Loading...
HomeMy WebLinkAboutContract 61792-FP2-FP2 City Secretary 61792 Contract No. FORTWORTH, Date Received 9/9/2025 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Tradition Winding Meadows Drive North City Project No.: 105116 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑x Bridge Original Contract Price: $1,838,787.60 Amount of Approved Change Order(s):-$387,874.65 Revised Contract Amount: $1,450,912.95 Total Cost of Work Complete: $1,450,912.95 09/08/2025 Contractor Date Vice President Title Mario Sinacola & Sons Excavating, Inc. Company Name Troy GaMwr 09/09/2025 Project Inspector Date Motadage Moham deeh,!'.U. 09/09/2025 Project Manager Date Jz� 09/09/2025 CFA Manager Date Ao-� 09/09/2025 TPW Director Date 09/10/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Tradition Winding Meadows Drive North City Project No.: 105116 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 190 WD Days Charged: 215 WD Work Start Date: 9/9/2024 Work Complete Date: 8/14/2025 Completed number of Soil Lab Test: 600 Completed number of Water Test: 17 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION, WINDING MEADOWS DRIVE NORTH Contract Limits Project Type PAVING City Project Numbers 105116 DOE Number 5116 Estimate Number 1 Payment Number 1 For Period Ending 8/14/2025 WD City Secretary Contract Number Contract Time 5WD Contract Date Days Charged to Date 215 Project Manager NA Contract is 100.00 Complete Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 Inspectors T. GARDNER / J. ROGERS Friday, August 29, 2025 Pagel of 5 City Project Numbers 105116 Contract Name TRADITION, WINDING MEADOWS DRIVE NORTH Contract Limits Project Type PAVING Project Funding UNIT IV: PAVING IMPROVEMENTS Item Description of Items No. ---------------- 1 REMOVE 10' SIDEWALK 2 REMOVE CONC PVMT 3 REMOVE ASPHALT PVMT 4 HYDRATED LIME @ (42 LBS./S.Y.) (CO#3), 5 8" LIME TREATMANT 6 2" ASPHALT PVMT TYPE D 7 4.5 ASPHALT BASE TYPE B 8 10" CONCRETE PAVEMENT 9 5' CONC SIDEWALK 10 10' CONC SIDEWALK 11 BARRIER FREE RAMP, TYPE P-1 12 LANE LEGEND ARROW 13 LANE LEGEND ONLY 14 SEEDING HYDROMULCH 15 FURNISH/INSTALL ALUM SIGN GROUND MOUNT CITY STD 16 FURNISHANSTALL ALUM SIGN EX. POLE MOUNT 17 TRAFFIC CONTROL 18 CONCRETE HEADER 19 TYPE III END -OF -ROAD BARRICADE 20 SAWCUT EXISTING ASPHALT & CONNECT TO EXISTING PAVEMENT 21 SAWCUT EXISTING CONCRETE & CONNECT TO EXISTING PAVEMENT 22 PEDESTRIAN RAIL TYPE PR-11 23 ST MARKER BLADE 24 UNCLASSIFIED FIL SAM REYNOLDS ROAD 25 HYDRATED LIME @ (48 LBS./S.Y.) (CO#3) 26 6" SLD Pvmt Marking HAS (W) (CO#5) 27 6" SLD Pvmt Marking HAS (Y) (CO#5) 28 6" BRK Pvmt Marking HAS (W) (CO#5) 29 8" SLD Pvmt Marking HAS (WJ (CO#5) DOE Number 5116 Estimate Number 1 Payment Number 1 For Period Ending 8/14/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ----------------------- 502 LF $5.00 $2,510.00 502 $2,510.00 1585 SY $10.00 $15,850.00 1585 $15,850.00 0 SY $5.00 $0.00 0 $0.00 0 TN $320.00 $0.00 0 $0.00 12064 SY $4.60 $55,494.40 12064 $55,494.40 0 SY $18.00 $0.00 0 $0.00 0 SY $37.00 $0.00 0 $0.00 11364 SY $86.00 $977,304.00 11364 $977,304.00 497 LF $32.00 $15,904.00 497 $15,904.00 2987 LF $65.00 $194,155.00 2987 $194,155.00 4 EA $3,500.00 $14,000.00 4 $14,000.00 10 EA $165.00 $1,650.00 10 $1,650.00 12 SY $175.00 $2,100.00 12 $2,100.00 7296 SY $0.95 $6,931.20 7296 $6,931.20 15 EA $440.00 $6,600.00 15 $6,600.00 6 LS $500.00 $3,000.00 6 $3,000.00 1 LS $10,000.00 $10,000.00 1 $10,000.00 6 EA $500.00 $3,000.00 6 $3,000.00 6 LF $2,000.00 $12,000.00 6 $12,000.00 0 LF $20.00 $0.00 0 $0.00 293 LF $20.00 $5,860.00 293 $5,860.00 50 LF $250.00 $12,500.00 50 $12,500.00 12 EA $180.00 $2,160.00 12 $2,160.00 0 CY $5.00 $0.00 0 $0.00 290 TN $320.00 $92,800.00 290 $92,800.00 393 LF $2.65 $1,041.45 393 $1,041.45 4016 LF $2.65 $10,642.40 4016 $10,642.40 670 LF $2.65 $1,775.50 670 $1,775.50 918 LF $3.50 $3,213.00 918 $3,213.00 Friday, August 29, 2025 Page 2 of 5 City Project Numbers 105116 DOE Number 5116 Contract Name TRADITION, WINDING MEADOWS DRIVE NORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 8/14/2025 Project Funding 30 18" SLD Pvmt Marking Tape (W) (CO#5) 40 LF $10.55 $422.00 40 $422.00 -------------------------------------- Sub-Total of Previous Unit $1,450,912.95 $1,450,912.95 -------------------------------------- Friday, August 29, 2025 Page 3 of 5 City Project Numbers 105116 Contract Name TRADITION, WINDING MEADOWS DRIVE NORTH Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 3 Change Order Number 4 Change Order Number 5 DOE Number 5116 Estimate Number 1 Payment Number 1 For Period Ending 8/14/2025 $1,838,787.60 $15,040.00 ($420,009.00) $17,094.35 Total Contract Price $1,450,912.95 Total Cost of Work Completed $1,450,912.95 Less % Retained $0.00 Net Earned $1,450,912.95 Earned This Period $1,450,912.95 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,450,912.95 Friday, August 29, 2025 Page 4 of 5 City Project Numbers 105116 Contract Name TRADITION, WINDING MEADOWS DRIVE NORTH Contract Limits Project Type PAVING Project Funding Project Manager NA Inspectors T. GARDNER / J. ROGERS Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 DOE Number 5116 Estimate Number 1 Payment Number 1 For Period Ending 8/14/2025 City Secretary Contract Number Contract Date Contract Time 50 WD Days Charged to Date 215 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $1,450,912.95 Less % Retained $0.00 Net Earned $1,450,912.95 Earned This Period $1,450,912.95 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,450,912.95 Friday, August 29, 2025 Page 5 of 5 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Tradition - Winding Meadows Drive North (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights 24-0077 I CITY PARTICIPATION] NO 105116 61792 30114-0200431-105116-EO7685 X-27955 K-3209 REVIEWED CHANGE ORDER No: By Mosadag a Mohammdeen at 10:42 am, Jun 09, 2025 3 John Rogers Phone No: 682-210-8044 Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER �eveloper SEWER �evelopeDRAINAGE �eveloper PAVING �evel STREET LIGHTS CONTRACT Developer (Cost (Cost DAYS Cost City Cost Cost City Cost Cost City Cost City Cost City Cost $681,657.02 $0.00 $329,865.55 $0.00 $1,370,174.02 $0.00 I $1,838,787.60 $0.00 I $208,815.94 $0.00 I 190 $38,771.24 $0.00 $14,426.27 $0.00 $1,183.74 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $720,428.26 $0.00 $344,291.82 $0.00 $1,371,357.76 $0.00 I $1,838,787.60 $0.00 I $208,815.94 $0.00 I 190 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $15,040.00 $0.00 I $0.00 $0.00 I 0 $720,428.26 $0.00 $344,291.82 $0.00 $1,371,357.76 $0.00 I $1,853,827.60 $0.00 I $208,815.94 $0.00 I 190 $720,428.26 $344,291.82 $1,371,357.76 I $1,863,827.60 I $208,816.94 Dev. Cost: $4,498,721.38 City Cost: $0.00 $4,498,721.38 You are directed to make the following changes in the contract documents PAY ITEM # 4 25* Asterisk (*) indicates New Pay Item UNIT IV: PAVING IMPROVEMENTS CITY BID ITEM I I IDeveloper # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Cost City Cost TOTAL 3211.0400 1 (333) TON Hydrated Lime (42#/SY) $320.00 ($106,560.00) $0.00 ($106,560.00) 3211.0400 380 TON Hydrated Lime(48#/SY) $320.00 $121,600.00 $0.00 $121,600.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $15,040.00 TOTAL CHANGE ORDER: $15,040.00 Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDER 1. Added atldfionallime as required by lime series RECOMMENDED: GMcivil BY. tl— Name: Matt Saacke Tde: Project Engineer APPROVAL RECOMMENDED: CFW - Water Department BY Name: Title: RECOMMENDED: CFW - 'Contract Compliance Manager APPRnVFI1• APPRAVFD•. HT HWY 1 f4�opmenf iP Mario Sinac So s Exca ling, Inc. BY. I L By. i Name: DustyOellinger Name: Harlan Jon Title: Construction Manager Tine: Vice President APPROVED: CFW - Assistant Crry Manager By-. Name: Title: ATTEST By' REVIEWED Name: ByMosadegeMohammdeenaH0:42am,Jun 09,2025 JannetteS.Goodall City Secrelary Title: M&C Number M&C Date Approved: APPROVED AS TO FORM AND LEGALITY: CFW . Assistant City Attorney BY, Name: Title: 'Contract Compllance Manager (Projed Manager): By signing I acknowledge that i am the person responsible for the monitonng and administration of this contract, include ensuring all performance and reporting requirements. OThere are NO City Funds associated with ttvs Contract ❑ There are City Funds associated with this Contract Revised 12-17-201A Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Windinq Meadows Drive North CHANGE CONTRACT (A) Water/Sewer/Storm Drain, (B) Pavinq, (C) Street Liqhts ORDER No: CFA# 24-0077 CITY PARTICIPATION: NO CITY PROJECT # 105116 CITY SECRETARY CONTRACT # 61792 4 REVIEWED FID # 30114-0200431-105116-EO7685 X # X-27955 FILE # K-3209 By Mosadage Mohammdeen at 1:18 pm, Jul 11, 2025 INSPECTOR: John Rogers Phone No: 682-210-8044 , PROJECT MANAGER: Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS CONTRACT Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $681,657.02 $0.00 $329,865.55 $0.00 $1,370,174.02 $0.00 $1,838,787.60 $0.00 $208,815.94 $0.00 190 EXTRAS TO DATE $38,771.24 $0.00 $14,426.27 $0.00 $1,183.74 $0,00 $15,040.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.0 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $720,428.26 $0.00 $344,291.82 $0.00 $1,371,357.76 $1,853,827.60 $0.00 $208,815.94 $0.00 190 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 ($35,306.91) ($420,009.00) $0.00 $0.00 $0.00 0 REVISED CONTRACT AMOUNT $720,428.26 $0.00 $344,291.82 $0.00 $1,336,050.85 $1,433,818.60 $0.00 $208,815.94 $0.00 190 TOTAL REVISED CONTRACT AMOUNT PER UNIT $720,428.26 $344,291.82 $1,336,050.85 $1,433,818.60 $208,315.94 REVISED COST SHARE Dev. Cost: $4,043,405.47 TOTAL REVISED CONTRACT $4,043,405.47 You are directed to make the following changes in the contract documents UNIT-11: STORM DRAIN IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE DevelopP� Cost City Cost TOTAL 40 3137.0104 (22) SY Medium Riprap, dry $142.13 ($3,126.86) $0.00 ($3,126.86) 41 3305.0109 (186) LF Trench Safety $1.09 ($202.74) $0.00 ($202.74) 44 3341.0205 (64) LF 24" RCP, Class 111 $93.75 ($6,000.00) $0.00 ($6,000.00) 45 3341.0208 (91) LF 27" RCP, Class 111 $118.34 ($10,768.94) $0.00 ($10,768.94) 46 3341.0302 (31) LF 30" RCP, Class 111 $129.32 ($4,008.92) $0.00 ($4,008.92) 50 3349.0001 (1) EA 4' Storm Junction Box $5,969.25 ($5,969.25) $0.00 ($5,969.25) 52 3349.4105 (1) EA 24" SET, 1 pipe $2,501.40 ($2,501.40) $0.00 ($2,501.40) 53 3349.4106 (1) EA 27" SET, 1 pipe $2,728.80 ($2,728.80) $0.00 ($2,728.80) TOTAL UNIT III: STORM DRAIN IMPROVEMENT ($35,306.91) U 'IT IV: PAVING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Cavell o Cost City Cost TOTAL 3 0241.1100 (1900) SY Remove Asphalt Pvmt $5.00 ($910.00) $0.00 ($9,500.00) 4 3211.0400 (90) TON Hydrated Lime @ 48 lbs./S.Y. $320.00 ($28,800.00) $0.00 ($28,800.00) 5 3211.0502 (3765) SY 8" Lime Treatment $4.60 ($17,319.00) $0.00 ($17,319.00) 6 3212.0302 (2720) SY 2" Asphalt Pvmt Type D $18.00 ($48,960.00) $0.00 ($48,960.00) 7 3212.0502 (2720) SY 4.5" Asphalt Base Type B $37.00 ($100,640.00) $0.00 ($100,640.00) 8 3213.0105 (930) SY 10" Concrete Pavement $86.00 ($79,980.00) $0.00 ($79,980.00) 10 3213.0301 (240) LF 10' Conc Sidewalk $65.00 ($15,600.00) $0.00 ($15,600.00) 11 3213.0506 (8) EA Barrier Free Ramp, Type P-1 $3,500.00 ($28,000.00) $0.00 ($28,000.00) 12 3217.1002 (2) EA Lane Legend Arrow $165.00 ($330.00) 0 ($330.00) 20 9999.0017 (44) LF wcut Existing Asphalt & Connect to Existing Paverr $20.00 ($880.00) $0.00 ($880.00) 24 9999.0021 (18,000) CY Unclassified Fill for Sam Reynolds Road $5.00 ($90,000.00) $0.00 ($90,000.00) TOTAL UNIT IV: PAVING IMPROVEMENTS ($420,009.00) TOTAL CHANGE ORDER: ($455,315.91) Revised: 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Removal of Interim condition Sam Reynolds Road Construction RECOMMENDED: APPROVED: GMcivil ,,T HT HWY 114 Development LP By.. r"/JLA, i By: Name: Matt Baacke Name: Dusty Dellinger Title. Project Engineer Title: Construction Manager APPROVAL RECOMMENDED: APPROVED: CFW- Water Department CFW- Assistant City Manager By: By: Name: Name: Title: Title: RECOMMENDED: CFW - *Contract Compliance Manager ATTEST By: II(-REVIEWE6 Name: I _By Mosadage Mohammdeen at 1:18 pm, Jo111, 2025 S. Goodall l-.retary Title: M&C Number: M&C Date Approved: APPROVED: APPROVED: LH Lacy Company, Ltd. Mario Smacola & Sons Excavating, Inc. Bv: By: Al L Name: Benjamin Drake Name: Harlan Jones Title: Vice President Title: Vice President APPROVED AS TO FORM AND LEGALITY: CFW- Assistant City Attorney By: Name: Title * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. 1 There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised 12-17-2018 Page 2 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Tradition - Winding Meadows Drive North (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights 24-0077 CITY PARTICIPATION: NO 105116 61792 30114-0200431-105116-EO7685 X-27955 K-3209 John Rogers Phone No: 682-210-8044 Mo Mohammdeen Phone No: 682-402-7050 REVIEWED By Mosadage Mohammdeen at 3:07 pm, Aug 12, 2025 CHANGE ORDER No: 5 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer Developer beveloper Developer eveloper (Cost DAYS Cost City Cost /Cost City Cost /Cost City Cost /Cost City Cost City Cost ORIGINAL CONTRACT $681,657.02 $0.00 $329,865.55 $0.00 $1,370,174.02 $0.00 $1,838,787.60 $0.00 I $208,815.94 $0.00 I 190 EXTRAS TO DATE $38,771.24 $0.00 $14,426.27 $0.00 $1,183.74 $0.00 $15,040.00 $0.00 I $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $35,306.91 $0.00 $420,009.00 $0.00 I $0.00 $0.00 CONTRACT TO DATE $720,428.26 $0.00 $344,291.82 $0.00 $1,336,050.85 $0.00 $1,433,818.60 $0.00 I $208,815.94 $0.00 I 190 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $17,094.35 $0.00 I $0.00 $0.00 I 0 REVISED CONTRACT AMOUNT $720,428.26 $0.00 $344,291.82 $0.00 $1,336,050.85 $0.00 $1,450,912.95 $0.00 I $208,815.94 $0.00 I 190 TOTAL REVISED CONTRACT AMOUNT PER UNIT $720,428.26 $344,291.82 $1,336,050.85 $1,460,912.95 $208,816.94 REVISED COST SHARE Dev. Cost: $4,060,499.82 City Cost: $0.00 TOTAL REVISED CONTRACT $4,060,499.82 You are directed to make the following changes in the contract documents UNIT IV: PAVING IMPROVEMENTS CITY BID ITEM Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Cost City Cost TOTAL 26* 3217.0101 393 LF 6" SLID Pvmt Marking HAS (W) $2.65 $1,041.45 $0.00 $1,041.45 27* 3217.0102 4016 LF 6" SLD Pvmt Marking HAS (Y) $2.65 $10,642.40 $0.00 $10,642.40 28* 3217.0103 670 LF 6" BRK Pvmt Marking HAS (W) $2.65 $1,775.50 $0.00 $1,775.50 29* 3217.0201 918 LF 8" SLID Pvmt Marking HAS (W) $3.50 $3,213.00 $0.00 $3,213.00 30* 3217.0402 40 LF 18" SLID Pvmt Marking Tape (W) $10.55 $422.00 $0.00 $422.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $17,094.35 TOTAL CHANGE ORDER Asterisk (*) indicates New Pay Item $17,094.35 Revised: 12-17-2018 Page 1 REASONS FOR CHANGE ORDER 1. Added striping to match approved plans RECOMMENDED: GMct W By'. /+w - Name: Matt Baacke Trle: PrgW Engineer APPROVAL RECOMMENDED: CFW - Water Department By: Name: Title: RECOMMENDED: CFW- *Contract Compliance Manager By: Name: Title: M&C Number: M&C Date Approved: APPROVFh• APPROVED HT HWY 114 De opmerr[ tp MBIiO kx BY '_ I ( EM rm►ni Name. Dusty Dellinger / Name; Harlan Jon TOO: Construct*n Manager Title: Vice President APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Manager CFW - Assistant City Attorney By: By: Name: Name: Title: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary OThere are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract i REVIEWED By Mosadage Mohammdeen at 3:07 pm, Aug 12, 2025 Revised: 12-17-2018 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 28, 2025 Mario Sinacola & Son Excavating,lnc 10950 Research Road Frisco,TX 75033 RE: Acceptance Letter Project Name: Tradition Winding Madows Drive North Project Type: Water, Sewer, Paving, Street Light and Drainage City Project No.: 105116 To Whom It May Concern: On August 21, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on August 28, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on August 28, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2443. Sincerely, uWageMohawwdeen, .E Mosadage Mohammdeen, Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant Mario Sinacola & Sons Excavating, Inc, Contractor Hines, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Bobby Gordon, President Of L.H. Lacy Company, Ltd, 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; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; City Project #105116 - Winding Meadows Drive, North BY Bobby rdon, President Subscribed and sworn before me on this date 3 of September, 2025. Notary Public CS;,� — L-A \ Dallas County, State of Texas Z r W�;" DARLENE CONEY Notary ID #10317301 My Commission Expires March 9, 2028 _ i. .I i. I. 1 i, , w' CONSENT OF SURETY TO FINAL PAYMENT ALADocu)netit G707 Bond No. 5316989 TO OWNER: (Nmne and addn�) City of Fort Worth & HT Hwy 114 Development, LP. 2700 Commerce St., Suite 1600 Dallas, TX 75226 PROJECT: (Name and adJrcK, t Winding Meadows Drive North - Utility Improvements OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACT' FOR: Construction CONTRACT DATED: In accordance v%riTh the provisions of the Contract between the Owner and the Contractor as indicated above, the (himm name and addiesrcfSarrhl Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 , SURETY, on bond of (Inoen natnr and addre.:c of Connnelur ) L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 , CONTRACTOR, hereby apptvves of the firm payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety- of any of its obligations to (!Irani name and addr ucs of Ou m.T) City of Fort Worth & HT Hwy 114 Development, LP. 2700 Commerce St., Suite 1600 Dallas, TX 75226 as set forth in said Surety's bond. LN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: August 26, 2025 (lnwti in avifbtx rbc w0n1b f4i0m ed bP Me nruner k darn and)-i ar.1 , OWNER, Great American Insurance Company �Stmf1Y) e..Lie By. (.gknatatr ofawbolyzed rr/HVv—mafite) David T. Miclette (A nted orasue and fA(e) Attorney -in -Fact G707-1994 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THIRTEEN No.O 22621 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power STACEY BOSLEY NIKOLE JEANNETTE AARON HAWLEY ALL ASHLEY BRITT DAVID T. MICLETTE ALL OF HOUSTON, TEXAS $100,000,000 LUCAS LOMAX NANCY RIOS WILL DUKE STACY OWENS RITA G. GULIZO BARRY K MCCORD ROBERT C. DAVIS KATHLEEN CUCKLER This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of APRIL 1 2025 Attest GREAT AMERICAN INSURANCE COMPANY Assistant Secretary �`• Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: JOHN K. WEBSTER (877-377-2405) On this 17TH day of APRIL 2025 , before me personally appeared JOHN K. WEBSTER, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. pf ,£ SUSAN A KOHORST Notary Public ?e State of Ohio ` My Comm. Expires May 18, 2030 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior I ice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the exectition of any bong undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoingPower of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 26th day of August 2025�: _ -- =- Assistant Secrt�ary • _ _ 1. S1029AJ (04/25)