENTERLINE 62A CO#2 FURNISH L852D(L) 1,076.0000 -2.00 EA -2,152.00 -2.00 -2,152.00 .00 0.00 -2.00 -2,152.00 100.0 0.00 BIDIRECT IONAL TWY CENTERLINE 64 FURNISH L-861T(L) TWY EDGE 535.0000 34.00 EA 18,190.00 34.00 18,190.00 .00 0.00 34.00 18,190.00 100.0 0.00 FIXTURE & TRANSFORMER 64A CO#2 FURNISH L-861T(L)TWY 535.0000 3.00 EA 1,605.00 3.00 1,605.00 .00 0.00 3.00 1,605.00 100.0 0.00 EDGE FIXTURE & TRANSFORMER 67 INSTALL FIXTURE & 175.0000 103.00 EA 18,025.00 103.00 18,025.00 .00 0.00 103.00 18,025.00 100.0 0.00 TRANSFORMER 67A CO#2 INSTALL FIXTURE & 175.0000 10.00 EA 1,750.00 10.00 1,750.00 .00 0.00 10.00 1,750.00 100.0 0.00 TRANS -FORMER 68 FURNISH & INSTALL L-858(L) 1 3,250.0000 1.00 EA 3,250.00 1.00 3,250.00 .00 0.00 1.00 3,250.00 100.0 0.00 MOD, SINGLE FACE SIGN, INCL FOUNDATION 69 FURNISH & INSTALL L-858(L) 2 3,885.0000 1.00 EA 3,885.00 1.00 3,885.00 .00 0.00 1.00 3,885.00 100.0 0.00 MOD, SINGLE FACE SIGN, INCL FOUNDATION 70 FURNISH & INSTALL L-858(L) 2 4,050.0000 1.00 EA 4,050.00 1.00 4,050.00 .00 0.00 1.00 4,050.00 100.0 0.00 MOD, DOUBLE FACE SIGN, INCL FOUNDATION 71 FURNISH & INSTALL L-858(L) 3 4,650.0000 1.00 EA 4,650.00 1.00 4,650.00 .00 0.00 1.00 4,650.00 100.0 0.00 MOD, SINGLE FACE SIGN, INCL FOUNDATION 72 FURNISH & INSTALL L-858(L) 4 5,250.0000 1.00 EA 5,250.00 1.00 5,250.00 .00 0.00 1.00 5,250.00 100.0 0.00 MOD, SINGLE FACE SIGN, INCL FOUNDATION 75 ALCMS GRAPHIC 41,500.0000 1.00 LP 41,500.00 1.00 41,500.00 .00 0.00 1.00 41,500.00 100.0 0.00 MODIFICATIONS 76 REPLACE SIGN PANEL ARRAY 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 77 CO#1 REMOV 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 78 CO#1 NO. 5 STEEL BARS FOR 2,225.0400 1.00 EA 2,225.04 1.00 2,225.04 .00 0.00 1.00 2,225.04 100.0 0.00 EXISTING BLOCKOUT 79 CO#1 UNFORESEEN ROCK 110.0500 1.00 DOL 160,459.40 1458.06 160,459.40 .00 0.00 1458.06 160,459.40 100.0 0.00 79A CO#2 UNFORESEEN ROCK 108.2600 148.00 CY 16,022.48 148.00 16,022.48 .00 0.00 148.00 16,022.48 100.0 0.00 80 CO#1 REPLACE CTB COURSE 8" 5,306.7100 1.00 LP 5,306.71 1.00 5,306.71 .00 0.00 1.00 5,306.71 100.0 0.00 THICKNESS 81 CO#1 INSTALL PERMANENT ADA 53.2200 474.00 LF 25,226.28 474.00 25,226.28 .00 0.00 474.00 25,226.28 100.0 0.00 FENCE W/ MOW STRIP 82 CO#2 FURNISH AND INSTALL L- 135.0000 1.00 EA 135.00 1.00 135.00 .00 0.00 1.00 135.00 100.0 0.00 867 BLANK LID 83 CO#2 WARM SEED MIX 0.9059 13456.23 SY 12,190.00 13456.23 12,190.00 .00 0.00 13456.23 12,190.00 100.0 0.00 84 CO#2 FURNISH AND INSTALL L- 3,788.8100 1.00 EA 3,788.81 1.00 3,788.81 .00 0.00 1.00 3,788.81 100.0 0.00 867 BASE IN EXISTING SHOULDER PAVEMENT 85 CO#2 FURNISH ALL LABOR, 370,000.0000 1.00 LP 370,000.00 1.00 370,000.00 .00 0.00 1.00 370,000.00 100.0 18,500.00 EOPMNT & MATERIALS TO CLEAR & GRADE THE SITE 86 CO#2 ONCOR ELECTRIC 50,000.0000 .00 LP 12,737.95 .25 12,737.95 .00 0.00 .25 12,737.95 100.0 0.00 SERVICE ESTIMATE FOR CONTRIBUTION IN AID Memo Application and Certificate For Payment -- page 6 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: ALLIANCE TAXIWAY P PH2 Application No: 19 Date: 06/28/24 Period To: 06/30/24 Contractor's Job Number: 21580 Architect's Project No: Work Completed Previous Application Item Unit Contract Scheduled Number Description Price Quantity UM Value Quantity Amount 87 CO#2 FURNISH & INSTALL A 77,000.0000 1.00 LP 77,000.00 1.00 77,000.00 480/277V, 3P 100A PANEL, A SKVA 48... 88 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 89 CO#2 FURNISH & INSTALL 2 GFCI 400.0000 1.00 LP 400.00 1.00 400.00 RECEPTACLES & ASSOCIATED CIRCUIT 90 CO#2 FURNISH ALL LABOR, 32,000.0000 .00 LP 0.00 00 0.00 EQPMNT & MATERIALS TO INSTALL 376 LF OF THIGH 91 CO#2 FURNISH ALL LABOR, 500,000.0000 1.00 LP 500,000.00 1.00 500,000.00 EQPMNT AND MATERIALS TO INSTALL WATER WELL 92 CO#2 FURNISH ALL LABOR, 8,000.0000 1.00 LP 8,000.00 1.00 8,000.00 EQPMNT & MATERIAL TO INSTALL AUTO WELL CONTROLS Total ALLIANCE TAXIWAY PH2 6,861,610.22 6,861,610.22 11 CHANGE ORDER 1 CO#1 CHANGE ORDER 1 209,261.4300 1.00 LP 209,261.43 1.00 209,261.43 C0#1A CREDIT CO#1 209,261.4300 -1.00 LP -209,261.43 -1.00 -209,261.43 Total CHANGE ORDER 1 0.00 0.00 12 CHANGE ORDER 3 93 CO#3 DETAILED WATER QUALITY 3,976.8800 1.00 LP 3,976.88 .00 0.00 SAMPLING & TESTING 94 CO#3 FLOOD PLAIN ELECTRICAL 47,022.0800 1.00 LP 47,022.08 .00 0.00 PLATFORM 95 CO#3 ENVIRONMENTAL WATER 16,313.0900 1.00 LP 16,313.09 .00 0.00 HAUL OFF & PASTURE PROTECTION 96 CO#3 POTENTIOMETER & 1,950.0000 1.00 LP 1,950.00 .00 0.00 DYNOTEK DATA LOGGER Total CHANGE ORDER 3 69,262.05 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 90004 MOH - SANITARY SEWER 1.0000 .00 LP 0.00 .00 0.00 90005 MOH - STRUCTURE 1.0000 .00 LP 0.00 .00 0.00 90006 MOH - OTHER 1.0000 .00 LP 0.00 .00 0.00 Total MATERIAL ON HAND 0.00 0.00 Work Completed Completed and Stored To Date This Period Quantity Amount Quantity Amount % Retention .00 0.00 1.00 77,000.00 100.0 3,850.00 .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 6,861,610.22 47,980.00 .00 0.00 1.00 209,261.43 100.0 0.00 .00 0.00 -1.00 -209,261.43 100.0 0.00 0.00 0.00 0.00 1.00 3,976.88 1.00 3,976.88 100.0 198.84 1.00 47,022.08 1.00 47,022.08 100.0 2,351.10 1.00 16,313.09 1.00 16,313.09 100.0 815.65 1.00 1,950.00 1.00 1,950.00 100.0 97.50 69,262.05 69,262.05 3,463.09 .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 .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 0.00 0.00 0.00 Memo Application and Certificate For Payment -- page 7 To Owner: City of Fort Worth Application No: 19 Date: 06/28/24 Period To: 06/30/24 From (Contractor): Mario Sinacola & Sons Exc Inc. Contractor's Job Number: 21580 Project: ALLIANCE TAXIWAY P PH2 Architect's Project No: Work Completed Work Completed Completed and Stored To Date Item Unit Contract Scheduled I Previous Application This Period Number Description Price Quantity UM Value Quantity Amount Quantity Amount Quantity Amount % Retention Memo Application Total 6,930,872.27 6,861,610.22 69,262.05 6,930,872.27 51,443.09 FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: AFW Taxiway Papa Phase 11 Construction Closeout M&C 21-0822 CPN 103000 & 103668 CSO # 56640 DOC# DATE: 5/19/2025 TO: 1. Roger Venables 2. Valerie Washington 3 4 5 6 INITIALS DATE OUT =o er enaaies 05/19/2025 WO 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 ❑X 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.