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.