Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47592-FP2
Department of TP &W Const. Services CPN# Date Project Manager /ti '-1 Risk Management Canad — � 7 .T WO RT H CITY SECRETARY D.O.E. Brotherton — 0— O CONTRACT NO. CFA Westerman/Scanned Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have ,TION AND PUBLIC WORKS released this project for such payment. PROJECT COMPLETION eveloper Projects) W Clearance Conducted By 1�,� City Project Ns: 02746 Regarding contract 02746 for DORADO RANCH as required by die WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of tie Transportation&Public Works Department has accepted the project as complete. pC� C� LQM FEB 08 2017 Original Contract Price: ' $973,502.00 0 Amount of Approved Change Orders: By 517,300.00 Ns 1 q�A� Revised Contract Amount: $990,802.00 d' Total Cost Work Completed: $990,802.00 2 - d - Zo /7 ecommc� ded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction �/e C, Z-U Accepted � Date Asst, Director, WATER DEPARTMENT !/ Asst. City Manager Date E;MAIZE,D _ FEB 1 8 2017 Comments: - OFFICIAL RECOkU initiab—-41( CITY SECRETARY FT.WORTH,TX 'P a Co 5-- �� Rev.9/22/16 pL� CC �MC FEB 0 8 2017 5gto6 City Project Numbers 02746 By DOE Number 2746 Contract Name DORADO RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/19/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SALINAS Contract Date Contractor CONATSER CONSTRUCTION TxL.P Contract Time 150 CD 5327 WICHITA ST Days Charged to Date 302 CD FORT WORTH, TX 76119 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 $990,802.00 Less %Retained $0.00 Net Earned $990,802.00 Earned This Period $990,802.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $990,802.00 Thursday,January 19,2017 Page 5 of 5 F©RT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name DORADO RANCH Contract Limits Project Type WATER&SEWER City Project Numbers 02746 DOE Number 2746 Estimate Number 1 Payment Number 1 For Period Ending 1/19/2017 CD City Secretary Contract Number Contract Time 15(rD Contract Date Days Charged to Date 302 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / SALINAS Thursday,January 19,2017 Page 1 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/19/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity _-------------------- --. ---- Total Quanity Total 1 TRENCH SAFETY 8123 LF $1.00 $8,123.00 8123 $8,123.00 2 30"WATER CARRIER PIPE 124 LF $120.00 $14,880.00 124 $14,880.00 3 DUCTILE IRON FITTINGS W/RESTRAINT 3.7 TN $4,000.00 $14,800.00 3.7 $14,800.00 4 8"PVC WATER PIPE 6369 LF $32.00 $203,808.00 6369 $203,808.00 5 12"PVC WATER PIPE 44 LF $44.00 $1,936.00 44 $1,936.00 6 16"PVC C905 WATER PIPE 1710 LF $50.00 $85,500.00 1710 $85,500.00 7 FIRE HYDRANT 10 EA $3,500.00 $35,000.00 10 $35,000.00 8 CONNECTION TO EXISTING 16"WATER MAIN 1 EA $1,000.00 $1,000.00 1 $1,000.00 9 CONNECTION TO EXISTING 4"-12"MAIN 1 EA $850.00 $850.00 1 $850.00 10 1"WATER SERVICE CO#1 161 EA $800.00 $128,800.00 161 $128,800.00 11 6"GATE VALVE 10 EA $950.00 $9,500.00 10 $9,500.00 12 8"GATE VALVE 16 EA $1,150.00 $18,400.00 16 $18,400.00 13 12"GATE VALVE 1 EA $2,200.00 $2,200.00 1 $2,200.00 14 16"GATE VALVE W/VAULT 2 EA $14,500.00 $29,000.00 2 $29,000.00 15 6"BLOW OFF VALVE 1 EA $6,500.00 $6,500.00 1 $6,500.00 16 1 1/2"WATER SERVICE CO#1 1 EA $1,100.00 $1,100.00 1 $1,100.00 17 2"WATER SERVICE CO#1 3 EA $1,200.00 $3,600.00 3 $3,600.00 Sub-Total of Previous Unit $564,997.00 $564,997.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ——————————————————————————————————————- 1 CONCRETE ENCASE SEWER PIPE 4.5 CY $150.00 $675.00 4.5 $675.00 2 POST CCTV INSPECTION 6261 LF $1.60 $10,017.60 6261 $10,017.60 3 MANHOLE VACUUM TESTING 25 EA $150.00 $3,750.00 25 $3,750.00 4 TRENCH SAFETY 6261 LF $1.00 $6,261.00 6261 $6,261.00 5 MANHOLE ADJUSTMENT MAJOR W/COVER 2 EA $1,523.70 $3,047.40 2 $3,047.40 6 4"SEWER SERVICE CO#1 161 EA $600.00 $96,600.00 161 $96,600.00 7 8"SEWER PIPE 5839 LF $35.00 $204,365.00 5839 $204,365.00 8 8"SEWER PIPE CSS BACKFILL 422 LF $42.00 $17,724.00 422 $17,724.00 9 4'MANHOLE 25 EA $2,800.00 $70,000.00 25 $70,000.00 Thursday,January 19,2017 Page 2 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 1/19/2017 Project Funding 10 4'EXTRA DEPTH MANHOLE 81 VF $165.00 $13,365.00 81 $13,365.00 Sub-Total of Previous Unit $425,805.00 $425,805.00 Thursday,January 19,2017 Page 3 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/19/2017 Project Funding Contract Information Summary Original Contract Amount $973,502.00 Change Orders Change Order Number 1 $17,300.00 Total Contract Price $990,802.00 Date '02 3��� Total Cost of Work Completed $990,802.00 Contr Less %Retained $0.00 Z/ Net Earned $990,802.00 w- 4�� Date 44 Inspecti n Su r Earned This Period $990,802.00 // Retainage This Period $0.00 ate ' Project ManLess Liquidated Damages age ' Days @ /Day $0.00 Date Z—6"1' LessPavement Deficiency $0.00 �' sst.�Dir oor//TPW-Infrastructure Design and Construction Less Penalty $0.00 4 Date Z� Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 T6 Balance Due This Payment $990,802.00 Thursday,January 19,2017 Page 4 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:Final NAME OF PROJECT: Dorado Ranch PROJECT NO.: #02746 CONTRACTOR: Conatser Construction DOE NO.: PERIOD FROM;03/14/16 TO: 01/09/17 FINAL INSPECTION DATE: 13-Jan-17 WORK ORDER EFFECTIVE: CONTRACT TIME: 1570 Q WE CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. S 1 16. 2. M 1 17. 3. T 1 18. 4. W 1 19. 5. Th 1 20. 6. F 1 21. 7. S 1 22. 8. S 1 23. 9. M 1 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD 302 302 PREVIOUS PERIOD 0 0 TOTALS TO DATE 302 302 "REMARKS: CONTRACTOR DATE INSPtCTOR DATE ENGINEERING DEPARTMENT ¢ 'Ibe City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 -viM O z m x m �Z d n n C) 0 CD rD-m z Z m DI m A z o �' - te a mm m m D -i C- N it N N Z -0 0 O C z "'� O ZI O Z uK-i n .°a D m m X D� O O n D C1 m 3 Z _ = (� C� m ia00 z m Z y n C m D m D 0 p o C m 2 -i O 00 X U N N D CD c N N N J U i O u CJ -4 of m Ut 'O N n n C W N fl W N -N�l .N1 V 4 co O O N C O rT Ca W A d C ,n C,3 N N m t J V V oN ? A C rn to LU fl7 co W = saa�l� m C A a O C 9 N G O O C (p D �n cn o 0 o m 0 00 m rn o `r � � o o m CA CD CD w00 z Z w w renl. w rn z Cl) w O N N �J ?ctv y{,a}F t, �T 4 I rZi CO W rn 00 O m m o a ? O a o"IO D m! z t O O p .p N m c m r, n O cn [n DZi m .D A m "r m � � o z Q y n N 0 v `� C? A a C9 �.wwN-+ . c Z obbo � p rn-tawrn -4 mCD m 3 z K G) :kh m 0 z o a m o 0 m mz 5 Oa. O n "D n S to 3 t1 �A o, m a q cco ib a wwwwwww m Ilk- 10 N D N O K. fD m yC O y N O 00 > > R7 Z' m2 a0 ^n o m ...o».awww m H m m a) y - (S ati zzi Coy Fn T G ?3' (D y y C) D .ZIO a) cu y CD 4m z .O-. 6 r tq m 2 <n g cn _+ a O y m m a C co b o a amw3 m a m 0 Z a 2 m A-I at C 0 4 0 S y 4 -:3L_-. m :z in '03 n O n O 0 d art TT mm�nmtnmmC n no n DDDR-4 rz a m L,,.a 2 n a aZi CC) o m tr a 2 �? 3 I mg ZRr m o tOt O,-q :a 0 o+y 2 nn -� f11 G7 1TO1T�f� O m y $m co ¢� O b v 1G apj m y C,, r 0 r M, 0 amIDc .o a m cD 4 IQT{y j 1 m fn N rr T mcg "QO AN :mg N ti07 W mCD n ? T 27.Zf N O N �O O N al y O CD Cl) 0 3 y E—; s3' C) CD ti N y m v e 3 C 00 O (D x--W "' ? Z Om n -:3: -- 2T W b _i z m p -moi m m o c at � c� y= 0 5 m O i y m y cyD M JV v C7 0 0 y m n ti �► b y S Q. O C7 N � S CD A co CD y Z � b w n t Z N f �+ '�' to fn tt'�d.'t»z OpONO0 o' � y O O O O O O C.p 5 25 CL o 0 O' CL o o m Z C HlR' to co O A am 0 0 0 0 0 E 5 C.0 0 0 0 0 0 o y S* Z O 0 0 0 0 0 o r M O O N N CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195688 PROJECT: (name, address)Dorado Ranch Fort Worth,TX TO (Owner) I D. R.HORTON-TEXAS,LTD.AND THE CITY OF FORT I ARCHITECT'S PROJECT NO: CFA No.2015-123 WORTH CONTRACT FOR: 6751 North Freeway Dorado Ranch-Water Improvements,Sanitary Sewer Improvements, Fort Worth,TX 76131 Paving Improvements, and Storm Drain Improvements. L J CONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that fmal payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) D. R. HORTON-TEXAS, LTD.AND THE CITY OF FORT WORTH 6751 North Freeway Fort Worth,TX 76131 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 5th day of January, 2017 BERKLEY INSURANCE COMPANY Surety Company ®2 Attest: ( �r.•.�. -7221'"'a���� (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form 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 No. BI-7280f POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Dena DeLene r .= Marshall,Sophinie Hunter,Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars(U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed f and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. s This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: J a RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief c Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant �. Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances; or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, v or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and — _ further o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. r IN WITNESS WHEREOF, the Company has cause' these presents to be signed and attested by its appropriate officers and its �. corporate seal hereunto affixed this .5�t'aay of qtly X15. - i Y , Attest: Berkley Insurance Company (Seal) By ! By4 Ira S. e erman &ar Senior Vice President&Secretary e rside s WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER- STATE OF CONNECTICUT) s ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 60 da of tire-- ' 2015, by Ira S. Lederman and — Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre ;an the Senior Vice Pfe dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC a MY COMMISSION EXPIRES otary Public, State of Connecticut ° APRIL 30,2019 CERTIFICATE �= I, the undersigned,Assistant Secretary ary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this 5th day of January 2017 (Seal) A a AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: DORADO RANCH WATER& SS, STORM DRAIN AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 2015-123 CITY OF FORT WORTH STATE OF TEXAS CONA CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this 9th day of January,20 t yidUrb t' "r qc: Notary Public in Tarrant County, Texas ,r°O• ;y C,',t:,rt i't.i l;ti;- ;tGiF�iaf V�yi4s `>rrTtbri 18, 2019 h111t++` o � B-B-HONFON d. :E t'SE January 13,2017 City of Fort Worth Ron Cordova CFW Senior Construction Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Dorado Ranch,City Project No.02746 Mr. Ron Cordova: This letter is to serve notice that D.R. Horton, Inc.will not charge any liquidated damages to Conatser Construction TX, L.P.on the above referenced project. Sincerely, �> Justin Bosworth Land Development Project Manager D.R. Horton, Inc.—DFW West Division 6751 North Freeway.Fort Worth,TX 76131 (81-/7)230-0800 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction Dorado Ranch DOE Inspector DOE Number Martina Salinas CPN 902746 DDElnspector Project Manager 0 Water 0 waste Water❑ Storm Drainage0 Pavement Gopal Sahu Initial Contract Amount Project Difficulty $973,502.00 O Simple QQ Routine Q Complex Final Contract Amount Date $990,802.00 23-Jan-17 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 371 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 371 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 388 Rating([TS/MS] * 100%) 371 / 388 = 96% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector v�W Sib ature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 23-Jan-15 Name of Contractor Project Name Conaster Construction DOE Inspector Project Manager Martina Salians Go al Sahu DOENumber Project Difficulty Type of Contract CPN 2746 O Simple * Routine Q Complex ❑� water ❑Q waste water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $973,502.00 $990,802.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient—2-Standard 3-Good 4-Excellent ELEMENT RATING JELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 4" 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector y 2 Clarity&Sufficiency of Details 5,/ 3 Accuracy of Measured Quantities 41 3 A placability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities y 5 Citizen Complaint Resolution Y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs u" 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time 1/ 3 Communication �l 2 Timliness of Contractor Payments 4 Resolution of utility Conflicts tJ FT Bid Opening to Pre-Con Meeting Timeframe "COMMENTS&SIGNATURES COMMENTS Ax Signature Contractor / Signature DOE InspectorG Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Dorado Ranch PROJECT NUMBER: CPN 02746 DOE NUMBER: n/a WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 6369 12" PVC 44 16" PVC 1710 FIRE HYDRANTS: 10 VALVES(16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: passed NEW SERVICES: 1" copper 161 ea 1/2" copper 1 ea 2" copper 3 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" pvc sdr-26 5839 PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: passed NEW SERVICES: 4" 161 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845