HomeMy WebLinkAbout062820-FP3 - Construction-Related - Contract - Moss UtilitiesFORT WO RT H��
�
City Secretary T
Contract No. 62820
Date Received 1/15/2026
-FP3
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): ❑ Paving 0 Drainage ❑ Street Lighting
Original Contract Price: $1,757,144.00
Amount of Approved Change Order(s): $0.00
Revised Contract Amount: $0.00
Total Cost of Work Complete: $1,757,144.00
Davld �a�all 14. LOJ61S3520 CSTi
Contractor
Project Manager
Title
Moss Utilities
Company Name
ivraEe�ew lania,zoz6is:ao:o9csil
Project Inspector
�
Project Manager
a��
CFA Manager
��7�
Lauren PrieUr(Jan 16,202612�.16�.2/I CST)
TPW Director
O1/14/2026
Date
O1/14/2026
Date
O1/15/2026
Date
O1/15/2026
Date
O1/16/2026
Date
❑ Turn Lane
�FFICIAL RECORD
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): ❑ Yes 0 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 DRAINAGE
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 MOSS UTILITIES, LLC
18631 REMBRANDT TERRACE
DALLAS � TX 75287
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 DRAINAGE For Period Ending 12/19/2025
Project Funding
UNTI' III: DRAINAGE IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 MEDNM STONE RIPRAP.DRY 849 SY $99.00 $84,051.00 849 $84,051.00
2 POST-CCTV INSPECTOPM 5076 LF $1.50 $7,614.00 5076 $7,614.00
3 TRENCH SAFETY 5076 LF $1.00 $5,076.00 5076 $5,076.00
4 21" RCP, CLASS III 814 LF $69.50 $56,573.00 814 $56,573.00
5 24" RCP, CLASS III 2102 LF $78.50 $165,007.00 2102 $165,007.00
6 27" RCP, CLASS III 196 LF $124.50 $24,402.00 196 $24,402.00
7 30" RCP, CLASS III 562 LF $111.50 $62,663.00 562 $62,663.00
8 30" RCP, CLASS V 16 LF $143.50 $2,296.00 16 $2,296.00
9 36" RCP, CLASS RI 352 LF $140.50 $49,456.00 352 $49,456.00
10 48" RCP, CLASS III 735 LF $149.00 $109,515.00 735 $109,515.00
11 8 X6 BOX CULVERT 299 LF $770.00 $230,230.00 299 $230,230.00
12 4' STORM JUNCTION BOX 22 EA $11,300.00 $248,600.00 22 $248,600.00
13 5' STORM JLTNCTION BOX 1 EA $10,000.00 $10,000.00 1 $10,000.00
14 4' DROP INLET 1 EA $9,200.00 $9,200.00 1 $9,200.00
15 10' DROP INLET 5 EA $12,400.00 $62,000.00 5 $62,000.00
16 15' DROP INLET 12 EA $17,400.00 $208,800.00 12 $208,800.00
17 10' RECESSED INLET 7 EA $9,800.00 $68,600.00 7 $68,600.00
18 15' RECESSED INLET 3 EA $17,400.00 $52,200.00 3 $52,200.00
19 24" SET, ] PIPE 2 EA $4,040.00 $8,080.00 2 $8,080.00
20 30" SET, 1 PIPE 1 EA $3,530.00 $3,530.00 1 $3,530.00
21 9' WiNGWALLPW-1 2 EA $135,000.00 $270,000.00 2$270,000.00
22 CONCRETE RIPRAP 186 SY $103.50 $19,251.00 186 $19,251.00
Sub-TOtal Of PYeV10uS Urilt $1,757,144.00 $1,757,144.00
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 DRAINAGE For Period Ending 12/19/2025
Project Funding
Contract Information Summary
Original Contract Amount
$1,757,144.00
Chan�e Orders
Total Contract Price $1,757,144.00
Total Cost of Work Completed $1,757,144.00
Less % Retained $0.00
Net Earned $1,757,144.00
Earned This Period �1,757,144.00
Retainage This Period �0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$1,757,144.00
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 DRAINAGE For Period Ending 12/19/2025
Project Funding
Project Manager NA
Inspectars T. GARDNER / T. BARKER
Contractor MOSS UTILITIES, LLC
18631 REMBRANDT TERRACE
DALLAS, TX 75287
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 $1,757,144.00
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
$1,757,144.00
$0.00
$1,757,144.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,757,144.00
Monday, January 12, 2026 Page 4 of 4
F�RT�ORTH�
`--�
TRANSPORTATION AND PUBLIC WORKS
December 19, 2025
Moss Utilities, LLC
11050 Ables Lane
Dallas, TX 75229
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
Moss Utilities, LLC, Contractor
Republic Property Group, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned autharity, a notary public in the state and
county aforesaid, on this day personally appeared Garrett Moss of
Moss Utilities, LLC 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 — Quail Valley — Planning Area SA
City Project No:105436;
By y� President
Title
Subscribed and sworn before me on this date,12.17.25
,r�,,, p�gp&Y GREEN
ao �Y ��&�;= NotaH p���}p, gtate of Texas
r: ,,, iCa6 p847-2029
=N: •' = Comm.Exp'
%.,�oM��;.� Natery 1D 134988840
�Y`�'Lf G'1 Y`E2i'ii
No ary ublic
Dallas, Texas
Bond No: GSH5900176
CONSENT OF SURETY
TO FINAL PAYMENT
Gonforms with the American Institute of
Architects, AIA Document G707
TO OWNER:
(Name and address)
City of Fort Worth, TX
200 Texas St.,
Fort Worth, TX 76102
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: OCP: $6,255,299.75
FCP: $5,824,374.20
�
�
■
0
�
PROJECT: CONTRACT DATED: November 18, 2024
(Name and address)
Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A)
Fort Worth, Texas
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
The Gray Casualty & Surety Company
P.O. Box 6202,
Metairie, LA 70009
, SURETY,
on bond of
(Insert name and address of Contractor)
Moss Utilities, LLC
11050 Ables Ln.,
Dallas, TX 75229
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any
of its obligations to
(Insert name and address of Owner)
Ci1y of Fort Worth, TX
200 Texas St.,
Fort Worth, TX 76102 , OWNER;
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: �anuary 14, 2026
(Insert �n writing the month followed by the numeric date and year.)
The Gray Casualtv & Surety Company
(Surety)
t L _ � .-
. ) �.
�
A� ✓� � /Sionature of aut orized � presentative)
Cade Allie
SearrM=�Cauley ,Attorney-in-Fact
� - �. — - - . _ _ (Print�d �ame and titie)
S-2134/GE 10/01
XDP
McCauley Bond Agency
O1/14/202611:12 38200320778
THE GRAY INSURANCE COMPANY
THE GRAY CASUALTY & SURETY COMPANY
GENERAL POWER OF ATTORNEY
Bond Number: GSH5900176 Principal: Moss Utilities, LLC
Project: Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
Fort Worth, Texas
KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly
organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and
appoint: Sean McCauley, Liam Hackett, Sam Duckett, Jarrod Yost, Sarah Timmons, Ashlyn Simchik, and Bridget Truxillo of Dallas,
Texas jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and
deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or
may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking ar contract of suretyship executed
under Chis authority shall exceed the amount of
$25,000,000.00.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of
June, 2003.
"RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is autharized to
execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,
undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and �
to attach the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be
binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached.
IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto
affixed, and these presents to be signed by their authorized officers this 4�' day of November, 2022. ^
\�gURA,yc r � �//JII (� J��TY 6 8G�
>��A ,`!/;•e f! Vl�N�
or SSigZ+ � BY� Michael T. Gray Cullen S. Piske ,�ee SEBL �
President President o
yl `� The Gray Insurance Company The Gray Casualty & Surety Company �y,� �
♦ ,�
State of Louisiana
ss:
Parish of Jefferson
On this 4`h day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance
Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged
that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the
voluntary act and deed, oftheir companies.
,.;
" 1{,', � LEiyil F,�i-�� E��`;;�C�r�
��;� � ' � � Nqt2ry PubliC
Notary ID No.92653
� ° " Orleans Parish, Louisiaria
`��s����' �� �� �n ��---
�
Leigh Anne Henican
Notary Public, Parish of Orleans State of Louisiana
My Commission is for Life
I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a
Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and
affixed the seals of the Company this 14th day of ,7anuary , 2026 .
f����f�"' �i���,y"-�M'y"A _ -
I, Leigh Anne Henican, Secretary of i'hP Gray Casualty & Surety Coi»pany , do hereby certify that the above and forgoing is a true and correct
copy of a Power of Attorney given by t�,e companies, �vhich is stiL ir. full force and effect. IN WITNESS WHEREOF, I have set my hand
and afiixed the seals of the Company �h:'s t4th day of �anuery , 2028 .
� �� T'� u ULII � �%'�---
��VV�
�gwR�Ne J�'�'�Y 6 8UA
�� � �<�•' �c`
n� SEAL � `= SEgL �
��.......:�..� �......:�....�
* .