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.