Loading...
HomeMy WebLinkAbout062820-FP1 - Construction-Related - Contract - Mario Sinacola & Sons Excavating, Inc.-FP1 City Secretary 62820 Contract No. FORTWORTH� Date Received 1/16/2026 1/14/2026 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: Walsh Ranch PA5A City Project No.: 105436 Improvement Type(s): 0 Paving ❑ Drainage ❑ Street Lights ❑ Turn Lane KobY Bc�y k��n�n,���,�,� �,�b,,_��e�,�� Contractor Project Manager Title Original Contract Price: $3,957,645.90 Amount of Approved Change Order(s): -$151,953.30 Revised Contract Amount: $3,805,692.60 Total Cost of Work Complete: $3,805,692.60 O1/14/2926 Date Mario Sinacola & Sons Excavating, Inc. Company Name r�rQE� ��w - T ��_ zoze is�aa-zo csri Project Inspector � Project Manager a�� CFA Manager ��7� ���r�� Pr���,r��,n,s,zoz�,z�,5�55�T; TPW Director O1/14/2026 Date O1/15/2026 Date O1/16/2026 Date O1/16/2026 Date �FFICIAL RECQRD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Walsh Ranch PA5A City Project No.: 105436 City's Attachments Final Pay Estimate ❑x Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid �' Consent of Surety �� Statement of Contract Time Contract Time: 240 WD Days Charged: 167 WD Work Start Date: 3/26/2025 Work Complete Date: 12/19/2025 Completed number of Soil Lab Test: 2261 Completed number of Water Test: 46 Page 2 of 2 F���r ���Tx CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA) Contract Limits Project Type PAVING City Project Numbers 105436 DOE Number 5436 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 12/19/2025 WD Project Manager NA Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 InspeCtors T. GARDNER / T. BARKER Contract Time 248JD Days Charged to Date 16"1 Contract is 100.00 Complete Monday, January 12, 2026 Page 1 of 4 City Project Numbers 105436 DOE Number 5436 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA) Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 12/19/2025 Project Funding UNTI' IV: PAVING IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 HYDRATED LIME (6" PAVEMENT @ 36 341.1 TN $321.00 $109,493.10 341.1 $109,493.10 LBS/SY) (CO#3) 2 HYDRATED LIME (6" PAVEMENT @ 48 LBS/SY) 258 TN $321.00 $82,818.00 258 $82,818.00 3 HYDRATED LIME (6" PAVEMENT @ 48 414.7 TN $321.00 $133,118.70 414.7 $133,118.70 LBS/SY) (CO#3) 4 6" LIME TREATMENT (CO#3) 18935 SY $4.00 $75,740.00 18935 $75,740.00 5 8" LIME TREATMENT (CO#3) 28025 SY $4.25 $119,106.25 28025 $119,106.25 6 6" CONC PVMT (CO#3) 17288 SY $51.00 $881,688.00 17288 $881,688.00 7 8" CONC PVMT 10219 SY $59.00 $602,921.00 10219 $602,921.00 8 9" CONC PVMT (CO#3) 16181 SY $63.00 ,019,403.00 16181 1,019,403.00 9 5" CONC SIDEWALK (CO#3) 68323 SY $8.00 $546,584.00 68323 $546,584.00 10 BARRIER FREE RAMP, TYPE R-1 12 EA $3,000.00 $36,000.00 12 $36,000.00 11 BARRIER FREE RAMP, TYPE P-1 (CO#3) 20 SY $3,000.00 $60,000.00 20 $60,000.00 12 6" SLD PVMT MARKING HAS (Vl� 78 LF $2.75 $214.50 78 $214.50 13 6" SLD PVMT MARKING HAS (Y) 4678 LF $2.75 $12,864.50 4678 $12,864.50 14 6" BRK PVMT MARKING HAS (W) ll45 LF $2.75 $3,148.75 1145 $3,148.75 15 PREFORMED THERMOPLASTIC CONTRAST 760 LF $11.00 $8,360.00 760 $8,360.00 MARKING - 24" CROSSWALK 16 PREFORMED THERMOPLASTIC CONTRAST 164 LF $11.00 $1,804.00 164 $1,804.00 MARKING - 24" STOP BARS 17 LANE LEGEND ARROW 16 LF $200.00 $3,200.00 16 $3,200.00 18 LANE LEGEND ONLY 16 LF $200.00 $3,200.00 16 $3,200.00 19 FURNTSH/INSTALL WALSH RANCH STYLE 44 LF $1,750.00 $77,000.00 44 $77,000.00 SIGHN 20 REFL RAISED MARKER TY II-A-A 116 LF $8.00 $928.00 116 $928.00 21 REFL RAISED MARKER TY II-C-R 226 LF $8.00 $1,808.00 226 $1,808.00 22 8" SLD PVMT MARKING HAS (W) 2232 LF $3.15 $7,030.80 2232 $7,030.80 23 18" SLD PVMT MARKING HAE (Y) 48 LF $9.50 $456.00 48 $456.00 24 18" SLD PVMT MARKING HAE (Vl� 176 LF $9.50 $1,672.00 176 $1,672.00 25 REMOVE CONC PVMT 603 SY $10.00 $6,030.00 603 $6,030.00 26 BLOCK SOD PLACEMENT (CO#3) 11104 SY $1.00 $11,104.00 1ll04 $11,104.00 Sub-Total of Previous Unit �3,805,692.60 �3,805,692.60 Monday, January 12, 2026 Page 2 of 4 City Project Numbers 105436 DOE Number 5436 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA) Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 12/19/2025 Project Funding Contract Information Summary Original Contract Amount $3,957,645.90 Chan�e Orders Change Order Number 3 Change Order Number 4 ($140,614.95) ($11,338.35) Total Contract Price $3,805,692.60 Total Cost of Work Completed $3,805,692.60 Less % Retained $0.00 Net Earned $3,805,692.60 Earned This Period �3,805,692.60 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 $3,805,692.60 Monday, January 12, 2026 Page 3 of 4 City Project Numbers 105436 DOE Number 5436 Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA) Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 12/19/2025 Project Funding Project Manager NA Inspectars T. GARDNER / T. BARKER Contractor MARIO SINACOLA & SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 City Secretary Contract Number Contract Date Contract Time 240 WD Days Charged to Date 167 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 $3,805,692.60 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 $3,805,692.60 $0.00 $3,805,692.60 $0.00 $0.00 $0.00 $0.00 $0.00 $3,805,692.60 Monday, January 12, 2026 Page 4 of 4 Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: Walsh Ranch - Quail Valley - Planninq Area 5A -(PASA) Water, Sewer, Drainape, & Pavinq Improvements 24-0107 I 105436 62820 30114-0200431-105436-E07685 X-28100 W-3032 CHANGE ORDER No: CITY PARTICIPATION:I No 3 Ty Barker Phone No: Mosadage Mohammdeen, P.E. Phone No: UNIT 1: WATER Developer Cost Cit ORIGINAL CONTRACT $1,879,435.00 $ EXTRAS TO DATE $23,655.70 $ CREDITS TO DATE $0.00 $ CONTRACT TO DATE $1,903,09070 $ AMOUNT OF PROP. CHANGE ORDER ($40,890.00) $ REVISED CONTRACT AMOUNT $1,862,200.70 E TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,862,200.70 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT I UNIT 2: SEWER �veloper Cost Cit $2,618,720.75 $ $0.00 $ ($358,59L25) $ $2,260,129.50 $ ($55,100.00) $ $2,205,029.50 � $2,205,029.50 $9,641,405.15 (817)992-3991 (817)392-2443 CONTRACT UNIT UNIT 3: DRAINAGE I veloper Cost City Cost $1,757,14a.00 I I $0.00 I I $0.00 I $1, 757,144.00 I I $0.00 I $1,757,144.00 I I 1,757 City Cost: $9,641,405.15 UNIT 4: PAVING Developer Cost Cib $3,957,645.90 $0.00 $0.00 $3,957,645.90 I (S140,614.95) � $3,817,030.95 I UNIT 5: LIGHTING Developer Cost Cit $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 7,030.95� $ $0.00 I � WORKING DAYS I 240 240 240 Mosadage Mohammdeen, P.E. Page 1 Docusign Envelope ID: F61C8506-767A-4E80-A4EF-440536702D8B Walsh Ranch - Quail Valley - Planning Area 5A -(PASA) You are directed to make the Following changes in the contract documents: PAY ITEM # 25 ICITY BID ITEM # I QUANTITY I UNIT i 0 -29 I EA � Asterisk (`) indicates New Pay Item Mosadage Mohammdeen, P.E. Unit I: Water Imorovements ITEM DESCRIPTION CFW Unit Price I UNIT PRICE I Developer Cost I 3372.2003 1"WaterService � $0.00� $1,410.00� ($40,890,00)I TOTAL Unit I: Water Improvements ($40,890.001 City Cost I $0.00� $0.00 � I TOTAL I ($4Q890.00)� ($40,890.001 � Page 2 Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) PAY ITEM # 8 � Asterisk (') indicates New Pay Item CITY BID ITEM # I QUANTITV I UNIT 0 -29 EA Unit II: Sewer Imorovements ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost 3331.3101 4" Sewer Service � $0.00 $1,900.00 ($55,100.00) TOTAL Unit II: Sewer Imorovements ($55.100.001 Ciry Cost $0.00 $0.00 � TOTAL I ($55,100.00)� ($55,100.001 � Mosadage Mohammdeen, P.E. Page 3 DQc�s\g� E��e\o'Pe \D�. W a\sh Ra��h . _�EgO'P4EF,440536��2�SB Fg1Ga5p6"'lB� A 5P1 Qua`� V a\\eY P�a�n\n9 Area 5P � lPA Page 4 Mosadage Mohammdye�, P E Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) PAY ITEM # 1 3 4 5 6 8 26 9 11 CITY BID ITEM # 0 0 0 0 0 0 0 0 0 QUANTITV -18.9 -26.3 -1053 -1095 -923 -1095 2018 1100 -0 � Asterisk (') indicates New Pay Item UNIT TON TON SY SY SY SY SY SF EA Unit IV: Pavina Imurovements ITEM DESCRIPTION CFW Unit Price 3271.0400 Hydrated Lime (6" Pavement @ 36 Ibs/sy) $0.00 3271.0400 Hydrated Lime (9" Pavement @ 48 Ibs/sy) $0.00 3211.0501 6" Lime Treatment $0.00 3211.0502 8" Lime Treatment $0.00 3213.0101 6" Conc Pvmt $0.00 3213.0104 9" Conc Pvmt $0.00 3292.0100 Block Sod Placement $0.00 3213.0302 5" Conc Sidewalk $0.00 3213.0506 Barrier Free Ramp, Type P-1 $0.00 TOTAL Unit IV: Pavina Imnrovements UNIT PRICE $321.00 $321.00 $4.00 $425 $51.00 $63.00 $1.00 $8.00 $3,000.00 Developer Cost ($6,066.901 ($8,442.301 ($4,212 001 ($4,653 751 ($47,073.001 ($68,985.001 $2,018.OQ $s,aoo.oe ($12,000.00) ($140,614.95) City Cost TOTAL $0.00 ($6.066.90) $0.00 ($8.442.30) $0.00 ($4,212.00) $0.00 ($4,65375) $0.00 ($47,073.00) $0.00 ($68,985.00) $0.00 $2,018.00 $o.00 $s,soo.00 $0.00 ($12,000.00) 0.00 ($14Q614.95) � � Mosadage Mohammdeen, P.E. Page 5 _�EgO'P4EF,440536��2�SB Fg1Gg5p6_�gi A E��e\o'Pe \D� �PpSal P�an��n9 Prea 5A DQ�us�gn QUa�� V a\\eY ' W a\sh Ranch � / � � Page 6 Mosadage Mohammdee� P E Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) REASONS FOR CHANGE ORDER 1 Removed Water & Sewer Services that were serving PA5C 2 Removed Intersections, Parking, & Turn Lanes serving PA5C 3 Added Block Sod for pavemen[ removal 4 Added Sidewalk and removed unneeded ramps RECOMMENDED: Huitt-Zollars, Inc. BY: �io�����- Name: Jordan V. Marlia, P.E. Title: Sr. Associate APPROVED: Mario Sinacola & Sons Excavating, Inc BY: �H"aY�Nn.eJeV�.t,S Name: Harlan Jones Title: Vice President RECOMMENDED: CFW - *Contract Compliance Manager BY�M4 Ea�a�,s M4�taww��ttv�. Name: Mosadape Mohammdeen, P.E. Title: IPRC Prolect Manaper M8C Number: M8C Date Approved APPROVED: APPROVED: Quail Valley Devco V, LLC Moss Utilities, LLC 8/19/2025 i�',� 8/19/2025 Date: BY:[�E�"'Y�r Date: BY[��I,M?zS Name: Seth Carpenter Name: Garrett Moss Title: Senior Vice Presiden[ Title: President Da[e: 8/20/2025 oate: $�21 /2025 N/A N/A ATTEST By: Not Applicable Name: Jannette S. Goodall Title: CitY Secretary 8/19/2025 Date: * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am [he person responsible Date: for [he moni[oring and adminis[ration of [his contract, and ensuring all performance and reporting requiremen[s. 0 There are NO Ciry Funds associated with this Contract ❑ There are City Funds associa[ed with [his Contract Mosadage Mohammdeen, P.E. Page 7 Docusign Envelope ID: ACOCF212-81 E8-42E3-A8E1-B8B4DB70B8AC Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: Walsh Ranch - Quail Valley - Planninq Area 5A -(PASA) Water, Sewer, Drainape, & Pavinq Improvements 24-0107 I 105436 62820 30114-0200431-105436-E07685 X-28100 W-3032 CITY PARTICIPATION:I No Tyrece Lewis Phone No: Mosadage Mohammdeen, P.E. Phone No: UNIT 1: WATER Developer Cost Cit ORIGINAL CONTRACT $1,879,435.00 $ EXTRAS TO DATE $23,655.70 $ CREDITS TO DATE ($40,890.00) $ CONTRACT TO DATE $1,862,20070 $ AMOUNT OF PROP. CHANGE ORDER $0.00 $ REVISED CONTRACT AMOUNT $1,862,200.70 E TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,862,200.70 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT I UNIT 2: SEWER �veloper Cost Cit $2,618,720.75 $ $0.00 $ ($413,69L25) $ $2,205,029.50 $ $0.00 $ $2,205,029.50 � $2,205,029.50 $9,630,066.80 (214) 433-4651 (817)392-2443 CONTRACT UNIT UNIT 3: DRAINAGE I veloper Cost City Cost $1,757,14a.00 I I $0.00 I I $0.00 I $1, 757,144.00 I I $0.00 I $1,757,144.00 I I 1,757 City Cost: $9,630,066.80 REVI EWED By Mosadage Mohammdeen at 11:01 am, Nov 05, 2025 CHANGE ORDER No: UNIT 4: PAVING Developer Cost Cib $3,957,645.90 $0.00 (S140,614.95) � $3,817,030.95 I (S 11, 338.35) $3,805,692.60 I 4 UNIT 5: LIGHTING Developer Cost Cit $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I � WORKING DAYS I 240 240 240 Mosadage Mohammdeen, P.E. Page 1 pocusign Envelope ���. W alsh Ranch AC OCF 212-81 E$-42E3-A8E� -g8B4DB70B8AC puail Valley - P�anning Area 5A -(PPSA) coniract documents. yQu are directed 10 make the follow�n9 changes �n the GI"fY BID 1"fEM # M# � -- AS�� � indicates New PaY Item TO�A� ��ty Cost $0 00 er Gost $0.00 $� Qp ents �N�T PRICE peveloP $0 0� 0.0� p rovem CFW U�itPrice �0 $0 00 ITEM DESCR�PT��N � � � ernents - - TOTAL Unit 1: Water Im page 2 polosadage MOhammdeen, P E Docus,g� E�veloPe 1D�. Qua�1 V a11eY W a�sh R�n�h g,42E3.P8E�_BSB4DB�Og$PG pCpGF212'�1E plann�n9 Prea 5P � lPp5P1 Page 3 Mosadage �ohammdeen, P E _42E3' P$E� .B8B4DP'� �6$ PG \D�. PC�GF212 $1E$ DQc�s\g� E��e\ope Area 5P � lPp5P1 P�a�n\n9 W a\sh Ra��h , Qua`� va\\ey ' � Page 4 Mosadage Mohammdye�, P E Docusign Envelope ID: ACOCF212-81 E8-42E3-A8E1-B8B4DB70B8AC Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) PAY ITEM # 12 15 17 18 19 21 22 24 � Asterisk (') indicates New Pay Item CITY BID ITEM # QUANTITY 0 -87 0 -100 0 -6 0 -6 0 -2 0 -48 0 -914 0 -S8 UNIT LF LF EA EA EA EA LF LF Unit IV: Pavina Imurovements ITEM DESCRIPTION CFW Unit Price 3217.0101 6" SLD Pvmt Marking HAS (W) $0.00 3217.0502 Preformed Thermoplastic Contrast Markings - $0.00 3217.1002 Lane Legend Arrow $0.00 3277.1004 Lane Legend Only $0.00 9999.0001 Furnish/Install Walsh Ranch Style Sign post & $0.00 3277.2104 REFL Raised Marker TY II-C-R $0.00 3277.0201 8" SLD Pvmt Marking HAS (W) $0.00 3217.0401 18" SLD Pvmt Marking HAE (W) $0.00 TOTAL Unit IV: Pavinq Improvements UNIT PRICE $2.75 $N.00 $200.00 $200.00 $1,750.00 $8.00 $3.15 $9.50 Developer Cost ($23925? ($1,100.001 ($1,200 001 ($1,200 001 ($3,500.001 ($354.001 ($2,879 101 ($836.00) ($11,338.351 City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00 � TOTAL ($23925) ($1.100.00) ($1,200.00) ($1,200.00) ($3,W0.00) ($384.00) ($2,879.10) ($836.00) ($11,338.35) � Mosadage Mohammdeen, P.E. Page 5 Docusign Envelope ID: ACOCF212-81 E8-42E3-A8E1-B8B4DB70B8AC Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A) REASONS FOR CHANGE ORDER 1 Removed striping for the removed turn lanes, parking, and driveways 2 3 4 RECOMMENDED: APPROVED: APPROVED: DocuSigned by: DocuSi ned b HuiR°�6N ���.by' I �il Iley evco V, LL� Mario Sinacola & Sons Excavating, Inc gy� v r�� " oate10/30/2025 BY: � u� oate:10/30/2025 g�A-V'�.Aln. , jbliLl,S 6A19A4F9 11q4�2 9308FEB1929942B... �3F6E45BF6072497... Name: Jor�an V. Ma�lia, P.E. Name: Seth Carpenter Name: Harlan Jones Title: Sr. Associate Title: Senior Vice Presiden[ Title: Vice President RECOMMENDED: CFW - *Contract Compliance Manager By: Date: Name: Mosadape Mohammdeen, P.E. Title: Ir REVIEWED M8C Numb gy Mosadage Mohammdeen at 11:01 am, Nov 05, 2025 M8C Date Approved N/A ATTEST By: Not Applicable Name: Jannette S. Goodall Title: CitY Secretary oate:� 1 /4/2025 * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am [he person responsible Date: for [he moni[oring and adminis[ration of [his contract, and ensuring all performance and reporting requiremen[s. 0 There are NO Ciry Funds associated with this Contrac[ ❑ There are City Funds associa[ed with [his Contract Mosadage Mohammdeen, P.E. Page 7 F�RT�ORTH� `--� TRANSPORTATION AND PUBLIC WORKS December 19, 2025 Mario Sinacola & Sons Excavating, Inc. 10950 Research Rd Frisco, TX 75033 RE: Acceptance Letter Project Name: Walsh Ranch PASA Project Type: Water,Sewer, Drainage,Paving & Street Lights Improvments City Project No.: 105436 To Whom It May Concern: On December 22, 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 January 6, 2026. 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 January 6, 2026, 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 817-392-8424. Sincerely, � Sandip Adhikari P.E., Project Manager Cc: Tyrece Lewis, Inspector Troy Gardner, Inspection Supervisor Charles Hayes, Senior Inspector Andrew Goodman, Program Manager Huitt-Zollars, Inc., Consultant Mario Sinacola & Sons Excavating, Inc., Contractor Republic Property Group, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF COLLIN Before me, the undersigned authority, a notary public in the state and county aforesaid, on tnis day personally appeared Harlan Jones, V.P. Of Mario Sinacola & Sons Excvating, Inc., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; 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; WALSH RANCH PH SA PAVING - BY Subscribed and sworn before me on this date 14th of J� �! tary Public Collin County, Tea Jones, V.P. , 2026. �,�+��'�;r�.,, DANIEL VASQUEZ =? P'�� '�e�c's Notary Public, 5tate of Texas �� ;�•'r; Comm. Expires 10-14-2029 %'fi'of.i�:`� '�+��is���` Natary ID 133392648 � CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American lnstitute af Architects, A�A Document G707 OWNER o ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, BdCifess�Walsh Ranch - Quail Valley - Planning Area 5A TO (Owner} QUAIL VALLEY DEVCO V, LLC AND THE CITY OF � FORT WORTH 400 S. Record Street, Suite 1200 Dallas TX 75202 � CONTRACTOR: MARIO SINACOLA & SONS EXCAVATING, INC. TX ARCHITECT'S PROJECT NO: CONTRACT FOR: Walsh Ranch - Quail Valley - Planning Area 5A Project No. 24019E CONTRACT DATE: Bond No108145222 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (hera insert name end eddress of Surety Company} TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford CT 06183 , SURETY COMPANY on bond of (here insert name and addrass 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) QUAIL VALLEY DEVCO V, LLC AND THE CITY OF FORT WORTH 400 S. Record Street, Suite 1200 Dallas TX 75202 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: r� , (Sea!i: ,.-cn"`�`.- V����.;,L�v .__. 18th day of December, 2025 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety Company �,o�f,�'t,� �n� Signafure of Authorized Representative Soahinie Hunter Title Attornev-in-Fact NOTE: This €orm is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE TRA�1/E�,Ef�S .� � 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 Sophinie Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seai 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. �e��sJ§gr�� �v�;..,G �'y5Y ��tiY �K��, ,€ � `a �� G���.P.�, *� �.:� sia�aT �^�t�� 9'"�-_� 1`T� w�� C�.t..< - � �`y�� ��� � at �»�"��d 's,y .:aa +�! � s. . 4�F✓`i•�� d �� M�'..��� State of Connecticut City of Hartford ss. � ���� , ��� �'��f�`r' � 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. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ��� � f ��. 1j ,�Y � �jY ��d%(/�y�4� U' I���<�� p P Rl � {^-„ . aW� i ri*' ' : ` `'""`�r �� Anna P. Nowik, Notary Public 3 ! �,`� ,� �;.�.'j+r -��f . r,- 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 Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 18:h day of December , 2025 . a�� �� . Af.�� �,k� ��Iti `� J!'�.`,.. „£ f �°T� tr RF`�rC �'J � �S ii.'i I 6 i �. � j{�'` 4[� 'd�a�� '. �' Y�. Ctx'� t� �� C(,. t � '!,+�. 3C�d. ) .��( . M.a�,�a�� s�� eN 2�t' 7 R'f_ ,� J��.. ycs.-0'� ✓$.�''� �L"'G"_. � . . � K e v i n E. H u g h e s, A s s i t a n t S e c r e t a ry To verify the authenticity of this Power of Attorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(s)-in-Fact and the detai/s of the bond to wfrich this Power ofAhtorney is attached. ��";��„ �b,..��m. ?"RAVELEI�S� IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You tnay contact Travelers Casualtv and SuretY Companv of America , for infor�nation or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S 102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Ins�irance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Gover•nment Code, and Section 53.202, Property Code, effective September 1, 2001.