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.