Loading...
HomeMy WebLinkAboutContract 40848i. COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS COUNTY OF TARRANT § § City Secretary Contract No. ~L}-8 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: Scott Walker Title: Vice President Project Name: Edwards Ranch Clearfork Addition Paving Improvements Project Location: East of Bryant-Irvin Rd. on Edwards Ranch Rd. Additional Streets: N I A Plat Case No.: FP-008-087 Plat Name : Edwards Ranch Road Mapsco: 74Z Council District:3 CityProjectNo:01581 J [To be completed b} stff!-· ' Received by: \........_, ~ l&t q/ l I FFICIAL R CORD Date : _...:..____<o-+1----'----"l 0::...._____.:.~--='EC RETA RY CFA: 2010-049 DOE: 6525 J ORT VvORTH. TX ,9 -24 -l JP_,:5 I N 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 ("CF A ") 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. D. he following checked exhibits are made a part hereof: Water (Al._. Sewer (A-1) _, Paving B X , Storm Drain (B-1) _, Street Lights & Signs (C) _. 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. 1v. 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 sew er 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 th is 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 m consequence of any failure to properly safeguard the w ork, or on account of an y act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees, whether or not such iniuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Combined CFA final Sept 12, 2008 4 Fort Worth, its officers, 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 injuries, 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. 0. 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 CF A 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 CF A 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 f roject Name: Edwards Ranch Clearfork Addition Paving Improvements CFA No.: 2010-049 DOE No.: 6525 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 . I Items A . Water and Sewer Construct ion 1. Water Construction 2 . Sewer Construction Water and Se wer Construction Total B. TPW Construction 1. Street 2 . Storm Dra in TPW Construction Cost Sub-Total Total Construction Cost (excluding the fees): Constructi on Fees : C. Water/Sewer Inspection Fee (2 %) D . Water/Sewer Material Testing Fee (2 %) Sub-Total for Water Construction Fees E . TPW Inspection Fee (4 %) F. TPW Material Testing (2 %) G. Street Light lnspsection Cost H . Street Signs Installation Cost Sub-Total for TPW Construction Fees Total Construction Fees: Financial Guarantee Options, choose one Bond= 100% Completion Agreement= 100% I Holds Plat Cash Escrow Water/San itary Sewer= 125% Cash Escrow Paving /Storm Dra in r= 125% Letter of Cred it = 125% w /2yr expiration period 7 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Developer's Cost 35 ,800 .00 35 ,800 .00 35 ,800.00 1,432 .00 716 .00 2,148 .00 2,148.00 Amount 35 ,800 .00 35 ,800 .00 - 44 ,750.00 44 ,750 .00 Choice (ck one) V 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 execute this instrument in quadruplicate, at Fort Worth , Texas this __ sQ~-8~.,.-~---day of ___ &A-1:ee::::..i.----=----------'' 20 _}.Q_. CITY OF FORT WORTH -Recommended by: Water Department Wendy Chi-Babula!, EMBA, P.E. Development Engineering Manager Approved as to Form & Legality: Assistant City Attorney ATTEST: ~n~ City Secretary ATTEST Jd~~ Signature (Print) Name: Sheryl LaBoy ea ux Assistant Secretary of Cassco D eve lopment Co. Inc. Combined CFA final Sept 12 , 2008 8 Transportation & Public Works Department Director Approved by City Manager's Offic e 5i-,:.-'~ Fernando Costa Assistant City Manager I NO M&C REQUIRED By its General Partner Cassco Development Co., Inc. Signature Print Name: Scott Walker Title: Vice President ...... ..~:. ..... ;.. ... ... Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement [ncluded Attachment D D D D D ~ ~ D D D D 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 I (Remainder of Page Intentionally Left Blank) 9 f-z < >- Cl:'. (D ARBORLAWN DRIV LOCATION MAP NOT TO SCALE EDWARDS RANCH ROAD HOODED LEFT TURN LANE DOE# 6525 City Project# 10581 File# K-2140 .$'DUNAWAY 550 BaDey Avenue • Suite~ • Fort Worth, Texas 76107 Tel:817.335.1121 • Fax:817.335.7437 (1X REG. F-1114) ),--, ---Ex -,«-----l-EX-SS -<1>----- EX -W H ' '--' =-c=::r ~ J ~ ~ ~ 12 ~ ;;: C'lj ~ • ~ CD .... e CD :I ~ ~ j:·+i''j[j~:Jj 10" CONCRETE PAVEMENT •; EXHIBIT 11 8 11 PAVING EXHIBIT EDWARDS RANCH ROAD El! V, H --- ~ 0 4 0 8 0 SCALE: 1"= 4 0 ft . ~DUNAWAY 550BaDeyAvenue •Suite.«)()• FatWor!h, Texas76107 Tel:817.335.11 21 • Fax:817.335.7"'37 (lXREG. F-1114) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Community Facilities Agreement for: Edwards Ranch Road -Hooded Left Turn Fort Worth, Texas DA No. 2002070-10 August 16, 2010 ENGINEER'S OPINION OF PROBABLE CITY PARTICIPATION CONSTRUCTION COST ANTICIPATED I. PAVING $35,800.00 N TOTAL PROBABLE COST $35,800.00 Note: Unit prices based on low bid submitted by Conatser Construction Tx, LP on July 26, 2010 (See Attached). 2002070-10 Hooded Left-OPPC CFA.xls Page 1 of 2 8/12/2010 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST EDWARDS RANCH ROAD -HOODED LEFT TURN I ITEM I DESCRIPTION I QUANTITY I UNIT I PRICE I. PAVING 1 6-INCH LIME STABILIZED SUBGRADE 395 SY $6 .00 2 LIME FOR SUBGRADE (35# SY) 6.9 TON $160 .00 3 10-INCH REINFORCED CONCRETE PAVEMENT 362 SY $52.00 4 4-INCH ASPHAL TIC CONCRETE PAVEMENT (TXDOT 362 SY $15.00 TYPE B) 5 SAWCUT AND REMOVE EXISTING CONCRETE 44 SY $25.00 PAVEMENT AND CURBS 6 2-INCH CONCRETE MEDIAN CURBS 311 LF $2.00 7 PAVEMENT MARKING 58 EA $75 .00 SIGN-GROUND-MOUNT (FURNISH AND INSTALL 8 COMPLETE IN PLACE INCLUDING SIGN, SUPPORT, 2 EA $1,000.00 FOUNDATION AND MOUNTING HAREWARE) TOTAL PROBABLE COST AMOUNT $2,370.00 $1,104.00 $18,824.00 $5,430.00 $1,100.00 $622.00 $4,350.00 $2,000.00 $35,800.00 Page 1 of 1 8/12/2010 ·, 07/26/2010 100721 *** Russ Sigman Biditem 1001 1002 1003 1004 1005 1006 1007 1008 2001 **Notes: CONATSER CONSTRUCTION, INC. 9:14 EDWARDS RANCH RD LEFT TIJRN BIDTOTALS Description 611 LIME STAB. SUBGRADE LIME FOR SUBGRADE (35#/SY) 10" REINFORCED CONCRETE PAVEMENT 4" ASPHALTIC CONCRETE PAVEMENT (TYPE B) SAWCUT & REMOVE EXIST CONC PA VEMENf 2" CONCRETE MEDIAN CURBS REINFORCED CONCRETE ADA RAMPS PAVEMENT MARKING Quantity 395.000 6 .900 362.000 362.000 44.000 311.000 0.000 58.000 SUBTOTAL: PA VlNG SIGN-GROUND MOUNT-FURNISH & INSTALL 2 .000 SUBTOTAL: SIGNS ' Units SY TON SY SY SY LF SF EA EA Bid Total =-> Items in italics are Non-Additive. 1 Unit Price Bid Total 6.00 2,370.00 160.00 1,104.00 52.00 18,824.00 15.00 5,430.00 25.00 1,100.00 2.00 622.00 18.00 75.00 4,350.00 $33,800.00 1,000.00 . 2,000.00 $2,000.00 $35,800.00 THE ,CITY OF FORT W(}JlTH, · TEXAS PLANS FtJR THE CONSTRUCTION OF UNf!f · II: PAVING IMP.ROVEMENTS (L:PJ7T' TURN.. . . . T A 1',fP) ,L!,i£' .I. . . ...IJ"E.=·~D/ TO SERVE ! ·~ h~ ·~"' ii~ ~Ii~ EDWARDS MNCH CLEARFORK ADDffiON MIK£ MONCRIEF MAYOR DAL£ A. FISS£L£R1 P. E. CITY W.NAGER WILLIAM A. V£RK£ST1c P.£. DE:PARTME:NT OF TRANSPORTA noN AND PUBUC WORKS, DIRECTOR S. FRANK CRUMB, P.£. WATE:R DE:PARTME:NT, DIRE:CTOR D.0.£. NUMBER 6525· CITY PROJECT NO. ()1581 FIL£ NO. K-2140 LOCATION MAP (MOT n, IICALlJ IIAl'SCO NO. EL. COCMCII. DISTRICT JL Q>M&tT~ =~~LP. SUJE·fOO· f'DIIT IOHH TX 1BU17 PH. 617.-JJ.5-1121 FAx. 611-»5--7.U, CONTAc» /flCHA/fD SHAHEEN. PL . OW! / Dnfl cmr: ~~~ surr··.,.,. .10.r-Naf>?( 1lX4.t moe l'H.! ln7.-7Sl-13tlld FAX: '617-7:11-7'118 CONTACn SCOTT Jll,U.JtDf I N.D £ X OF DR A WINGS SHECT DE:SCRIPTION UNIT II PAVING ~ DRAINAGE: IMP=ME:NTS ,. 2. ~ • • . 7. • • L: ,. /~:)~,<'. -.( A. J1£RK£ST, P.£. DEPARTMENT OF TRANSPORTATION 6: PUBUC WORKS, . DIRECTOR ~· DAT£ i e ~ fl S~e · a~; DAT£ ~ •11-i,,\ RE:co~ . . ;,4/zere 1r . . .y'~ u AUGU.~ 'IAU,, f.i::::.m~ ?--c e ~-. re q.q.,o ,,! . . ~~ ~ ~~ .. . . . r:s .... h~ ~·· ........................... . .... -.i:.:'l:llf-DAPO(Q070-10 ---·-'---•' n.• bub or bearlor for lbli pl.t I• the Tn:u Coordlnot. S71te111 or u1e3, North Central Zoo, as establlJhed by CPS ObH"&Uo11. ~::-:.,.~:,~hao~;tra~•~~!~.R:!~,r?:6,1~.;-=~ 4905"6C0285 I: Jlep rnil•d det.: Sopt.emb,r 26, 20011, a porU011 of th• nbject ptopert,, U l ocated in Zone •AB", ddln1d u uus to be Inside tho 100 year nood plaiD. Thb ,t...temenl dou not ·renecl an:, t;no of nood ,tu4.:, b7 W. tlrm, e/e .. Iron rod wtlh :,allow cap lltunt'~ •n..,.,...,. .u ...... LP• n t for all property ooni.on, pola.ta of cu"alan and polnb of t.a.nc•J1.DJ' unlen othuw1H 1bcnm hoNOD. CompUanoe wlt.h tbe ctty of Fort Worth 1"1 Presan-sUOII. Ordlaa.no• fUI0 16-D5-2D09 .la nqulnd. Th• publlo ,c,c; ... ou,monl ahown honon laoludH tho / rf&bt. or aoouo· froa,. 1u, mon lhui. two cut,q .. mn, the ~::::rt~r:t 0fii~:~,;-n.~-:u:i i::o,:~;.\:'1:S::!t~. I ~ ConUOI Monument CURVE c, C2 CJ c, C5 ""'1US 113.00 347.00 617.00 91!13.00 11".00 ~"-"tdofl ,__._lloo_N __ lllo .......... --, .. -....... __ .,,_ __ --..... _. ----..... ,., ~':" ... ~.t:::=--~ PrlnlaC-N'Me-,df'..::alN LINE {ill ®) @ ~ =~~~~.:. ... :::."::=.;=::.: =., 1M (2) - ... ClltelFo,t--MolNlooW,.,._.,.. ... _____ ., __ .,_,loll =~~t.:"E~~~ ==-~.,::.,:-:..~~ -~, .. -................. UTILITY EASEMENT LINE TAll1.£ ACCESS EASEMENT LINE TABU: FLOOD PUIN EASEMENT LINE TABU: BEARING D4STNICE LINE N83'33'17"E 10.00 @ S 2&"26'43" £ 4.25 @ N 6J'JJ'17• E 3.50 @ S 2tr211•,43• E 15.r.5 @) BOOING DISTANCE LINE ....... N 63'J3'17'E 11 .50 @] N 63'33'17• E S 26"28'4.J' [ 166.63 rill S 25°26'43" E S 8J"JJ"17· W 25.00 [l:l) S 71°26'43" E N 26·20·43• w 1116.153 u S 03"33'17. W " N 28"26'43" W , ~~0-,E-,b ... --.......... ..-..._"_..., _ _,_..., :""ut;=.=· .. ":,-r,.:-· ------.. - CITY PLAN COMMISSION CITY OF' FORT. WORTH, T EXAS M51'lAT IS VALl>ON..'f'FRECOftDED lffltN Nl£TY (to) DA'B N'ltJlt DA1t OF N'PMNAI... l'talAJll)nMI! •• c,--2010 .. -'-------'--" ...... OISTAHCE LINE B~ING DISTANCE 30.00 l.201 N 30'16'13" W ,~n 140.00 l.202 N 25'53'50" W 54.85 14.14 L20J N 34·35•50• W 40.74 40.00 l.204 N qtr20'40" W 12.51 ,~.00 L20> N 28°53'30" W 25.211 l.208 N 44'1\'0II" W 17.1111 Edward, Geren IJ.mlted VolWIIII Jl!:910, P•ce :,94 lANO USE TABLE: Total Cross Acnoge Righi-of-Woy OMlk:ollon ~~";TResldenllallAb Ni.mbar No:si-Ruldlntlal I.ab N_.R,116cntlel Acnog• Prfval• PGl1I Acno9• Publc:Part..Acmig9 2.0&4 Ac. 0.000 Ac. . 2.084 AC.·· 0 ., 2.054 Ac. 0 0 LINE ,...,,.. l.207 N 3S"22'01I" W l.208 . N 62'13'12" W l.209 S 84'50'24" W l.210 S 7B'21'04" W L211 S 1!15'21'27. W "" s 7a4,•03• w l.213 s oe20•40• w -n210131oa:, OISTN«:E TARRAJl'T~~~R.., TEU,; 52.411 tall..Ul-2 PH 3: ~2 '7.5J :!'tf!.A:-.11;.Hl;l1aL ,~ •••. '6.04 COUffTYCLERII · 82.19 BY '41 ,21 ... ,. ,~, ----rn---~i~~ ,.,..,. .. ,JI J Xdwud, Gm• um1t,4 An,T &Mmto,! ~ r . ~ Volu=-• J29Hi, PIJt :194. D20ll1300I ~ I ~ . :.I \... QlfNER / QOO <l'Ot CLEARFORK RANCH L.P. 4200 S. HUL£N STREIT SUI TE' 614 FORT IK1R111, 7EXAS 76109 . PH.• 817-7:St-7J96 FAX.: B17-7:Jt-7J9B fflPNffRtwMIDR: DUNAWAY ASSOClA TES, LP. 550 BAJt.EY A V£NUE SUITC 400 FOHT IKW1H. TX 7tHD7 PH..: 1117-»5-1121 FAX.: B17-JJ5-74J7 I ~------; Seal~: J " o 60' \~-i/ Final Plat . of Edwards Ranch Clearfork Addition Lots 1-2, Block 2 ·.'Iarra:ci.l Co~ly, Tens, lieing a,._part ·of tbe··L.J, y·;.,.· ... ·-Edw ard.s sun'ey...,Ab!llri.#::No :::'~-' and the F.G . ·• Beuley •Suney, AI,.st:racl No . 135 2.05' Acrei • · This plat was prei,a.red ln .. .May 2010 CP-008-003 / PP-008-030 ~. -.. ~DUNAWAY Qlloa.,~•Sle.400•f'ortWcd\.llDG7•1rrt httl17..SU.1121'•,U,Cll7.3.lS.7437 PLAT FIT.ED IN TARRANT COUNTY DOCUMENT CONTROL NUMBER D ____ DATE: ----- •' _,