Loading...
HomeMy WebLinkAboutContract 61935-FP2FORT WORTH® -FP2City Secretary Contract No. 61935 ------- Date Received l0/6/2025 10/08/2025 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 South City Project No.: 105117 Improvement Type(s): � Paving □ Drainage □Street Lights □Bridge Original Contract Price: $3,324,560.05 Amount of Approved Change Order(s): $358,653.10 Revised Contract Amount: Total Cost of Work Complete: Contractor Vice President-Mario Sinacola & Sons Title Independent Utility Construction, Inc. Company Name Sri Peddibhotla (Oct 3, 202515:44:20 CDT) Project Inspector Mosadage MohanmfdeeH, 'Pf. Project Manager CFA Manager ;e...._,� Lauren Prieur fOct 6 2025 09°14=03 CDTl TPW Director Asst. City Manager $3,683,213.15 $3,683,213.15 10/03/2025 Date 10/03/2025 Date 10/03/2025 Date 10/06/2025 Date 10/06/2025 Date 10/07/2025 Date Page 1 of 2 Notice of Project Completion Project Name: Tradition Winding Meadows Drive South City Project No.: 105117 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time: 160 WD Days Charged: 192 WD Work Start Date: 10/22/2024 Work Complete Date: 9/10/2025 Completed number of Soil Lab Test: 862 Completed number of Water Test: 0 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION, WINDING MEADOWS DRIVE SOUTH Contract Limits Project Type PAVING FACILITIES MUD # 1 IMPROVEMENT City Project Numbers 105117 DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 Inspectors D. WATSON / PEDDIBHOTLA Contract Time 4AJD Days Charged to Date 192 Contract is 100.00 Complete Wednesday, October 1, 2025 Page 1 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #1 IMPROVEMENT Project Funding UNIT IV: #1 PAVING FACILITIES M[ID IMPROVEMEN Item Description of Items �stimated Unit No. Quanity 1 REMOVE CONC PVMT (CO#2) 4465 SY 2 HYDRATE LIME @ 42LBS./S.Y. (CO#2) 0 TN 3 8" LIME TREATMENT (CO#2) 20265 SY 4 10" CONCRETE PAVEMENT (CO#2) 17883 SY 5 4° CONC SIDEWALK (5') (CO#2) 234 LF 6 4° CONC SIDEWALK (10') (CO#2) 4419 LF 7 BARRIER FREE RAMP, TYPE P-1 26 EA 8 BARRIER FREE RAMP, TYPE G3 9 EA 9 6" CONC CURB AND GUTTER (CO#2) 441 LF 10 6' SLD PVMT MARKING HAS (W) 538 LF 11 6' DOT PVMT MARKING HAS (W) 0 LF 12 8' SLD PVMT MARKING HAS (W) 2198 LF 13 18' SLD PVMT MARKING TAPE (W) 101 LF 14 24' SLD PVMT MARKING HAE (W) 96 LF 15 LANE LEGEND ARROW 4 EA 16 LANE LEGEND DBL ARROW 28 EA 17 LANE LEGEND ONLY 4 EA 18 RAISED MARKER TY W 475 EA 19 REMOVE 4" PVMT MARKING 9984 LF 20 REMOVE 8" PVMT MARKING 170 LF 21 FURNISH/INSTALL ALUM SIGN GROLTND 76 EA MOUNT CITY STD. 22 FURNISH/INSTALL ALUM SIUN EX POLE 48 EA MOUNT 23 REMOVE SIGN PANEL AND POST 7 EA 24 REMOVE SIGN PANEL 1 EA 25 RRFB DOUBLE SIDED ELEC (CO#2) 4 EA 26 TRAFFIC CONTROL 1 MO 27 3° MOUNABLE CURB 617 LF 28 CURLEX, SOIL RETENTION BLANKET 10876 LF 29 RECESSED CURB FOR EX. STORM INLETS 0 EA (CO# 1) DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 Unit Cost Estimated Total $10.00 $44,650.00 $320.00 $0.00 $4.40 $89,166.00 $82.00 _,466,406.00 $32.00 $7,488.00 $65.00 $287,235.00 $3,500.00 $91,000.00 $3,500.00 $31,500.00 $35.00 $15,435.00 $2.2� $1,210.50 $0.00 $0.00 $3.00 $6,594.00 $8.00 $808.00 $10.00 $960.00 $165.00 $660.00 $295.00 $8,260.00 $175.00 $700.00 $7.00 $3,325.00 $1.00 $9,984.00 $1.00 $170.00 $550.00 $41,800.00 $100.00 $4,800.00 $128.00 $896.00 $102.00 $102.00 $8,863.00 $35,452.00 $3,250.00 $3,250.00 $5.00 $3,085.00 $1.50 $16,314.00 $3,000.00 $0.00 Completed Completed Quaniry Total 4465 $44,650.00 0 $0.00 20265 $89,166.00 17883 1,466,406.00 234 $7,488.00 4419 $287,235.00 26 $91,000.00 9 $31,500.00 441 $15,435.00 538 $1,210.50 0 $0.00 2198 $6,594.00 101 $808.00 96 $960.00 4 $660.00 28 $8,260.00 4 $700.00 475 $3,325.00 9984 $9,984.00 170 $170.00 76 $41,800.00 48 $4,800.00 7 $896.00 1 $102.00 4 $35,452.00 1 $3,250.00 617 $3,085.00 10876 $16,314.00 0 $0.00 Wednesday, October 1, 2025 Page 2 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #1 IMPROVEMENT Project Funding 30 STAPPED RED CONC 8" PCC PVMT W/7% LIME - STABILIZED SUBGRADE (CO#2) 31 STAPPED RED CONC 4" PCC PVMT W/7% LIME - STABILIZED SUBGR 32 CONCRETE SAWCUT (CO#2) 33 CONCRETE HEADER (CO#2) 34 CONNECT TO EXISTING PAVEMENT 35 6" DASHED LANE LINE (W) 36 18" WIDE 2' LINE WITH 2' GAP 37 8" WHITE 3' LINE WITH 3' GAP 38 6" DOUBLE YELLOW CENTER CENTER STRIPE 39 PREFORMED THEMOPLASTIC CROSSWALK (B/W) 40 LANE LEGEND YIELD 41 REMOVE & REPLACE 10' RECESSED INLET TOP (CO#1) 42 REMOVE & REPLACE IS' RECESSED INLET TOP (CO#1) 43 REMOVE EXISTING CURB AND GUTTER (CO#2) 44 REMOVE EXISTING SIDEWALK (CO#2) 45 REMOVE EXISTING BARRICADE (CO#2) 46 HYDRATED LIME @ 48 LBS/SY (CO#2) 47 STAMPED RED 13" PCC PVMT (CO#2) 48 CONNECT NEW BRRs TO EXISTING (CO#2) 49 INSTALL TYPE III BARRICADE (CO#2) 50 REMOVE EXISTING GAURDRAIL (CO#2) 51 METAL GUARD FENCE (STEEL POST) (CO#2) 52 METAL GUARD FENCE TRANSITION (TL2) (CO#2) 53 SINGLE GUARD END TREATMENT (MSKT) (CO#2) 54 ADJUST EXISTING MQANHOLE (CO#2) 55 ADJUST AND REPLACE EXISTING MANHOLE CONE (CO#2) 56 RELOCATE EXISTING FIRE HYDRANT (CO#2) �7 UNDERCUT, PREP SUBGRADE, & REFORM PVMT (CO#2) DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 0 SY $225.00 $0.00 500 SY $192.00 $96,000.00 1381 LF $2.00 $2,762.00 2 EA $500.00 $1,000.00 13 EA $2,000.00 $26,000.00 8773 LF $2.25 $19,739.25 323 LF $9.00 $2,907.00 534 LF $3.50 $1,869.00 45 LF $4.50 $202.50 730 LF $29.25 $21,352.50 12 EA $210.00 $2,520.00 7 EA $9,8�0.00 $68,9�0.00 3 EA $13,500.00 $40,500.00 428 LF $10.00 $4,280.00 2218 SF 180 LF 487 TN 615 SY 9 EA 66 LF 76 LF 13 LF 1 EA $2.00 $4,436.00 $10.00 $1,800.00 $320.00 $155,840.00 $360.00 $221,400.00 $650.00 $�,850.00 $65.00 $4,290.00 $15.00 $1,140.00 $65.00 $845.00 $1,500.00 $1,500.00 0 $0.00 500 $96,000.00 1381 $2,762.00 2 $1,000.00 13 $26,000.00 8773 $19,739.25 323 $2,907.00 534 $1,869.00 45 $202.50 730 $21,352.50 12 $2,520.00 7 $68,950.00 3 $40,500.00 428 $4,280.00 2218 $4,436.00 180 $1,800.00 487 $155,840.00 615 $221,400.00 9 $5,8�0.00 66 $4,290.00 76 $1,140.00 13 $845.00 1 $1,500.00 1 EA $4,000.00 $4,000.00 1 $4,000.00 3 EA 1 EA $1,000.00 $3,000.00 $3,500.00 $3,500.00 3 $3,000.00 1 $3,500.00 2 EA 1 LS $15,000.00 $30,000.00 $2,6�0.00 $2,6�0.00 2 $30,000.00 1 $2,6�0.00 Wednesday, October 1, 2025 Page 3 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #1 IMPROVEMENT Project Funding DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 Sub-Total of Previous Unit $2,899>583.75 $2,899,583.75 UNTI' IV: #2 PAVING FACIIITIES MUD IMPROVEMEN Item Description of Items �stimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC PVMT (CO#2) 530 SY $10.00 $5,300.00 530 $5,300.00 2 HYDRATED LIME @ 42 LBS,/S.Y. (CO#2) 0 TN $320.00 $0.00 0 $0.00 3 8" LIME TREATMENT (CO#2) 5656 SY $4.40 $24,886.40 5656 $24,886.40 4 10" CONCRETE PAVEMENT (CO#2) 5320 SY $82.00 $436,240.00 5320 $436,240.00 5 4° CONC SIDEWALK (5') (CO#2), (CO#3) 304 LF $32.00 $9,728.00 304 $9,728.00 6 4" CONC SIDEWALK (10') (CO#2) 1366 LF $65.00 $88,790.00 1366 $88,790.00 7 BARRIER FREE RAMP, TYPE P-1 8 EA $3,500.00 $28,000.00 8 $28,000.00 8 BARRIER FREE RAMP, TYPE G3 0 EA $0.00 $0.00 0 $0.00 9 6° CONC CURB AND GUTTER (CO#2) 386 LF $35.00 $13,510.00 386 $13,510.00 10 6" SLD PVMT MARKING HAS (W) 166 LF $2.2� $373.50 166 $373.50 11 6" SLD PVMT MARKING HAS (W) 75 LF $3.00 $225.00 75 $225.00 12 8" SLD PVMT MARKING HAS (W) 780 LF $4.50 $3,510.00 780 $3,510.00 13 18" SLD PVMT MARKING TAPE (W) 22 LF $8.00 $176.00 22 $176.00 14 24" SLD PVMT MARKING HAE (W) 84 LF $10.00 $840.00 84 $840.00 IS LANELEGENDARROW 7 EA $165.00 $1,155.00 7 $1,155.00 16 LANE LEGEND DBL ARROW 0 EA $0.00 $0.00 0 $0.00 17 LANE LEGEN ONLY 7 EA $175.00 $1,225.00 7 $1,225.00 18 RAISED MARKER TY W 201 EA $7.00 $1,407.00 201 $1,407.00 19 REMOVE 4" PVMT MARKING 1738 LF $1.00 $1,738.00 1738 $1,738.00 20 REMOVE 8" PVMT MARKING 482 LF $1.00 $482.00 482 $482.00 21 FURNISH/INSTALL ALUM SIGN GROUND 11 EA $550.00 $6,050.00 1 I $6,050.00 MOUNT CITY STD. 22 FURNISH/INSTALL ALUM SIGN EX POLE 1 EA $100.00 $100.00 1 $100.00 MOUNT 23 REMOVE SIGN PANEL AND POST 6 EA $128.00 $768.00 6 $768.00 24 REMOVE SIGN PANEL 0 EA $0.00 $0.00 0 $0.00 25 RRFB DOUBLE SIDED ELEC 2 EA $8,863.00 $17,726.00 2 $17,726.00 26 TRAFFIC CONTROL 1 MO $3,250.00 $3,250.00 1 $3,250.00 27 CURLEX, SOIL RETENTION BLANKET 3312 LF $1.50 $4,968.00 3312 $4,968.00 28 RECESSED CURB FOR EX. STORM INLETS 0 EA $3,000.00 $0.00 0 $0.00 (CO# 1) Wednesday, October 1, 2025 Page 4 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #2 IMPROVEMENT Project Funding 29 CONCRETE SAWCUT (CO#2) 1199 LF 30 CONNECT TO EXISTING PAVEMENT 6 EA 30.1 6" DASHED LANE LINE (V� 3338 LF 32 PREFORMED THERMOPLASTIC CROSSWALK 330 LF (B/W) 33 REMOVE & REPLACE 10' RECESSED INLET 4 EA TOP EXISTING 34 REMOVE EXISTING CURB AND GUTTER 490 LF (CO#2) 35 REMOVE EXISTING SIDEWALK (CO#2) 715 SF 36 RECONNECTMOVE (CO#2) 11� LF 37 HYDRATED LIME @ 42 LBS,/S.Y. (CO#2) 136 TN 38 CONNECT NEW BBRs TO EXISTING (CO#2) 6 EA 39 REMOVE EXISTING GAURDRAIL (CO#2) 76 LF 40 METAL GUARD FENCE (STEEL POST) (CO#2) 12.5 LF 41 METAL GUARD FENCE (TRANSITION (LT2) 1 EA (CO#2) 42 SINGLE GAURDRAIL END TREATMENT 1 EA (MSKT) (CO#2) Sub-Total of Previous Unit DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 $2.00 $2,398.00 $2,000.00 $12,000.00 $225 $7,510.50 $28.85 $9,520.50 $9,850.00 $39,400.00 $10.00 $4,900.00 $2.00 $1,430.00 $10.00 $1,150.00 $320.00 $43,520.00 $650.00 $3,900.00 $I5.00 $1,140.00 $65.00 $812.50 $1,500.00 $1,500.00 $4,000.00 $4,000.00 $783,629.40 1199 $2,398.00 6 $12,000.00 3338 $7,510.50 330 $9,520.50 4 $39,400.00 490 $4,900.00 715 $1,430.00 115 $1,1�0.00 136 $43,520.00 6 $3,900.00 76 $1,140.00 12.5 $812.50 1 $1,500.00 1 $4,000.00 $783,629.40 Wednesday, October 1, 2025 Page 5 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #2 IMPROVEMENT Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 2 Change Order Number 2 Change Order Number 3 DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 $3,324,560.05 $79,450.00 $27,400.00 $199,016.60 $47,506.50 $5,280.00 Total Contract Price $3,683,213.15 Total Cost of Work Completed $3,683,21315 Less % Retained $0.00 Net Earned $3,683,21315 Earned This Period $3,683,213.15 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 $3,683,21315 Wednesday, October 1, 2025 Page 6 of 7 City Project Numbers 105117 Contract Name TRADITION, WINDING MI?ADOWS DRIVI: SOU'fH Contract Limits Project Type PAVING FACILITIES MUD #2 IMPROVEMENT DOE Number 5117 Estimate Number 1 Payment Number 1 For Period Ending 9/10/2025 Project Funding Project Manager NA Inspectors D. WATSON / PEDDIBHOTLA Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO , TX 75033 City Secretary Contract Number Contract Date Contract Time 40 WD Days Charged to Date 192 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 Less % Retained Net Earned Earned This Period $3,683,213.15 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $3,683,213.15 $0.00 $3,683,213.15 $0.00 $0.00 $0.00 $0.00 $0.00 $3,683,213.15 Wednesday, October 1, 2025 Page 7 of 7 REVIEWED By Mosadage Mohammdeen at 3:24 pm, Oct 01, 2025 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Tradition - Windin Meadows Drive South CHANGE CONTRACT: (A) Water/Sewer/Storm Draiq (B) Pavin ,(C) Street Li hts ORDER No: CFA# 24-0112 CITY PARTICIPATION: NO CITY PROJECT # 105117 CITY SECRETARY CONTRACT # 61935 � FID # 301140200431-105117-E07685 X# FILE # K-3210 INSPECTOR: Sri Peddibhotla Phone No: 682-71&6979 PROJECT MANAGER: Mo Mohammdeen Phone No� 682-402-7050 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents TOTAL: $706,850.00 Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER i. 14 inlets required the inlet top to be removed and replaced to match proposed street grade RECOMMENDED: APPROVED: APPROVED: GMcivil HT HWY 114 Developmenf LP Mario Sinacola & Sons Excavating, Inc. .�F.�� �__) By: �r.;'ad��?,�— By: By: Name: Matt Baacke Name: Curfis Attaway Name: Title: Project Engineer Title: VP of Constmctian Title: APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALJTY: CFW-Wa[erDepartment CFW-AssistantCityManager CFW-AssistantCityAttomey By: By: By: _ Name: Name: Name: Title: Title: Title: RECOMMENDED: CFW-'Contract Compliance Manager ATTEST * Contract Compliance Manager (Project Manager�: By signing I acknowledge Ihat I am [he person responsiWe By: for Ihe monitoring and administration of Ihis contrac[, include ensuring all pertormance and reporting requirements. Name: Jannette S. Goodall Cdy Secretary ❑+ There are NO Cdy Funds associated with this Contract Title: ❑There are City Funds associated with this Contract M&C Number: M&C Date Approved: REVIEWED By Mosadage Mohammdeen at 3:24 pm, Oct 01, 2025 Revised: 12-17-2018 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Tradition - Windin Meadows Drive South CHANGE CONTRACT: (A) Water/Sewer/Storm Draiq (B) Pavin ,(C) Street Li hts ORDER No: CFA# 24-0112 CITY PARTICIPATION: NO CITY PROJECT # 105117 CITY SECRETARY CONTRACT # 61935 2 FID # 301140200431-105117-E07685 X# FILE # K-3210 INSPECTOR: Sri Peddibhotla Phone No: 682-71&6979 PROJECT MANAGER: Mo Mohammdeen Phone No� 682-402-7050 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents Revised: 12-17-2018 Page 2 TOTAL UNITIV: PAVING IMPROVEMENTS $246,523.10 Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER t Updatedpaving quantities to re/lect approved plans RECOMMENDED: APPROVED: APPROVED: GMcivil HT HWY 114 Developmenf LP Mario Sinacola & Sons Excavating, Inc. a�ir ,.:a BY: ,�.�.+d .?..�- By: By: Name: Matt Baacke Name: Curfis Attaway Name: Title: Project Engineer Title: VP of Constmctian Title: APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALJTY: CFW-Wa[erDepartment CFW-AssistantCityManager CFW-AssistantCityAttomey By: By: _ Name: Name: Title: Title: RECOMMENDED: CFW-'Contract Compliance Manager ATTEST By: Name: Title: Jannette S. Goodall Cdy Secretary M&C Number: M&C Date Approved: By: _ Name: Title: * Contract Compliance Manager (Project Manager�: By signing I acknowledge Ihat I am [he person responsiNe for Ihe monitoring and administration of Ihis contrac[, include ensuring all pertormance and reporting requirements. ❑+ There are NO Cdy Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 DEVELOPER-AWARDED-PROJECT CHANGE ORDER E5,280.00 Revised: 12-17-2018 Page 1 INSPECTOR: SriPeddibhotla PhoneNo: 682-718-6979 PROJECT MANAGER: MO MOhefi1171dB211 Phone No: 682-402-7050 Vou are direded to make the following changes In the contract documems�. Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER i. Added Sidewalk RECOMMENDED: APPROVED: APPROVED: GMcivil HT HWY 114 Developmenf LP Mario Sinacola & Sons Excavating, Inc. a�ir ,.:a BY: ,�.�.+d .?..�- By: By: Name: Matt Baacke Name: Curfis Attaway Name: Title: Project Engineer Title: VP of Constmctian Title: APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALJTY: CFW-Wa[erDepartment CFW-AssistantCityManager CFW-AssistantCityAttomey By: By: _ Name: Name: Title: Title: RECOMMENDED: CFW-'Contract Compliance Manager ATTEST By: Name: Title: Jannette S. Goodall Cdy Secretary M&C Number: M&C Date Approved: By: _ Name: Title: * Contract Compliance Manager (Project Manager�: By signing I acknowledge Ihat I am [he person responsiNe for Ihe monitoring and administration of Ihis contrac[, include ensuring all pertormance and reporting requirements. ❑+ There are NO Cdy Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTVVORTH� TRANSPORTATION AND PUBLIC WORKS September 19, 2025 Mario Sinacola & Sons Excavating. Inc. 10950 Research Rd Frisco, TX-75033 RE: Acceptance Letter Project Name: Tradition, Winding Meadow Drive South Project Type: 03 City Project No.: 105117 To Whom It May Concern: On September 16, 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 September 19, 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 September 19, 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 682- 402-7050. Sincerely, Mo,radqge Moha�+ma'een,�E Mohammdeen Mosadage, Project Manager Cc: Sri Peddibhotla, Inspector Don L Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant Mario Sinacola & Sons Excavating. Inc., Contractor HT Hwy 114 Development,LP, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 BILLS PAID AFFIDAVIT STATE OF TEXAS § COUNTY OF COLLIN § BEFORE ME, the undersigned authority, on this day personally appeared STEPHEN SCOTT, known to me to be a credible person and VICE PRESIDENT, OFFICER of MARIO SINACOLA & SONS EXCAVATING, INC., a Michigan Corporation (hereinafter called "Contractor") and who being duly sworn, upon his oath declares and acknowledges as follows: I am the duly authorized agent for the said Contractor, which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to an agreement dated in September 4, 2024, Job No. 24035A Contract between MARIO SINACOLA & SONS EXCAVATING, INC. and Spur Wildflower Development, LP .(the "Owner"). Contractor has supplied materials and performed labor in connection with the construction of improvements upon certain real property owned by the City OF Fort Worth, Tarrant County, Texas. Said improvements are more particularly described as Paving for Tradition Winding Meadows South, ("the improvements"). 3. Contractor has actual knowledge that all bills owed by Contractor to others for materials supplied or labor performed in connection with the Improvements have been fully paid and satisfied except for contractual Retainage as set out below. Contractor does further warrant that should any claim or lien be filed for material supplied or labor performed by virtue of Contractor's participation in the construction of said "Improvements", Contractor will immediately furnish a bond pursuant to Texas Property Code, Sections 53.236 through 53.238, for release of each such lien, and obtain settlement of any such liens and furnish Owner written full release, Contractor agrees to fully indemnify and hold harmless the Owner from any and all costs that may occur by reason of such liens. 4. EXCEPTIONS. The Contractor specifically excepts from this affidavit its right and entitlement to payment of Retainage in the amount of $378,528.42. Said Retainage to be due and payable to Contractor on receipt of Letter of Acceptance, and Retainage to subcontractors to be paid by Contractor upon receipt of said Retainage from Owner. EXECUTED THIS 3�d d� of October, 2025. MARIO SINACOLA & SONS EXCAVATiNG, INC. � �� BY: Stephen Scott, Vice President, Officer SUBSCRIBED AND SWORN TO BEFORE ME BY THE SAID Stephen Scott, Vice President, Officer, this 3�d day of October, 202 . ,������, � ivAN VASQUEZ Notary Public i d-€or-tFi State of Texas ��� p,Y n���i� ,�o'P,..'.,e<<;' Notary Public, State of Texas �U,,:,���,� Comm.Expires05-12-2029 ''' �����Q Notery ID 128784010 '''�n° ����`� _ CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No108006946 PROJECT: (name, addfess)Winding Meadows Drive South Fort Worth, TX TO (Owner) HT HWY 114 DEVELOPMENT LP & CITY OF FORT � ARCHITECT'S PROJECT NO: CFA No, 24-0112 �ninRTN 2200 Ross Avenue, Sujite 4200W Dallas TX 75201 CONTRACT FOR: Winding Meadows Drive South Project No. 24035 � CONTRACT DATE: 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 end eddrass of Suraty Company) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford CT 06183 , SURETY COMPANY on bond of Ihere 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� HT HWY 114 DEVELOPMENT LP & CITY OF FORT WORTH 2200 Ross Avenue, Sujite 4200W Dallas TX 75201 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 3rd day of October, 2025 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety Company Attest: , � ( ,r .�� `7v� ,�.�i�� (Seal): �I,+u"'�-�`��� ��-' Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONEPAGE .�. TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company 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. w �,C�►��fT�.0 4 p�fr Ah0 PJ 8` ��� � ��� � W �, + � ('�{'Z{ �.ip ; C.�fNi. ap � i�K � '1'� ��� bt FYye * �s State of Connecticut City of Hartford ss. i � � By: Robert L. Rane , enior 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. ••'�, v Hph�, . IN WITNESS WHEREOF, I hereunto set my hand and official seal. 3�" i/,GG�iZC �. �My Commission expires the 30th day of June, 2026 '. ���.a.� +j � � aue ie �� Anna P. Nowik, Notary Public c 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 Attorneys-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 5ecretary, 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 seat 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 3rd day of October , 2025 �yplyq(J ��r aNp ��� �+/`�/�� r`@ "JP a` � ♦ � � � �; �� � � HM'fFORD. < COIP0ILLR \ r2 ; CONN. o � � �.1 � r�a� � '��a° � ! �S �(.✓ � ���'` Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(s)-in-Fact and the detai/s oi the bond to which this Power ofAttorney is attached.