Loading...
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 � ��.......:�..� �......:�....� * .