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.