Loading...
HomeMy WebLinkAboutContract 60497-FP1AVIATION DEPARTMENT NOTICE OF PROJECT COMPLETION Regarding City Secretary Contract #60497 for the construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport as requested by the Aviation Department as approved by City Council on 11/14/2023 through M&C 23-0968. The Department of Aviation has accepted this project as complete. Original Contract Amount $7,993,069.09 Amount of Approved Change Orders:-$107,027.94 Revised Contract Amount: $7,886,041.15 Total Cost Work Completed $7,886,041.15 Less Deductions: Liquidated Damages 0 Days @$0.00/Day Pavement Deficiencies $0.00 Total Deduction Amount: $0.00 Total Cost Work Completed $7,886,041.15 Less Previous Payments $7,886,041.15 Final Payment Due $0.00 �,j 05/19/2025 Tvler Dale (Mav 19, 2025 1235 CDT) Recommended for Acceptance Date 05/19/2025 Aviation Director Date V691(��- 05/19/2025 Valerie Washington (Mav 19, 2025 17:03 CDT) Assistant City Manager Date OFFICIAL RECORD CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, address)Taxiway Papa, Phase III at Perot Field Fort Worth Fort Worth, TX TO (Owner) Bond No107915599 City Project No. ARCHITECTS PROJECT NO: 103668 CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Taxiway Paa,, Phase III at Perot Field Fort Worth Alliance Airport Fort worm Project No. 3TX 76102 _f CONTRACT DATE: 11/14/2023 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 Attest: jt,-w(Seal): 16th day of May, 2025 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety Company 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 Casualty and Surety Company of America AW 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. �►1b �ry� P��r n'YO eJ eL u 3 coNn e W carom State of Connecticut By: , City of Hartford ss. Robert L. &Rannior 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 lvNOLNI'I�.T4 i p08`M 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 ���ty �J•�t♦ aNpd �� y mKW, ewomn �.• w �+ IS �Kevin Hughes, Ass�cretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached. AFFIDAVIT STATE OF TEXAS COUNTY OF CGW n Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared �i0, CIQ� 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 Papa Phase III at Perot Field Fo Worth e Airport By David Clark, Director Subscribed and sworn before me on this )" k\o\day of V\ay , 2025. Notary Publ' in and for the State of Texas oo'`PY P �% IVAN vASauEz -2'' A '� : Notary Public, State of Texas _�:•� Q= Comm. Expires05-12-2029 �'�;;of,;.` Notary ID 128784010 CERTIFICATE OF SUBSTANTIAL COMPLETION Contract No.: 60497 Contract Date: November 14, 2023 Project Name: Taxiway Papa, Phase III NTP Date: January 22, 2024 Perot Field Fort Worth Alliance Airport Owner: City of Fort Worth, Department of Aviation Contractor: Mario Sinacola & Sons, Excavating, Inc. Project Substantial Completion Date: September 05,2024 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 specif led 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 Bv: Authorized Representative 9 /h6rized Repress a" e 09/09/?02f Date 0,`,//o��(7 - Date The Contractor accepts the above Certificate of Substa iSl C pie o a a es to complete and correct the items on the tentative list within the time indicated. f Mario Sinacola & Sons, Excavating, Inc. By. Contractor Auttriz presentative / 777 / Date r The Owner accepts the projector specified area of a project as substantially complete and will assume full possession of the project or specified area of the project at 12:00 PM (time), on Sentember 05, 2024 (date). The responsibility for heat, utilities, security, and insurance under the contract documents shall be a set forth under "Remarks" below. City of Fort Worth, Department of Aviation By: 9/25/2024 Owner Authorized R&esen tive 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. Professional Services Payment Request Project Manager: ITylerDale Project: ITaxiwaY Pa a Extension Phase III Construction City Project #: 1103668, 105121 105122 City Sec Number: 160497 Purchase Order: IFW055-0000001537 Company Name: IMario Sinacola & Sons Excavating Inc. Consultant's PM: (Jonathan Gibson Vendor Invoice #: 123048-10 Payment Request #:110 From Date: 110/1/2024 To Date: 110/31/2024 Invoice Date: 110130/2024 Consultant Instructions: APPROVED By Tyler Dale at 12:04 pm, Nov 01, 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: lioibson(Dmariosinacola.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 Taxiway Papa Phase III 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 $7,993,069.09-$107,027.94 $7,886,041.15 $7,886,041.15 100.000000009/c $7,848,098.07 $37,943.08 $7,993,069.09-$107,027.94 $7,886,041.15 $7,886,041.15 $7,848,098.07 $37,943.08 5%Retainage $1,897.15 Overall Percentage Complete: 100.00000000% Net Pay $ 36,045.93 Christian Childs APPROVED J AFW 1/01/2024 _ Capita Acct BIL PO: 1537 $37,943.08 Grant FID: 55007-0550435-5740010-105121-008080-9999 ($1,897.15) Retainage - FID: 55007-2060000-105121-RETAIN $36,045.93 Net Pay Project: 105121 Grant: Capital Fund Final Invoice 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 Additions Change orders approved in previous months by owner Date Number Approved Change 1 10/17/24 orders approved this month Totals Net change by change orders -107,027.94 Project: Contractor Job Number: Via (Architect): Contract For: Deductions -107,027.94 -107,027.94 The undersigned Contractor e . i s that to t best of the Contractor's knowledge, information, and belief the work cover s plication r Payment has been completed in accordance with the Contract Documen at 1 a bunts ha been paid by the Contractor for work for which previous Certificates for P me wer issued pa ents received from the Owner, and that current payment sho a in s no due. Contracto By: 1 �I � / /1 Date: 10/30/24 l FT WORTH ALLIANCE AIRPORT TAXIWAY PAPA PH 3 FORT WORTH, TX 23048A Original contract sum Net change by change orders Contract sum to date Total completed and stored to date Retainage 5.0% 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 State of: A County A-OLLIN Subscribed and to before me this h d IfOctober _ 2024 (year). Notary public: - , Current payment due ` `PY p�//�� IVAN VASQUEZ My commission expires 5/12/2025 e� Notary Public, State of Texas Balance to finish, including retainage C, ?�yrz Comm. Expires 05-12 2025 FOF �.� Architect's Certificate for Payment o:,,,,,r` Notary ID 128784010 Page 1 Application No: 10 Date: 10/30/2024 Period To: 10/31/24 Architect's Project No: Contract Date: 7,993,069.09 -107,027.94 7, 886, 041.15 7,886,041.15 394,302.06 0.00 394,302.06 7,491, 739.09 7,455,693.17 0.00 0.00 36,045.931 394,302.06 In accordance with the Contract Documents, based o o -si e o servations 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: ate: iO/.��ZOZ'!� 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, payment, and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Amount Certified: $ Off 93 Contract. Application and Certificate For Payment -- page 2 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: FT WORTH ALLIANCE AIRPORT Item Number Description 10 BID SCHEDULE 1 01 CONTRACTOR QUALITY CONTROL PROGRAM (CQCP) 02 TEMPORARY EROSION CONTROL 03 MOBILIZATION 04 TEMPORARY FENCING, BARRICADES, AND FACILITIES 05 PAVEMENT REMOVAL, ASPHALT 06 REMOVE INLET AND CAP RC PIPE 07 CLEARING AND GRUBBING 08 UNCLASSIFIED EXCAVATION 09 ROCK EXCAVATION 10 LIME -TREATED SUBGRADE 11 LIME 12 CRUSHED AGGREGATE BASE COURSE, 20-INCH THICKNESS 13 CEMENT -TREATED BASE COURSE, 6-INCH THICKNESS 14 ASPHALT MIXTURE SURFACE COURSE 15 19-INCH CONCRETE PAVEMENT, UNREINFORCED 16 19-INCH CONCRETE PAVEMENT, REINFORCED 17 EMULSIFIED ASPHALT PRIME COAT 18 EMULSIFIED ASPHALT TACK COAT 19 JOINT SEALANT FOR CONCRETE PAVEMENTS 20 SURFACE PREPARATION 21 MARKING 22 REFLECTIVE MEDIA, TYPE I, GRADATION A 23 REFLECTIVE MEDIA, TYPE III 24 MARKING REMOVAL 25 LOWER EXISTING INLET 26 INSTALL MANHOLE COVER ON EXISTING STRUCTURE 27 TEMPORARY IRRIGATION SYSTEM INSTALLATIONS AND REMOVALS 28 WATER FOR IRRIGATION 29 SODDING Application No: 10 Date: 10/30/24 Period To: 10/31/24 Contractor's Job Number: 23048A Architect's Project No: Work Completed Work Completed Completed and Stored To Date Previous Application This Period Unit Contract Scheduled Price Quantity UM Value Quantity Amount Quantity Amount Quantity Amount % Retention 285,000.0000 1.00 LP 285,000.00 1.00 285,000.00 .00 0.00 1.00 285,000.00 100.0 14,250.00 48,000.0000 1.00 LP 48,000.00 1.00 48,000.00 .00 0.00 1.00 48,000.00 100.0 2,400.00 360,000.0000 1.00 LP 360,000.00 1.00 360,000.00 .00 0.00 1.00 360,000.00 100.0 18,000.00 350,000.0000 1.00 LP 350,000.00 1.00 350,000.00 .00 0.00 1.00 350,000.00 100.0 17,500.00 20.0000 2187.00 SY 43,740.00 2187.00 43,740.00 .00 0.00 2187.00 43,740.00 100.0 2,187.00 6,000.0000 1.00 EA 6,000.00 1.00 6,000.00 .00 0.00 1.00 6,000.00 100.0 300.00 5,000.0000 9.00 AC 45,000.00 9.00 45,000.00 .00 0.00 9.00 45,000.00 100.0 2,250.00 50.0000 12500.00 CY 625,000.00 12500.00 625,000.00 .00 0.00 12500.00 625,000.00 100.0 31,250.00 20.0000 250.00 CY 5,000.00 46.20 924.00 203.80 4,076.00 250.00 5,000.00 100.0 250.00 16.0000 20139.00 SY 322,224.00 20139.00 322,224.00 .00 0.00 20139.00 322,224.00 100.0 16,111.20 385.0000 1057.00 TON 406,945.00 879.07 338,442.34 177.93 68,502.66 1057.00 406,945.00 100.0 20,347.25 65.0000 6526.00 SY 424,190.00 6526.00 424,190.00 .00 0.00 6526.00 424,190.00 100.0 21,209.50 60.0000 13622.00 SY 817,320.00 13622.00 817,320.00 .00 0.00 13622.00 817,320.00 100.0 40,866.00 189.0000 1780.00 TON 336,420.00 1881.18 355,543.02 -101.18 -19,123.02 1780.00 336,420.00 100.0 16,821.00 200.0000 10857.00 SY 2,171,400.00 10857.00 2,171,400.00 .00 0.00 10857.00 2,171,400.00 100.0 108,570.00 200.0000 2544.00 SY 508,800.00 2544.00 508,800.00 .00 0.00 2544.00 508,800.00 100.0 25,440.00 5.0000 1899.00 GAL 9,495.00 1617.35 8,086.73 281.65 1,408.27 1899.00 9,495.00 100.0 474.75 3.0000 443.00 GAL 1,329.00 390.00 1,170.00 53.00 159.00 443.00 1,329.00 100.0 66.45 2.5000 14742.00 LF 36,855.00 14742.00 36,855.00 .00 0.00 14742.00 36,855.00 100.0 1,842.75 1.6000 12485.00 SF 19,976.00 6365.00 10,184.00 6120.00 9,792.00 12485.00 19,976.00 100.0 998.80 0.9000 12485.00 SF 11,236.50 10604.00 9,543.60 1881.00 1,692.90 12485.00 11,236.50 100.0 561.83 0.6500 84.00 LB 54.60 26.48 17.21 57.52 37.39 84.00 54.60 100.0 2.73 3.6500 1155.00 LB 4,216.75 497.17 1,814.67 657.83 2,401.08 1155.00 4,215.75 100.0 210.79 5.0000 2018.00 SF 10,090.00 169.50 847.50 1848.50 9,242.50 2018.00 10,090.00 100.0 504.50 20,000.0000 1.00 EA 20,000.00 .00 0.00 1.00 20,000.00 1.00 20,000.00 100.0 1,000.00 15,000.0000 2.00 EA 30,000.00 2.00 30,000.00 .00 0.00 2.00 30,000.00 100.0 1,500.00 50,000.0000 1.00 LP 50,000.00 1.00 50,000.00 .00 0.00 1.00 50,000.00 100.0 2,500.00 3.5000 4000.00 CCF 14,000.00 4000.00 14,000.00 .00 0.00 4000.00 14,000.00 100.0 700.00 3.5400 24000.00 SY 84,960.00 22344.00 79,097.76 1656.00 5,862.24 24000.00 84,960.00 100.0 4,248.00 Memo Application and Certificate For Payment -- page 3 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: FT WORTH ALLIANCE AIRPORT Application No: 10 Date: 10/30/24 Period To: 10/31/24 Contractor's Job Number: 23048A 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 QuantityAmount Quantity ° Amount /o Retention 30 TOPSOIL, 4-INCH THICKNESS 4.0000 24000.00 SY 96,000.00 22344.00 89,376.00 1656.00 6,624.00 24000.00 96,000.00 100.0 4,800.00 31 NO. 8 L-824C 5KV CABLE INST. IN 3.0000 12000.00 LF 36,000.00 10220.00 30,660.00 1780.00 5,340.00 12000.00 36,000.00 100.0 1,800.00 DUCT OR CONDUIT 32 NO. 6 SOLID CU COUNTERPOISE 4.0000 5450.00 LF 21,800.00 5480.00 21,920.00 -30.00 -120.00 5450.00 21,800.00 100.0 1,090.00 INST. W/GROUND RODS AND CONNECTORS 33 NO. 6 STRANDED CU GROUND 5.5000 420.00 LF 2,310.00 420.00 2,310.00 .00 0.00 420.00 2,310.00 100.0 115.50 INST. W/GROUND RODS AND CONNECTORS 34 NO. 8 L-824C 5KV TEMP JUMPER 4.0000 3500.00 LF 14,000.00 1010.00 4,040.00 2490.00 9,960.00 3500.00 14,000.00 100.0 700.00 CABLE, INCL. COUNTERPOISE W/GROUND RODS 35 2" SCH. 40 PVC CONDUIT, DEB, 17.0000 700.00 LF 11,900.00 815.00 13,855.00 -115.00 -1,955.00 700.00 11,900.00 100.0 595.00 INCL. TRENCH AND BACKFILL 36 2" SCH. 40 PVC CONDUIT UNDER 21.0000 1900.00 LF 39,900.00 1810.00 38,010.00 90.00 1,890.00 1900.00 39,900.00 100.0 1,995.00 NEW FULL STRENGTH PVMT. 37 2" SCH. 40 PVC CONDUIT UNDER 24.0000 2350.00 LF 56,400.00 2147.00 51,528.00 203.00 4,872.00 2350.00 56,400.00 100.0 2,820.00 NEW SHOULDER PVMT. 38 2" SCH. 40 PVC DRAIN CONDUIT, 14.0000 230.00 LF 3,220.00 74.00 1,036.00 156.00 2,184.00 230.00 3,220.00 100.0 161.00 INCL. TRENCH AND BACKFILL 39 4W-4" DUCT BANK, INCL. 140.0000 250.00 LF 35,000.00 250.00 35,000.00 .00 0.00 250.00 35,000.00 100.0 1,750.00 TRENCH AND BACKFILL 40 DEMO DUCT BANK, INCL. CABLE 25.0000 615.00 LF 15,375.00 615.00 15,375.00 .00 0.00 615.00 15,375.00 100.0 768.75 41 2" HDPE DIRECTIONAL BORE, 105.0000 215.00 LF 22,575.00 215.00 22,575.00 .00 0.00 215.00 22,575.00 100.0 1,128.75 COMPLETE 42 DEMO HANDHOLE/JUNCTION 350.0000 3.00 EA 1,050.00 3.00 1,050.00 .00 0.00 3.00 1,050.00 100.0 52.50 CAN/LIGHT BASE IN EARTH 43 AIRCRAFT RATED 4'X4'X4' 15,500.0000 2.00 EA 31,000.00 2.00 31,000.00 .00 0.00 2.00 31,000.00 100.0 1,550.00 MANHOLE 44 JUNCTION CAN IN EARTH 1,100.0000 1.00 EA 1,100.00 1.00 1,100.00 .00 0.00 1.00 1,100.00 100.0 55.00 45 REMOVE FIXTURE AND 125.0000 2.00 EA 250.00 2.00 250.00 .00 0.00 2.00 250.00 100.0 12.50 TRANSFORMER, DISPOSE OF OFF SITE 46 REMOVE LIGHT BASE BLANK LID, 75.0000 9.00 EA 675.00 9.00 675.00 .00 0.00 9.00 675.00 100.0 33.75 RETURN TO OWNER 47 REMOVE SIGN AND 200.0000 1.00 EA 200.00 1.00 200.00 .00 0.00 1.00 200.00 100.0 10.00 TRANSFORMER, RETURN TO OWNER 48 DEMO SIGN FOUNDATION 300.0000 1.00 EA 300.00 1.00 300.00 .00 0.00 1.00 300.00 100.0 15.00 49 REMOVE ELEVATED 25.0000 4.00 EA 100.00 4.00 100.00 .00 0.00 4.00 100.00 100.0 5.00 RETROREFLECTIVE TW EDGE MARKER 50 FURNISH AND INSTALL L-867 1,400.0000 39.00 EA 54,600.00 39.00 54,600.00 .00 0.00 39.00 54,600.00 100.0 2,730.00 BASE IN NEW SHOULDER PVMT. 51 FURNISH AND INSTALL L-867 2,750.0000 3.00 EA 8,250.00 3.00 8,250.00 .00 0.00 3.00 8,250.00 100.0 412.50 BASE IN EXISTING SHOULDER PVMT. 52 FURNISH AND INSTALL L-868 2- 2,400.0000 42.00 EA 100,800.00 42.00 100,800.00 .00 0.00 42.00 100,800.00 100.0 5,040.00 PIECE BASE IN NEW FULL STRENGTH PVMT. 53 FURNISH AND INSTALL L-867 205.0000 11.00 EA 2,255.00 11.00 2,255.00 .00 0.00 11.00 2,255.00 100.0 112.75 BLANK LID 54 FURNISH AND INSTALL L-868 265.0000 22.00 EA 5,830.00 22.00 5,830.00 .00 0.00 22.00 5,830.00 100.0 291.50 BLANK LID Memo Application and Certificate For Payment -- page 4 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: FT WORTH ALLIANCE AIRPORT Application No: 10 Date: 10/30/24 Period To: 10/31/24 Contractor's Job Number: 23048A 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 55 FURNISH L-850C RWY 2,850.0000 3.00 EA 8,550.00 3.00 8,550.00 .00 0.00 3.00 8,550.00 100.0 427.50 SEMIFLUSH EDGE FIXTURE AND TRANSFORMER 56 FURNISH L-852C(L) 1,075.0000 19.00 EA 20,425.00 19.00 20,426.00 .00 0.00 19.00 20,425.00 100.0 1,021.25 BIDIRECTIONAL TWY CENTERLINE FIXTURE 57 FURNISH L-852D(L) 1,075.0000 8.00 EA 8,600.00 8.00 8,600.00 .00 0.00 8.00 8,600.00 100.0 430.00 BIDIRECTIONAL TWY CENTERLINE FIXTURE 58 FURNISH L-861T(L) TWY EDGE 535.0000 37.00 EA 19,795.00 37.00 19,795.00 .00 0.00 37.00 19,795.00 100.0 989.75 FIXTURE AND TRANSFORMER 59 FURNISH AND INSTALL L-853 125.0000 6.00 EA 750.00 6.00 750.00 .00 0.00 6.00 750.00 100.0 37.50 ELEVATED RETROREFLECTIVE TW EDGE MARKER 60 INSTALL FIXTURE AND 60.0000 60.00 EA 3,600.00 60.00 3,600.00 .00 0,00 60.00 3,600.00 100.0 180.00 TRANSFORMER 61 FURNISH AND INSTALL L-858(L) 1 4,000.0000 2.00 EA 8,000.00 2.00 8,000.00 .00 0,00 2.00 8,000.00 100.0 400.00 MOD, SINGLE FACE SIGN, INCL. FOUNDATION 62 FURNISH AND INSTALL L-858(L) 2 4,750.0000 2.00 EA 9,500.00 2.00 9,500.00 .00 0.00 2.00 9,500.00 100.0 475.00 MOD, DOUBLE FACE SIGN, INCL. FOUNDATION 63 FURNISH AND INSTALL L-858(L) 3 5,250.0000 1.00 EA 5,250.00 1.00 5,250.00 .00 0.00 1.00 5,250.00 100.0 262.50 MOD, SINGLE FACE SIGN, INCL. FOUNDATION 64 FURNISH AND INSTALL L-858(L) 4 6,500.0000 2.00 EA 13,000.00 2.00 13,000.00 .00 0.00 2.00 13,000.00 100.0 650.00 MOD, SINGLE FACE SIGN, INCL. FOUNDATION 65 RELOCATE DISTANCE 2,500.0000 1.00 EA 2,500.00 1.00 2,500.00 .00 0.00 1.00 2,500.00 100.0 125.00 REMAINING SIGN AND TRANSFORMER ON NEW FOUNDATION 66 REPLACE SIGN PANEL ARRAY, 1,600.0000 1.00 AL 1,600.00 1.00 1,600.00 .00 0.00 1.00 1,600.00 100.0 80.00 COMPLETE 67 PAVEMENT BLOCKOUT FOR 1,523.2400 1.00 EA 1,523.24 1.00 1,523.24 .00 0.00 1.00 1,523.24 100.0 76.16 LIGHT BASE, COMPLETE Total BID SCHEDULE 1 7,711,234.09 7,578,388.07 132,846.02 7,711,234.09 385,561.71 20 BID SCHEDULE 2 01 MOBILIZATION 8,000.0000 1.00 LP 8,000.00 1.00 8,000.00 .00 0.00 1.00 8,000.00 100.0 400.00 02 TEMPORARY BARRICADES 2,500.0000 1.00 LP 2,500.00 1.00 2,500.00 .00 0.00 1.00 2,500.00 100.0 125.00 03 NO. 8 L-824C 5KV CABLE INST. IN 2.5000 9000.00 LF 22,500.00 8602.00 21,505.00 398.00 995.00 9000.00 22,500.00 100.0 1,125.00 DUCT OR CONDUIT 04 REMOVE FIXTURE AND 60.0000 195.00 EA 11,700.00 195.00 11,700.00 .00 0.00 195.00 11,700.00 100.0 585.00 TRANSFORMER, DISPOSE OF OFF SITE 05 REMOVE LIGHT BASE BLANK LID, 95.0000 3.00 EA 285.00 3.00 285.00 .00 0.00 3.00 285.00 100.0 14.25 RETURN TO OWNER 06 FURNISH AND INSTALL L-868 325.0000 72.00 EA 23,400.00 72.00 23,400.00 .00 0.00 72.00 23,400.00 100.0 1,170.00 BLANK LID 07 FURNISH L-852C(L) 1,125.0000 57.00 EA 64,125.00 57.00 64,125.00 .00 0.00 57.00 64,125.00 100.0 3,206.25 BIDIRECTIONAL TWY CENTERLINE FIXTURE 08 FURNISH L-852D(L) 1,125.0000 81.00 EA 91,125.00 81.00 91,125.00 .00 0.00 81.00 91,125.00 100.0 4,556.25 BIDIRECTIONAL TWY CENTERLINE FIXTURE Memo Application and Certificate For Payment -- page 5 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: FT WORTH ALLIANCE AIRPORT Application No: 10 Date: 10/30/24 Period To: 10/31/24 Contractor's Job Number: 23048A Architect's Project No: Work Completed Work Completed Completed and Stored To Date Previous Application This Period I Item Unit Contract Scheduled Number Description Price Quantity UM Value QuantityAmount Quantity y Amount Quantity ° Amount /o Retention 09 INSTALL FIXTURE AND 250.0000 126.00 EA 31,500.00 126.00 31,500.00 .00 0.00 126.00 31,500.00 100.0 1,575.00 TRANSFORMER 10 BROKEN BOLT REPAIR, 45.0000 300.00 EA 13,500.00 16.00 720.00 284.00 12,780.00 300.00 13,500.00 100.0 675.00 COMPLETE 11 WELD GROUND STUD IN 75.0000 50.00 EA 3,750.00 72.00 5,400.00 -22.00 -1,650.00 50.00 3,750.00 100.0 187.50 EXISTING LIGHT BASE, COMPLETE 12 P-606 AROUND LIGHT FIXTURE 35.0000 170.00 EA 5,950.00 170.00 5,950.00 .00 0.00 170.00 5,950.00 100.0 297.50 OR BLANK LID, COMPLETE 13 FIELD INVESTIGATION OF 3,500.0000 1.00 LP 3,500.00 1.00 3,500.00 .00 0.00 1.00 3,600.00 100.0 175.00 TAXIWAY CENTERLINE CIRCUITRY Total BID SCHEDULE 2 281,835.00 269,710.00 12,125.00 281,835.00 14,091.75 25 C0#1 BID SCHEDULE 1 06A SAWCUT & REMOVE CEMENT 6,169.8800 1.00 LP 6,169.88 .00 0.00 1.00 6,169.88 1.00 6,169.88 100.0 308.49 TREATED BASE 09 ROCK EXCAVATION 20.0000 -203.80 CY -4,076.00 .00 0.00 -203.80 -4,076.00 -203.80 -4,076.00 100.0 -203.80 11 LIME 385.0000 -177.93 TN -68,503.05 .00 0.00 -177.93 -68,503.05 -177.93 -68,503.05 100.0 -3,425.15 14 ASPHALT MIXTURE SURFACE 189.0000 101.18 TN 19,123.02 .00 0.00 101.18 19,123.02 101.18 19,123.02 100.0 956.15 COURSE 17 EMULSIFIED ASPHALT PRIME 5.0000 -281.65 GAL -1,408.25 .00 0.00 -281.65 -1,408.25 -281.65 -1,408.25 100.0 -70.41 COAT 18 EMULSIFIED ASPHALT TACK 3.0000 -53.00 GAL -159.00 .00 0.00 -53.00 -159.00 -53.00 -159.00 100.0 -7.95 COAT 20 SURFACE PREPARATION 1.6000 -6120.00 SF -9,792.00 .00 0.00 -6120.00 -9,792.00 -6120.00 -9,792.00 100.0 -489.60 21 MARKING 0.9000 -1881.00 SF -1,692.90 .00 0.00 -1881.00 -1,692.90 -1881.00 -1,692.90 100.0 -84.65 22 REFLECTIVE MEDIA, TYPE I, 0.6500 -57.52 LB -37.39 .00 0.00 -57.52 -37.39 -57.52 -37.39 100.0 -1.87 GRADATION A 23 REFLECTIVE MEDIA, TYPE III 3.6500 -657.83 LB -2,401.08 .00 0.00 -657.83 -2,401.08 -657.83 -2,401.08 100.0 -120.05 24 MARKING REMOVAL 5.0000 -1848.50 SF -9,242.50 .00 0.00 -1848.50 -9,242.50 -1848.50 -9,242.50 100.0 -462.13 25 LOWER EXISTING INLET 20,000.0000 -1.00 EA -20,000.00 .00 0.00 -1.00 -20,000.00 -1.00 -20,000.00 100.0 -1,000.00 26A 6" PVC STORM DRAIN REMOVAL 4,865.7700 1.00 LP 4,865.77 .00 0.00 1.00 4,865.77 1.00 4,865.77 100.0 243.29 26B 24" RCP STORM DRAIN REMOVAL 4,865.7700 1.00 LP 4,865.77 .00 0.00 1.00 4,865.77 1.00 4,865.77 100.0 243.29 26C ADA FENCE UNDERMINING 11,837.1400 1.00 LP 11,837.14 .00 0.00 1.00 11,837.14 1.00 11,837.14 100.0 591.86 28A ADDITIONAL WATER TRUCK TIME 3,400.1900 1.00 LP 3,400.19 .00 0.00 1.00 3,400.19 1.00 3,400.19 100.0 170.01 28B ADJUST WATER SERVICE 6,804.7000 1.00 LP 6,804.70 .00 0.00 1.00 6,804.70 1.00 6,804.70 100.0 340.24 RISERS & GRADING 29 SODDING 3.5400 -1656.00 SY -5,862.24 .00 0.00 -1656.00 -5,862.24 -1656.00 -5,862.24 100.0 -293.11 30 TOPSOIL, 4-INCH THICKNESS 4.0000 -1656.00 SY -6,624.00 .00 0.00 -1656.00 -6,624.00 -1656.00 -6,624.00 100.0 -331.20 31 NO. 8 L-824C 5KV CABLE INST. IN 3.0000 -1780.00 LF -5,340.00 .00 0.00 -1780.00 -5,340.00 -1780.00 -5,340.00 100.0 -267.00 DUCT OR CONDUIT 32 NO. 6 SOLID CU COUNTERPOISE 4.0000 30.00 LF 120.00 .00 0.00 30.00 120.00 30.00 120.00 100.0 6.00 INST. W/GROUND RODS AND CONNECTORS 34 NO. 8 L-824C 5KV TEMP JUMPER 4.0000 -2490.00 LF -9,960.00 .00 0.00 -2490.00 -9,960.00 -2490.00 -9,960.00 100.0 -498.00 CABLE, INCL. COUNTERPOISE Memo Application and Certificate For Payment -- page 6 To Owner: City of Fort Worth From (Contractor): Mario Sinacola & Sons Exc Inc. Project: FT WORTH ALLIANCE AIRPORT Application No: 10 Date: 10/30/24 Period To: 10/31/24 Contractor's Job Number: 23048A Architect's Project No: Work Completed Previous Application Item Unit Contract Scheduled Number Description Price Quantity UM Value Quantity Amount 35 2" SCH. 40 PVC CONDUIT, DEB, 17.0000 115.00 LF 1,955.00 .00 0.00 INCL. TRENCH AND BACKFILL 36 2" SCH. 40 PVC CONDUIT UNDER 21.0000 -90.00 LF -1,890.00 .00 0.00 NEW FULL STRENGTH PVMT. 37 2" SCH. 40 PVC CONDUIT UNDER 24.0000 -203.00 LF -4,872.00 .00 0.00 NEW SHOULDER PVMT. 38 2" SCH. 40 PVC DRAIN CONDUIT, 14.0000 -156.00 LF -2,184.00 .00 0.00 INCL. TRENCH AND BACKFILL Total C0#1 BID SCHEDULE 1 -94,902.94 0.00 30 CO#1 BID SCHEDULE 2 03A NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUIT 10A BROKEN BOLT REPAIR, COMPLETE 11A WELD GROUND STUD IN EXISTING LIGHT BASE, COMPLETE Total C0#1 BID SCHEDULE 2 Application Total Work Completed Completed and Stored To Date This Period Quantity Amount Quantity Amount % Retention 115.00 1,955.00 115.00 1,955.00 100.0 97.75 -90.00-1,890.00 -90.00 -1,890.00 100.0 -94.50 -203.00-4,872.00 -203.00 -4,872.00 100.0 -243.60 -156.00-2,184.00 -156.00 -2,184.00 100.0 -109.20 -94,902.94 -94,902.94 -4,745.14 2.5000-398.00 LF-995.00 .00 0.00 -398.00-995.00 -398.00-995.00 100.0 -49.75 45.0000-284.00 EA-12,780.00 .00 0.00 -284.00-12,780.00 -284.00-12,780.00 100.0 -639.00 75.0000 22.00 EA 1,650.00 .00 0.00 22.00 1,650.00 22.00 1,650.00 100.0 82.49 -12,125.00 0.00 -12,125.00 -12,125.00 -606.26 7,886,041.15 7,848,098.07 37,943.08 7,886,041.15 394,302.06 Memo FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: AFW Taxiway Papa Phase III Construction Closeout M&C 23-0968 CPN 103668, 105121, CSO # 60497 DOC# 105122 DATE: 5/19/2025 TO: 1. Roger Venables 2. Valerie Washington 3 4 5 6 INITIALS DATE OUT or R.1er enables 05/19/2025 VO 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.