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)