Loading...
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 •