HomeMy WebLinkAbout062820-FP4 - Construction-Related - Contract - Moss UtilitiesCity Secretary
Contract No.
FORTWORTHo
Date Received
NOTICE OF PROJECT COMPLETION
(Developer Projects)
-FP4
62820
1/15/2026
AT
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): Water ❑x Sewer ❑x
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
/.�
David Var� �n 14, 202615:33:30 CST)
Contractor
Project Manager
Title
Moss Utilities
Company Name
TvreF��, 20 5:39:38 CST)
Project Inspector
�
Project Manager
_��
CFA Manager
/J��, %'��
Lauren Prieur(Jan 16, 202612:16:57 CST)
TPW Director
$4,498,155.75
-$430,925.55
$4,067,230.20
$4,067,230.20
O1/14/2026
Date
O1/14/2026
Date
O1/15/2026
Date
O1/15/2026
Date
O1/16/2026
Date
OFFICIAL 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): 0 Yes ❑ N/A
Pipe Report: ❑x 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
F1NAL PAYMENT REQUEST
Contract Name WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA)
Contract Limits
Project Type WATER & SEWER
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 �4�JD
Days Charged to Date 167
Contract is 100.00 Complete
Tuesday, January 13, 2026 Page 1 of 6
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 WATER & SEWER For Period Ending 12/19/2025
Project Funding
UNTT I: WATER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 16" PRESSURE PLUG 1 EA $1,100.00 $1,100.00 1 $1,100.00
2 4"-12" PRESSURE PLUG 9 EA $224.00 $2,016.00 9 $2,016.00
3 DUCTILE IRON WATER FTTTINGS W/ 19.9 TN $4,320.00 $85,968.00 19.9 $85,968.00
RESTRAINT
4 TRENCHSAFETY
5 24" CASING BY OTHER THAN OPEN CUT
6 6" WATER PIPE
7 8" DiP WATER
8 8" DIP WATER, CLSM BACKFILL
9 8" PVC WATER PIPE
10 8" PVC WATER PIPE, CLSM BACKFILL
11 8" WATER CARRIER PIPE
12 12" DIP WATER
13 12" DIP WATER, CLSM BACKFILL
14 12" PVC WATER PIPE
15 12" PVC WATER PIPE, CLSM BACKFILL
16 12" WATER CARRIER PIPE
17 16" DIP WATER
18 16" DIP WATER, CLSM BACKFILL
19 16" PVC C905 WATER PIPE
20 16" PVC C905 WATER PIPE, CLSM BACKFILL
21 FIRE HYDRANT
22 CONNECTION TO EXISTING 16" WATER MAIN
23 CONNECTION TO EXISTING 4"-12" WATER
MAIN
24 2" COMBINATION AIR VALVE ASSEMBLY FOR
WATER
25 1" WATER SERVICE (CO#3)
26 6" GATE VALVE
27 8" GATE VALVE
28 12" GATE VALVE
29 16" GATE VALVE W/ VAULT
12427 LF
193 LF
303 LF
673 LF
305 LF
6015 LF
20 LF
39 LF
172 LF
190 LF
1949 LF
82 LF
193 LF
15 LF
155 LF
2178 LF
138 LF
10 EA
1 EA
1 EA
3 EA $11,100.00 $33,300.00 3 $33,300.00
129 EA $1,410.00 �181,890.00 129 $181,890.00
2 EA $1,960.00 $3,920.00 2 $3,920.00
23 EA $2,790.00 $64,170.00 23 $64,170.00
6 EA $4,980.00 $29,880.00 6 $29,880.00
4 EA $26,200.00 �104,800.00 4 $104,800.00
$1.00 $12,427.00
$579.00 �111,747.00
$33.00 $9,999.00
$154.00 $103,642.00
$277.50 $84,637.50
$43.50 �261,652.50
$167.00 $3,340.00
$43.50 $1,696.50
$170.50 $29,326.00
$293.50 $55,765.00
$82.00 $159,818.00
$205.50 $16,851.00
$82.00 $15,826.00
$271.00 $4,065.00
$394.50 $61,147.50
$108.50 �236,313.00
$232.00 $32,016.00
$6,400.00 $64,000.00
$19,100.00 $19,100.00
$3,410.00 $3,410.00
12427 $12,427.00
193 $111,747.00
303 $9,999.00
673 $103,642.00
305 $84,637.50
6015 $261,652.50
20 $3,340.00
39 $1,696.50
172 $29,326.00
190 $55,765.00
1949 $159,818.00
82 $16,851.00
193 $15,826.00
15 $4,065.00
155 $61,147.50
2178 $236,313.00
138 $32,016.00
10 $64,000.00
1 $19,100.00
1 $3,410.00
Tuesday, January 13, 2026 Page 2 of 6
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 WATER & SEWER For Period Ending 12/19/2025
Project Funding
30 6" BLOW OFF VALVE 1 EA $12,600.00 $12,600.00 1 $12,600.00
31 WATER SAMPLING STATION 2 EA $3,710.00 $7,420.00 2 $7,420.00
32 AUTOMATIC FLUSHING DEVICE 1 EA $7,800.00 $7,800.00 1 $7,800.00
33 12" 115 PSI FLEXIBLE ENCASING PIPE 39 LF $78.00 $3,042.00 39 $3,042.00
34 MEDNM STONE RII'RAP, DRY 140 SY $99.00 $13,860.00 140 $13,860.00
35 1 1/2" WATER SERVICE (CO#2) 1 EA $2,280.35 $2,280.35 1 $2,280.35
36 1" IRRIGATION SERVICE (CO#2) 2 EA $1,410.00 $2,820.00 2 $2,820.00
37 1 1/2" IIZRIGATION SERVICE (CO#2) 1 EA $2,280.35 $2,28035 1 $2,280.35
38 2" IRRIGATION SERVICE (CO#2) 3 EA $5,425.00 $16,275.00 3 $16,275.00
Sub-Total of Previous Unit �i,s6z,zoo.7o �i,s62,zoo.7o
UNIT II: SANITARY IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Description of Items
REMOVE 10" SEWER LINE (CO#2)
REMOVE 10" SEWER MANHOLE (CO#2)
POST - CCTV INSPECTION (CO#2)
MANHOLE VACUUM TESTING (CO#2)
TRENCH SAFETY (CO#2)
UTILITY MARKERS (CO#2)
CONCRETE COLLAR (CO#2)
4" SEWER SERViCE (CO#2), (CO#3)
8" SEWER CARRIER PIPE
8" SEWER PIPE (CO#2)
8" SEWER PIPE, CSS BACKFILL
8" DIP SEWER PIPE
8" DIP SEWER PIPE, CSS BACKFILL
15" SEWER PIPE (CO#2)
16" SEWER PIPE (CO#2)
16" SEWER CARRIER P1PE (CO#2)
30" CASING BY OPEN CUT (CO#2)
20" CASING BY OPEN CUT
EPDXY MANHOLE LINER (CO#2)
4' MANHOLE (CO#2)
Estimated Unit
Quanity
0 LF
0 EA
10731 LF
70 EA
10731 LF
7 EA
4 EA
147 EA
300 LF
9504 LF
792 LF
115 LF
20 LF
0 LF
0 LF
0 LF
0 LF
300 LF
351.5 VF
62 EA
Unit Cost Estimated
Total
$40.00 $0.00
$1,440.00 $0.00
$2.50 $26,827.50
$135.00 $9,450.00
$1.00 $10,731.00
$90.00 $630.00
$1,880.00 $7,520.00
$1,900.00 $279,300.00
$70.00 $21,000.00
$70.00 �665,280.00
$193.50 $153,252.00
$107.00 $12,305.00
$230.50 $4,610.00
$144.00 $0.00
$204.00 $0.00
$144.00 $0.00
$477.00 $0.00
$276.00 $82,800.00
$350.00 �123,025.00
$7,800.00 �483,600.00
Completed Completed
Quanity Total
0 $0.00
0 $0.00
10731 $26,827.50
70 $9,450.00
10731 $10,731.00
7 $630.00
4 $7,520.00
147 $279,300.00
300 $21,000.00
9504 $665,280.00
792 $153,252.00
115 $12,305.00
20 $4,610.00
0 $0.00
0 $0.00
0 $0.00
0 $0.00
300 $82,800.00
351.5 $123,025.00
62 $483,600.00
Tuesday, January 13, 2026 Page 3 of 6
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 WATER & SEWER For Period Ending 12/19/2025
Project Funding
21 4' DROP MANHOLE (CO#2)
22 4' EXTRA DEPTH MANHOLE (CO#2)
23 12" 150 PSI ENCASING PIPE
24 MEDIUM STONE RIPRAP, DRY
25 LANDLOK 450 TRM (CO#2)
8 EA $12,600.00 $100,800.00
298.2 VF $550.00 �164,010.00
38 LF $78.00 $2,964.00
575 SY $99.00 $56,925.00
0 SF $1.05 $0.00
8 $100,800.00
298.2 $164,010.00
38 $2,964.00
575 $56,925.00
0 $0.00
Sub-Total of Previous Unit �2,2os,o29.so
$2,205,029.50
Tuesday, January 13, 2026 Page 4 of 6
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 WATER & SEWER For Period Ending 12/19/2025
Project Funding
Contract Information Summary
Original Contract Amount
$4,498,155.75
Change Orders
Change Order Number 2
Change Order Number 2
Change Order Number 3
Change Order Number 3
Change Order Number
$23,655.70
($358,591.25)
($55,100.00)
($40,890.00)
Total Contract Price $4,067,230.20
Total Cost of Work Completed $4,067,230.20
Less % Retained $0.00
Net Earned $4,067,230.20
Earned This Period $4,067,230.20
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
$4,067,230.20
Tuesday, January 13, 2026 Page 5 of 6
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 WATER & SEWER For Period Ending 12/19/2025
Project Funding
Project Manager NA
InspeCtors T. GARDNER / T. BARKER
Contractor MOSS UTILITIES, LLC
18631 REMBRANDT TERRACE
DALLAS , TX 75287
Line Fund Account Center
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
Amount Gross Retainage
Funded
Total Cost of Work Completed
Less % Retained
Net Earned
Earned This Period $4,067,230.20
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
Net
$4,067,230.20
$0.00
$4,067,230.20
$0.00
$0.00
$0.00
$0.00
$0.00
$4,067,230.20
Tuesday, January 13, 2026 Page 6 of 6
REVIEWED
By Mosadage Mohammdeen at 12:19 pm, May 20, 2025
DEVELOPER-AWARDED-PROJECT CHANGE
�PROJECT NAME: Walsh Ranch - Quail Valley - Planninq Area 5A -(PA5A)
ICONTRACT: Water, Sewer, Drainaqe, & Paving Improvements
ICFA # 24-0107 I
�CITY PROJECT # 105436
ICITY SECRETARY CONTRACT # 62820
IFID # 30114-0200431-105436-E07685
IX # X-28100
IFILE # W3032
INSPECTOR: Ty Barker
PROJECT MANAGER: Sandip Adhikari
WATER
Developer Cost City Cost
�ORIGINAL CONTRACT $1,879,435.00 $0.00
IEXTRAS TO DATE $0.00 $0.00
�CREDITS TO DATE $0.00 $0.00
ICONTRACTTODATE $1,879,435.00 $0.00
�AMOUNT OF PROP. CHANGE ORDER $23,655.70 $0.00
IREVI �Q C� 9�I CT AMOUNT $1,903,090.70 $0.00
I TOT�L REVISE�NTRACT AMOUNT
PER UNIT $1,903,090.70
IREVISED COST SHARE Dev. Cost:
I TOTAL REVISED CONTRACT
CHANGE ORDER No:
CITY PARTICIPATION:I
IR�7
2
Phone No: (817) 9923991
Phone No: (817) 392-8424
SEWER
Developer Cost City Cost
$2,618,720.75 $0.00
$0.00 $0.00
$0.00 $0.00
$2,618,720.75 $0.00
($358,591.25) $0.00
$2,260,129.50 $0.00
$2,260,129.50
$9,878,010.10
CONTRACT UNIT
DRAINAGE
Developer Cost City Cost
$1,757,144.00 $0.00
$0.00 $0.00
$0.00 $0.00
$1,757,144.00 $0.00
$0.00 $0.00
$1,757,144.00 $0.00
$1,757,144.00
City Cost:
$9,878,010.10
PAVING
Developer Cost C
$3,957,645.90
$0.00
$0.00
$3,957,645.90
$0.00
$3,957,645.90
$3,957,645.90
STREET LIGHTS
Cost DeveloperCost Ci Cost
.00 I $0.00 $0.00
.00 I $0.00 $0.00
.00 I $0.00 $0.00
.00 I $0.00 $0.00
.00 I $0.00 $0.00
.00 I $0.00 $0.00
I $0.00
$0.00
WORKING DAYS
240
240
0
240
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the coniract documents.
PAY ITEM # CITY BID ITEM # QUANTITY
New 35 33122103 1.0
New 36 33122003 2.0
New 37 33122103 1.0
New 38 3312.2203 3.0
PAY ITEM #
8
1
2
3
4
5
6
7
10
14
15
16
17
19
20
21
22
25
CITY BID ITEM #
3331.3101
0241.2014
0241.2201
3301.0002
3301.0101
3305.0109
3305.0110
3305.0112
3331.4115
3331.4215
3331.4222
3305.3006
3305.1005
3339.0001
3339.1001
3339.1002
3339.1003
9999.0008
QUANTITY
2.0
-634.0
-5.0
-853.0
-6.0
-853.0
-2.0
-6.0
-20.0
-485.0
-223.0
-125.0
-125.0
-62.5
-2.0
-4.0
-55.8
-1575.0
REASONS FOR CHANGE ORDER 1. Added Water Melers for Irrigalion.
2. Added Water & Sewer Service for Amenity Center.
3. Removal Line SS 1A that is in another plan set.
4. Added missed SS Service
UNIT I: WATER IMPROVEMENTS
UNIT ITEM DESCRIPTION
EA 3312.2103 1 1/2" Water Service
EA 3312.2003 1" Irrjgation Service
EA 3312.2103 1 1/2R IrrjAation Service
EA 3312.2203 2" Irrigation Service
UNIT
EA
LF
EA
LF
EA
LF
LS
EA
LF
LF
LF
LF
LF
VF
EA
EA
VF
SF
CFW Unit Price
TOTAL UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
ITEM DESCRIPTION CFW Unit Price
3331.3101 4" Sewer Service
0241.2014 Remove 10" Sewer Line
0241.2201 Remove 4' Sewer Manhole
3301.0002 Post-CCTV Inspection
3301.0101 Manhole Vacuum Testing
3305.0109 Trench Safe[y
3305.0110 Utility Markers
3305.0112 Concrete Collar
3331.4115 S" Sewer P�Q�
3331.4215 15" Sewer Pipe
3331.4222 i6" DIP Sewer
3305.3006 i 6" Sewer Carrier PiQe
3305.1005 30" Casinq Bv Qp,en Cut
3339.0001 F,yAj,c�Manhole �iner
3339.1001 4�Man ole
3339.1002 4' Drqy Manhole
3339.1003 4' Ex4ra D�y�th Manhole
9999.0008 Landlock 450 TRM
TOTAL UNIT II: SANITARY S��✓ER IMPROVEMENTS
UNITPRICE DeveloperCost
$2,280.35 $2,280.3�
$1,410.00 $2,820AQ
$2,280.35 $2,280.3�
$5,425.00 $16,275A�f
UNIT PRICE
$1,900.00
$40.00
$1,440.00
$2.50
$135.00
$1.00
$90.00
$1,880.00
$70.00
$144.00
$204.00
$144.00
$477.00
$350.00
$7,800.00
$12,600.00
$550.00
$1.05
323.655.70
Developer Cost
$3,800AQ
($25,360A0}
($7,200.00}
($2,13250 }
($810-00}
($853-00}
($180-00}
($11,280A0}
($1,400-00}
($69,840A0}
($45,492A0}
($18,000.00J
($59,625.00J
($21,875.00J
($15,600.00J
($50,400.00J
($30,690.00J
($1,65375J
1$358.591.25{
Clry Cost
$OAQ
$OAQ
$OAQ
$OAQ
$0.00
���Y �os, 1
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
$OA� I
OA( I
O.OI�I
$O.OI�I
$0.0(�I
$O.OI�I
$OAP
$OAC
TOTAL
$2,280.35
$2,820.00
$2,280.35
$16,275.00
$23.655.70
TOTAL
$3,800A(
($25,360A0
($7,200-00
($2,132 W
($810-00
($853-00
($180.00
($11,280.00,
($1,400-00)
($69,840-00)
($45,49200)
($18,000.00)
($59,625.00)
($21,875.00)
($15,600.00)
($50,400.00)
($30,690.00)
($1,65375)
0.00 1$358.591.25�
Revised: 12-17-201 S Page 2
Docusiqn EnvelopelD'.2266B421-SDFO-418A-SFE4-9F04]85C034]
RECOMMENDED:
Flura-z8ua�oAe�y.
ev����r�
Name: Jordan V. Marlia, P.E.
Title: Sr. Associate
Date:S/6/2025
RECOMMENDED:
CFW -'Contract Compliance Manaqei
BV: Date:
Name: Sandip Adhikari, P.E.
Title: Proiect Manager
( REVIEWED II
IBy Mosadage Mohammdeen af 11:20 pm, May .�, .�.. I
1 1
M&C Date Approvetl:
NIA
N/A
APPROVED:
4vai7 ��l�g,r�&vco v, c�C
B�� �r�
Name: Seth Carpenter
Title: Senior Vice President
ATTEST
BY: Not Applicable
Name: Jannette S. Goodall
Title: CiN SecretarV
Da[e:5/5/2025
Date:
APPROVED:
MIqssd.LLb��SeJ.LC
BI �aYVt.�f IU4SS
V
Name: Garrett Moss
Title: President
Da[e:5/5/2025
* Contract Compliance Manager (Prqect Manager):
By signing I acknowledge that I am the person responsible
for Ihe momtoring and administretion of Ihis contract,
and ensuring all performance and reporting requirements.
� There are NO City Funds associa[ed with Ihis Contract
❑ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
IPROJECT NAME:
I CONTRACT:
ICFA #
ICITY PROJECT #
ICITY SECRETARY CONTRACT #
IFID #
IX #
I FILE #
INSPECTOR:
PROJECT MANAGER:
Walsh Ranch - Quail Valley - Planninq Area 5A -(PA5A)
Wa[er, Sewer, Drainape, & Pavinp Improvements
24-0107 I
105436
62520
30114-0200431-105436-E07685
X-28100
W3032
Ty Barker
Mosadage Mohammdeen, P.E.
UNIT 1: WATER
Developer Cost Cit
IORIGINAL CONTRACT $1,879,435.00 $
IEXTRAS TO DATE $23,655.70 $
ICREDITS TO DATE $0.00 ¢
ICONTRACTTODATE $1,903,09070 $
IAMOUNT OF PROP. CHANGE ORDER (540;890.00) �
IREVISEDCONTRACTAMOUNT $1,862,200.70 $
I TOTAL REVISED CONTRACT AMOUNT PER UNIT
$1,862,200.70
IREVISED COST SHARE Dev. Cost:
ITOTAL REVISED CONTRACT I
CITY PARTICIPATION:I
Phone No:
Phone No:
UNIT 2: SEWER
veloper Cost Cit
52,s�a,�2o.�5 � 9
$o.00 � Y
(5358,59t25) � $
gzzso,izsso � 3
(555,100.00) � $
82,2os,o2s.so � &
$2,205,029.50
$9,641,405.15
CHANGE
ORDER No:
No
3
(817)992-3991
(817)392-2443
CONTRACT UNIT
UNIT 3: DRAINAGE
Developer Cost Cit Cc
$1,757,144.00
$o.00
$0.00
$1.757,144.00
$0.00
$1,757,144.00
$ 1,757
City Cost:
$9,641,405.15
UNIT 4: PAVING
Developer Cost Cit Cost De
$3,957,645.90 I
$o.00 �
$0.00 I
$3,957,645.90 I
(S14Q614.95) �
$3,817,030.95 I
$ 3,817,030.95I $
$0.00
UNIT 5: LIGHTING
iper Cost City
$0.00 I
$o.00 �
$0.00 I
$0.00 I
$0.00 I
so.00 �
I
WORKING
DAYS
I 240
240
240
Mosadage Mohammdeen, P.E. Page 1
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
You are directed to make the following changes in the contract documents:
PAY ITEM #
25
�
Asterisk (*) indicates New Pay Item
CITY BID ITEM # I QUANTITY I UNIT
0 -29 EA
Unit I: Water Improvements
ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost
3312.2003 1" Water Service � $0.00 $1,410.00 (540,890.00)
TOTAL Unit I: Water Improvements 40 890.00
Ciry Cost
$0.00
0.00
�
TOTAL
($4QS90.00)
($40,890.00)
I
Mosadage Mohammdeen, P.E. Page 2
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
PAY ITEM #
8
�
Asterisk (*) indicates New Pay Item
CITY BID ITEM # I QUANTITY
0 -29
Unit II: Sewer Imorovements
UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost Ciry Cost TOTAL
EA 3331.3101 4"SewerService � $0.00 $1,900.00 ($55,100.00) $0.00 ($55,100.00)
TOTAL Unit II: Sewer Imurovements 1$55.100.001 0.00 ($55,100.00)
� �
Mosadage Mohammdeen, P.E. Page 3
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
PAY ITEM #
I CITY BID ITEM # I QUANTITY I UNIT
�
Asterisk (*) indicates New Pay Item
Unit III: Drainaae Im�rovements
ITEM DESCRIPTION CFW Unit Price I UNIT PRICE I Developer Cost I Ciry Cost I TOTAL I
TOTAL Unit III: Drainaae Imnrovements 0.00 0.00 $0.00
� �
Mosadage Mohammdeen, P.E. Page 4
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
PAY ITEM #
1
3
4
5
6
8
26
9
11
�
Asterisk (*) indicates New Pay Item
CITY BID ITEM # QUANTITY
0 -18.9
0 -26.3
0 -1053
0 -1095
0 -923
0 -1095
0 2018
0 1100
0 -4
Unit IV: Pavina Imorovements
UNIT ITEM DESCRIPTION CFW Unit Price
TON 3211.0400 Hydrated Lime (6" Pavement @ 361bs/sy) g0.00
TON 3211.0400 Hydrated Lime (9" Pavement @ 48 Ibs/sy) $0.00
SY 3211.0501 6" Lime Treatment $0.00
SY 3211.0502 8" Lime Treatment $0.00
SY 3213.0101 6" Conc Pvmt $0.00
SY 3213.0104 9" Conc Pvmt $0.00
SY 3292.0100 Block Sod Placement $0.00
SF 3213.0302 5" Conc Sidewalk $0.00
EA 3213.0506 Barrier Free Ramp, Type P-1 $0.00
TOTAL Unit IV: Pavina Improvements
UNIT PRICE Developer Cost
$321.00 ($6,066.90
$321.00 (58,442.30
$4.00 (54,212.00
$425 ($4,65375
$51.00 (547,073.00
$63.00 (568,985.00
$1.00 $2,018.00
$8.00 $8,800.00
$3,000.00 (512,000.00)
($140.614.951
Ciry 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
$0.00 $8,800.00
$0.00 ($12,00000)
$0.00 ($140,614.95)
� �
Mosadage Mohammdeen, P.E. Page 5
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
PAY ITEM #
I CITY BID ITEM # I QUANTITY I UNIT
�
Asterisk (*) indicates New Pay Item
Unit V: Street Liaht Imorovements
ITEM DESCRIPTION CFW Unit Pnce I UNIT PRICE I Developer Cost I Ciry Cost I TOTAL I
TOTAL Unit V: Street Liaht Imqrovements 0.00 0.00 $0.00
� �
Mosadage Mohammdeen, P.E. Page 6
Docusign Envelope ID: FB1C8506-7B7A-4E80-A4EF-440536702D8B
Walsh Ranch - Quail Valley - Planning Area SA -(PASA)
REASONS FOR CHANGE ORDER
1 Removed Water & Sewer Services that were serving PASC
2 Removed Intersections, Parking, & Turn Lanes serving PASC
3 Added Block Sod for pavement removal
4 Added Sidewalk and removed unneeded ramps
RECOMMENDED:
Huitt-Zollars, Inc.
�������
Bv:
Name: Jordan V. Marlia, P.E.
Title: Sr. Associate
APPROVED:
Mario Sinacola & Sons Excavating, Inc
BY: ��aV�a.te,�eln.l,S
Name: Harlan Jones
Title: Vice President
RECOMMENDED:
CFW - *Contract Compliance Manager
B �ILtbsa��„ Mel�a�+,x,dtiw�.
Name: Mosadape Mohammdeen, P.E.
Title: IPRC Prolect Manaper
M&C Number:
M&C Date Approved
APPROVED: APPROVED:
Quail Valley Devco V, LLC Moss Utilities, LLC
oate: 8/19/2025 sv.��, (��,,,,t�^ oate: 8/19/2025 sv�Gamtftl�noss
�93oaF.a,�,s�<aa �A3,sE�E�,�F«a
Name: Seth Carpenter Name: Garrett Moss
Title: Senior Vice President Title: President
Date:
8/20/2025
oate: 8/21 /2025
N/A
N/A
ATTEST
By: Not Applicable
Name: Jannette S. Goodall
Title: City Secretary
8/19/2025
Date:
* Contrect Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
Date: for the monitoring and administration of this contract,
and ensuring all performance and reporting requirements.
0 There are NO Ciry Funds associated with this Contract
❑ There are City Funds associated with this Contract
Mosadage Mohammdeen, P.E. Page 7
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: WALSH RANCH-QUAIL VALLEY- PLANNING AREA SA -(PASA)
CITY PROJECT NUMBER: 105436
�
PIPE LAID
6" WATER PIPE
8" DIP WATER, CLSM BACKFILL
8" PVC WATER PIPE, CLSM
8" WATER CARRIER PIPE
12" DIP WATER, CLSM BACKFILI
12" PVC WATER PIPE, CLSM
16" DIP WATER, CLSM BACKFILI
16" PVC C095, CLSM BACKFILL
FIRE HYDRANTS: 10
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
�
PIPE LAID
4" SEWER SERVICE
8" SEWER CARRIER PIPE
8" SEWER PIPE, CSS BACKFILL
8" DIP SEWER PIPE, CSS
15" SEWER PIPE
16" SEWER PIPE
16" SEWER CARRIER PIPE
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
WATER
SIZE TYPE OF PIPE
6" PVC
8" DIP
8" PVC
8" PVC
12" DIP
12" PVC
16" DIP
16" PVC
VALVES (16" OR LARGER)
SIZE TYPE OF PIPE
SIZE
4"
g��
8��
g��
15"
16"
16"
SIZE
TESTING PASSED
SEWER
TYPE OF PIPE
PVC
PVC
PVC,CCS BACKFILL
DIP
PVC
PVC
PVC
TYPE OF PIPE
TESTING PASSED
LF
LF
LF
LF
303
978
6,035
39
362
2,031
170
2,316
174
300
10,316
135
485
233
125
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
�`o�� ����rx�
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 � President
Title
Subscribed and sworn before me on this date,12.17.25
d�f�ir, AU6REY GRfiEN
a`:r?': ° tia<'s
r., ��NvtstyPu5lio,StateolTexes
:N:�•' "� Comm. FJWirae 68-27-2028
':'F'o��:� Notery ID t34888840
�/lIH11\
,�,GL6Y'E�G1 G� NL�24'L
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
corrT�crox
SURETY
OTHER
❑
❑
❑
0
❑
PROJECT:
(Name and address)
Walsh Ranch - Quail Valley - Planning Area 5A -(PA5A)
Fort Worth, Texas
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: OCP: $6,255,299.75
FCP: $5,824,374.20
CONTRACT DATED: November 1$ 2024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surery)
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.)
�
att •� � ----'`
Cade Allie
The Gray Casualtv & Surety Company
(Surety)
�- � C _ r �-
. � �.
/Sionature ofaut orized � presentative)
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 i
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. ^
~ , �
��� R� ��G����� v lyJ�'�`Y'BVq�
G �
or SSigZ+ A BY� Michael T. Gray Cullen S. Piske �e SEaL ��
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.
,,.
".I{k'. .-. LEiy11 %�,li�;i�' E��;-,j���;^
��;`'� ' � Notary Public
Notary ID No.92653
� ° " Orleans Parish, Louisiaria
L� ���'�''�+"' �1 i�tn,� � �11M C�"�--
V
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 Cor.�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 .
�' ¢ � �nnn� C'`� VU�l� ��/�'��
� W1i��� VI ' ����i���
t�gU�RANe J�'�'�� 8 8VA
t� � G<� �
n� SE�L � `; SESL �
� y'� .�
tr •