Loading...
HomeMy WebLinkAboutContract 42027 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. y WHEREAS,the undersigned'Developer"desires to make certain improvements(refer to the name of the project at the bottom of the page)an addition to the City of Fort Worth. Texas; and WHEREAS,the said Developer has requested the City of Fort Worth,a home-rule municipal corporation situated in Tarrant,Denton,Parker,and Wise Counties,Texas,hereinafter called"City",to do certain work in connection with said improvements. Developer Information: Developer Company Name: Clearfork Ranch,L.P. Authorized Signatory: Mr. Crawford Edwards Title: President Project Name:Acme Brick Plaza Project Location: East of Bryant Irvin Rd. &North of Edwards Ranch Rd. Additional Streets:N/A Plat Case No.: FP-011-017 Plat Name: Edwards Ranch Clearfork Addition Mapsco: 74Z Council District: 3 City Project No: 01653 To be completed by to Received by: Date: CFA: 2011-020 DOE: 6593 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX i NOW,THEREFORE,KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended from time to time via a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Agreement ("CFA") as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the infrastructure. Developer further acknowledges that said process requires the contractor to submit an Affidavit of Bills paid signed by its contractor and Consent of Surety signed by its surety to ensure the contractor has paid the sub-contractor and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full for all the services provided under this contract. C. Developer agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. 1)W'The following checked exhibits are made a part hereof >: E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Combined CFA final Sept 12,2008 2 F. For all infrastructure included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being insured, licensed and bonded to do work in public streets and/or prequalified to perform water/waste water construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours notice to the City's Construction Services Division of intent to commence construction so that City inspection personnel will be available; and to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. v. To require its contractor to have fully executed contract documents submitted to the City to schedule a Pre-Construction Meeting. The 3 submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City- issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer agrees to provide, at its expense, all engineering drawings and documents necessary to construct the improvements required by this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the improvements required herein. I. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees, whether or not such injuries death or damages are caused in whole or, in art b E the alleged neielig ence o the Ci o Combined CFA final Sept 12,2008 4 z: Fort Worth, its ofrcers servants or employees M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such iniuries death or damages are caused in whole or in part by the alleged negligence of the City of Fort Worth, its officers', servants or employees..Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications and shall cause to be executed and delivered to the City an indemnity agreement from such contractors on a form to be promulgated by the City. N. Upon completion of all work associated with the construction of the infrastructure and improvements, Developer will assign to the City a non- exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. 5 iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent(4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in the cost of the community facilities shall terminate if the facilities are not completed within two (2) years; provided, however, if construction of the community facilities has started within the two year period, the developer may request that the CFA be extended for one year. If the community facilities are not completed within such extension period, there will be no further obligation of the City to participate. City participation in a CFA shall be subject to the availability of City funds and approval by the Fort Worth City Council. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy,this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the community facilities if at the end of two (2) years from the date of this Agreement the community facilities have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the community facilities or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. Combined CFA final Sept 12,2008 6 Cost Summary Sheet Project Name: Acme Brick Plaza CFA No.: 2011-020 DOE No.: 6593 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction ¢�� �s . .....4 D0 e 2.Sewer Construction Water and Sewer Construction Total $ 46,613.00 B. TPW Construction 1.Street -1 3k7fi 2.Storm Drain £., M 3.Street Lights Installed by Developer1i fib 00'` TPW Construction Cost Sub-Total $ 86,949.75 Total Construction Cost(excluding the fees): $ 133,562.75 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 932.26 D. Water/Sewer Material Testing Fee(2%) $ 932.26 Sub-Total for Water Construction Fees $ 1,864.52 E. TPW Inspection Fee(4%) $ 2,870.99 F. TPW Material Testing(2%) $ 1,435.50 G. Street Light Inspsection Cost $ 607.00 H. Street Signs Installation Cost $ 245.00 Sub-Total for TPW Construction Fees $ 5,158.49 Total Construction Fees: $ 7,023.01 Financial Guarantee O t Ions choose one Choice Amount c, one Bond=100% $ 133,562.75 Com letion A reement=100%/Holds Plat $ 133,562.75 Cash Escrow Water/Sanitary Sewer-125% $ 58,266.25 Cash Escrow Paving/Storm Drain r-125% $ 108,687.19 Letter of Credit=125%w/2 expiration period $ 166,953.44 7 F IN TESTIMONY WHEREOF,the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager,attested by its City Secretary,with the corporate seal of the City affixed,and said Developer has executed this instrument in quadruplicate,at Fort Worth,Texas this day of ,2011_. CITY OF FORT WORTH-Recommended by: Water Department Transportation & Public Works Department Wendy Chi-3 lal,EM A,P.E. Douglas . Wiersig,P.E. Development Engineering Manager Director Approved as to Form &Legality: Approved by City Manager's Office Marcia Wise Fernando Costa R,Assistant City Attorney Assistant City Manager ATTEST: I� .,r Marty Hendrix City Secretary aJ ATTEST Clearfork Ranch,L.P. By its General Partner Cassco Development Co.,Inc. Signature Signature (Print)Name: Print Name: Mr.Crawford Edwards Title: President OFFICIAL RECORD E CITY SECRETARY T. WORTH, TX Combined CFA final Sept 12,2008 8 ���`_ Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Location Map ® Exhibit A: Water Improvements ® Water Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Estimate ® Exhibit B: Paving Improvements ® Paving Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Estimate (Remainder of Page Intentionally Left Blank) 9 i N ATTEN OMO CH RIOT oy BRA TS = SHILDH pCN�pP SUMAC 2 IDGLEA VALLEY RpN R T R\pGE , PROJECT LOCATION PRING HILL UMBE LAND��Fe� �e� � 5 BEND B �_ T � C m y 5 FORT WORTH C) efC<qiq f CItY £ z Z n� C') fR W00 Cqk f (qc eR m py ff2 f p tic 'qNT m f ON hSl� S0�y DA � - 4 BRAD- COUNTY 11 ,p >_ BURY LEGENDS y VICINITY MAP NOT TO SCALE V C IV p v ACME BRICK PLAZA UNAWA EDWARDS RANCH 550"ey Avenue .Suite 400 .Fort worth.Texas 7107 CLEARFORK ADDITION T91:517.335.1121•Fax:517.335.7437 (TX REG. F-1114) (DOE #6593) h o �., Z o0 tK W g � o � W o =LAJ I I j o 1 4 � 'C o II 3Nn log 3bnl� ,I — i Q. Cu CO 0 W a. Cn � F N a o Cu 3 � > z o CZ � LO j LAJ / o g) u rn -� / W CL Q PC QC N 0 W bil O W W � Q � z O � �w N oW YQ �� I a3 oar Q �LLJ7 mu I LU 0 N � x � C 0. � Q •� °oo ° w � WU °� o m (P) I WZ o°^ " �Uz CE I o �4j ^ - oe r = Q� � co � 5n ,- v CN W X c/) o � U `.. o0 o W ^ z W � I Q ITT ��� � � �..�.� � �i Za CO cOQ � � j � VQ- W ? m VO W3 0 Edwards Ranch Road pp (Right of Way Varies) 3� a �zoLL EX-SS EX-SS M) - Q 0 s EX 11l Mr•�M1v�1wwM�r�PY�wov-S uotanpow�9 Nlvaud w K:7 w TTN'en L. 'A-- ,.. 4, O uj O = OV a � � O O lye d� 3N/7 107 3bn1 nj O � � a W J / N TJ � w > Z v S 0 w Uj 41 Q o 3 FS a vwi W Y > �- o Q � ^ N z a oC rn �� N ° � Y Ln x UUJ 4J It I oW _oa ¢ O = 02 �, Cz w rl o a � O� m oo awe < zz a o, I k U ao �1 I � � 0 2vo Q� O 4J L J I = Q 2 � o QO X w W Edwards Ranch Road Q 'Ri ht of Way Va ri es) V EXIS77NG 8" 3 EXIST/ G 10" SEWER LINE /-SEWER LINE ' EX-SS EX-SS ' • ;: jj 1 � ,6r s\v wai ww PM+uw sTWeywO oc u°mnpuA:!):Hlvcff u aw M lY TTM'!0 A►rc'Agmup*M XBIWW i� Q � Ct W CL � J B M p II Q 3 Cz W a CL) LO a � Cu N TJ � _ CU � O W � 'u M � �0 d0 C) Ln C7 � N W 0 O 2 > Cie Q) � Y un W Q- 3 :• m LLJ :::V••O••: O�u J O 2 0 3 :~ UJU L MZZ Pt 3o Q CL Q: W W r� 0 Edwards Ranch Road (Right of Way Varies) Q ' # rl � d�0' 11ThD4M+g1 mN�Plq��11 f M19 NLYAIL�iN 1CL lY Toe'"M['AmP@K"m:a3jj d QC Kok Z Cu CIC Q J � — a -j \ L. N U Cu ON N / N N Cz 3 � O W O cn (n O ate, `r' rr�nn Cu 2 N � � Q 3 � Y w W cp .� o a DC rn N N �; Y Ln LLJ W2 co N m W � I Ik �,L M W '0 '0 o JJ z FW CU Vz �~ 5O ( W� 0 (Aj I Q �, o� Q _m QL I o =W = Q a _3QL X W p w Edwards Ranch Road �� R' ht of Wa . � Y Varies EXISTING STREET LIGHT Q ` z C4 f let BIAP +P rAWWN mw yaw wor-s .�:►ur8m w a:z tr itot eo Mt' :�up� o°o M u o.o c Ln J N 'O O W > b � q, Z M M z 0 Ct a. 1 L / N � � Q w o DC > W DC a L M N � Yg Ln x V UJ ¢ DC O 0 3 UZZ U I W Q� I V o~ C Or DC W o Edwards Ranch Road (Right of Way Varies) Q jfr �= Z N?5 EXISTINGV STREET SIGN "P'-slV O\W-N mw VM-OV s Na 9C:[lr 110['90 Apv' M:aaume ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Community Facilities Agreement for: Acme Brick Plaza (DOE #6593) Fort Worth, Texas DA No. 2002070-15 May 6, 2011 ENGINEER'S OPINION OF PROBABLE CITY PARTICIPATION CONSTRUCTION COST ANTICIPATED I. WATER DISTRIBUTION SYSTEM $19,064.00 N II. WASTEWATER SYSTEM $27,549.00 N III. PAVING $71,774.75 N IV. STREET LIGHTS $15,175.00 N V. STREET SIGNS $245.00 N TOTAL PROBABLE COST $133,807.75 Note: Unit prices based on City of Fort Worth CFA unit prices where available. Items not on CFA unit price list are based on previous bid prices. 2002070-15 OPPC_CFA Page 1 of 3 7/6/2011 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST ACME BRICK PLAZA(DOE#6593) a ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT I. WATER DISTRIBUTION SYSTEM BID-00588 10-INCH C-900 PVC WATERLINE 227 LF F$2,360.00$35.00 $7,945.00 BID-00616 6-INCH C-900 PVC WATERLINE 15 LF $28.00 BID-00715 10-INCH GATE VALVE WITH BOX $420.00 BID-00745 6-INCH GATE VALVE WITH BOX 1 EA 306.00 $1,306.00 1 EA 835.00 $835.00 BID-00372 TRENCH SAFETY 242 LF $1.00 $242.00 BID-00568 DUCTILE IRON FITTINGS 242 TON 600.00 $ $242.00 0.75 BID-00546 FIRE HYDRANT ASSEMBLY 1 EA $2,360.00 BID-00550 TYPE W METER BOXES 2 EA 200.00 $400.00 BID-00758 WATER SERVICE 1-INCH COPPER 42 LF $18.00 $756.00 BID-00762 WATER SERVICE 1-INCH TAP TO MAIN 2 EA $300.00 $600.00 CONNECTION TO EXISTING 12-INCH WATER LINE 1 EA $1,500.00 $1,500.00 SUBTOTAL $19,064.00 II. WASTEWATER SYSTEM BID-00350 8-INCH SDR-26 PVC PRESSURE CLASS SANITARY SEWER PIPE ALL DEPTHS 216 LF $40.00 $8,640.00 BID-00351 8-INCH CLASS 51 DUCTILE IRON SANITARY SEWER PIPE ALL DEPTHS 58 LF $49.00 $2,842.00 BID-00213 4' DIA. SANITARY SEWER MANHOLE 3 EA $2,340.00 $7,020.00 BID-00198 COLLAR-MANHOLE-32-INCH-FRAME AND COVER 1 EA $39.00 $39.00 BID-00214 ADDL DEPTH FOR MH 7 VF $148.00 $1,036.00 BID-00372 TRENCH SAFETY 274 IF $1.00 $274.00 BID-00201 POST CONSTRUCTION CLEANING &TV INSPECTION 274 LF $2.00 $548.00 BID-00217 VACUUM TESTERS 1 PER MANHOLE 3 EA $104.00 $312.00 BID-00354 SEWER SERVICE 4-INCH 103 LF $26.00 $2,678.00 BID-00355 SEWER SERVICE 4-INCH SERVICE TAP 3 EA $250.00 $750.00 BID-00356 SEWER SERVICE 4-INCH WITH 2-WAY CLEAN OUT 3 EA $270.00 $810.00 CLAY DAM 2 EA $300.00 $600.00 CONNECT TO EXISTING 8-INCH SEWER PIPE 1 EA $1,500.00 $1,500.00 PROTECTO 401 INTERNAL COATING ON CLASS 51 DUCTILE IRON PIPE 1 LS $500.00 $500.00 SUBTOTAL $27,549.001 Page 2 of 3 7/6/2011 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST ACME BRICK PLAZA(DOE#6593) ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT III. PAVING BID-00144 CLEAR AND GRUBB 0.373 AC $12,000.00 BID-00472 UNCLASSIFIED STREET EXCAVATION $4,476.00 BID-00484 6-INCH LIME STABILIZED SUBGRADE 30LBS/SY 1,238 SY $7.00 $3,059.00 $3.00 $3,714.00 8-INCH REINFORCED CONCRETE PAVEMENT BID-00453 WITH 7-INCH CONCRETE CURBS 1,150 SY $32.00 $36,800.00 BID-00527 4-INCH CONCRETE SIDEWALK 2,160 SF $4.00 BID-00496 HYDRATED LIME $8,640.00 BID-00134 HYDROMULCH SEEDING PARKWAYS 19 TN $120.00 $2,280.00 BID-00100 SWPPP MAINTENANCE 325 SY $0.75 $243.75 BID-00124 MOBILIZATION -SERVICES 1 LS $1,000.00 $1,000.00 BID-00181 TRAFFIC CONTROL 1 LS $5,000.00 $5,000.00 1 LS $2,500.00 $2,500.00 BID-00457 SAWCUT AND REMOVE EXISTING CONCRETE PAVEMENT 18 SY $6.00 $108.00 BID-00457 REMOVE EXISTING CONCRETE SIDEWALK 216 SF $6.00 BID-00532 TYPE 'A'ADA RAMPS $1,296.00 133 SF $6.00 $798.00 2-INCH SCHEDULE 40 PVC CONDUIT FOR IRRIGATION 245 LF $4.00 $980.00 REMOVE EXISTING PAVERS 176 SF SUBTOTAL $5.00 $880.00 $71,774.75 IV. STREET LIGHTS BID-00969 STREET LIGHT FOUNDATION TYPE 7 3 EA $400.00 $1,200.00 BID 00398 STREET LIGHT POLE AND FIXTURE (INCLUDING ONE 1 SPARE FOR WAREHOUSE 4 EA $2,000.00 $8,000.00 BID-00388 2-INCH SCHEDULE 40 PVC CONDUIT FOR STREET LIGHTS WITH 3-#4G AND 1-#8G WIRES 330 LF $15.00 $4,950.00 BID-00395 GROUND BOX(PULL BOX)AND COVER FOR STREET LIGHTS 2 EA $350.00 $700.00 2-INCH SCHEDULE 80 PVC CONDUIT FOR STREET LIGHTS 65 LF $5.00 $325.00 SUBTOTAL $15,175.00 V. STREET SIGNS BID-00506 STREET SIGNS 1 EA $245.00 SUBTOTAL $245.00 $245.00 TOTAL PROBABLE COST $133,807.75 Page 3 of 3 7/6/2011 Page 1 of 1 Chakrathouk, Manivanh From: Knight, Jana Sent: Thursday, July 21, 2011 2:03 PM To: Chakrathouk, Manivanh Subject: RE: Contract: Clearfork Ranch Community Facilities Agreement Hi Monni, No M&C is required for this project. There is no City Participation and the project is 100%developer funded. Thank you, Tana Knight City of Fort Worth I Community Facilities Administration 1000 Throckmorton Street I Fort Worth,TX 76102 Phone: (817392-2025 1 E-mail:Lana.knight(&,fortworth ov org From: Chakrathouk, Manivanh Sent: Thursday, July 21, 2011 1:58 PM To: Knight, Jana Subject: Contract: Clearfork Ranch Community Facilities Agreement Hi Jana, Please advised if this contract requires an M&C? Thank you, wg't't a(''4x414 ilia ctle 1,rl.nlin.istrat.ive Technwia.n. City Secretary Office 1 1000 Throckmorton St. Ft Forth, TX. 76102 0: 817-:392-6090 I F: Manivanli_C`hakratl OL&,i fotlworthgov.org 7/21/2011 3S ORGANIZATIONS INQ Y - VIEW ENTITY Page 1 of A� SECRETARY o STATE ` UCC Business Organizations Trademarks Notary Account Help/Fees Briefcase Logout BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 800604066 Entity Type: Domestic Limited Partnership Original Date of Filing: January 23, 2006 Entity Status: In existence Formation Date: N/A Tax ID: 32035245383 FEIN: Duration: Perpetual Name: CLEARFORK RANCH, L.P. Address: 4200 South Hulen Street, Suite 614 Fort Worth, TX 76109 USA FFFLastUpdate ENT FILING HISTORY NAMES_ ASSOCIATED MANAGEMENT ASSUMED NAMES ENTITIES Name Title Cassco Development Co., Inc. General Partner L4200 ress South Hulen Street,Suite 614 Worth,TX 76109 USA — Order.. Return to Search Instructions: 4 To place an order for additional information about a filing press the 'Order' button. `.tps://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:SDaeefrom=k.gfii;nr, , BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Page 1 01 TEXAS-SECRETARY of STATE --- n UCC Business Or g anizatio s I Trademarks I Notary I Account I Help/Fees I Briefcase I Logout BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 77142000 Entity Type: Domestic For-Profit Corporation Original Date of Filing: October 21, 1985 Entity Status: In existence Formation Date: N/A Tax ID: 30009547776 FEIN: Duration: Perpetual Name: CASSCO DEVELOPMENT CO., INC. Address: 4200 SOUTH HULEN STREET, SUITE 614 FORT WORTH, TX 76109-4910 USA REGISTERED AGENT FILING HISTORY_ NAMES ASSOCIATED MANAGEMENT AS..SUMED NAMES_ ENTITIES Last Update Name Title Address October 29,2010 SCOTT WALKER VICE PRESIDENT 3501 ELM CREEK COURT October 29,2010 SCOTT WALKER FORT WORTH,TX 76109 USA SECRETARY 3501 ELM CREEK COURT FORT WORTH,TX 76109 USA October 29,2010 SCOTT WALKER DIRECTOR 3501 ELM CREEK COURT FORT WORTH,TX 76109 USA October 29,2010 CRAWFORD H EDWARDS PRESIDENT 4200 S HULEN,SUITE 614 October 29,2010 FORT WORTH,TX 76109 USA CRAWFORD H EDWARDS DIRECTOR 4200 S HULEN,SUITE 614 October 29,2010 PRESTON M GEREN Jr FORT WORTH,TX 76109 USA CHAIRMAN 4200 S HULEN,SUITE 619 f October 29,2010 FORT WORTH,TX 76109 USA I BEAUFORD T ERWIN III VICE PRESIDENT 4200 S HULEN,SUITE 614 October 29,2010 BEAUFORD T ERWIN III FORT WORTH,TX 76109 USA DIRECTOR 4200 S HULEN,SUITE 614 October 29,2010 FORT WORTH,TX 76109 USA SHERYL LABOYTEAUX TREASURER 1144 TERRACE TRAIL HURST,TX 76053 USA October 29,2010 CHANDRA EDWARDS GEREN DIRECTOR 4900 WESTRIDGE AVE#4 October 29,2010 EVA GEREN MOTHERAL FORT WORTH,TX 76116 USA DIRECTOR 4416 OVERTON CREST October 29,2010 FORT WORTH,TX 7610LUSA CASS O EDWARDS III DIRECTOR 4420 CALMONT October 29,2010 MATILDA EDWARDS RODGERS DIRECTOR FORT WORTH,TX 76107 24 VALLEY RIDGE ROAD October 29,2010 MARY EDWARDS RICHTER DIRECTOR FORT WORTH,TX 76107 7225 MCNAY FORT WORTH,TX 76135 Order Return to Search ;; it Instructions: 0 To place an order for additional information about a filing press the 'Order' button. i! ji `tps://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:SDagefrnm=Rr•cfl;-- ,,,, n7in7i11n,~,