Loading...
HomeMy WebLinkAboutContract 47569 cafy aEaRE `ARY COMNACT NO. COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION Developer Company Name: Walton Development&Management TX,LLC Address, State,Zip Code: 5420 LBJ Fwy., Suite 790,Dallas,TX 75240 Phone&Email: 214-838-2101 ,mrobinson@walton.com Authorized Signatory,Title: John Vick,President, Walton Development&Management TX,LLC on behalf of WM SUB CTR,LP Project Name and Brief Chisholm Trail Ranch Sec 2 Phase 1 Description: Northwest Corner of McPherson Blvd. and Brewer Dr. Plat Case Number: FP-15-040 Plat Name: Chisholm Trail Ranch Section 2 Phase 1 Mapsco: Council District: 6 City Project Number: 002652 CFA Number: 2015-117 DOE Number: 7508 To be completed by taf,. Received by- Date: OFFICIAL RECORD CITY SECRETARY RECEIVED 1,s FT.WORTH,TX MAR -92016 t City of Fort Worth,Texas "TyOFFORT WORTH Standard Community Facilities Agreement with City Participation CITYSECRETA$Y CFA Official Release Date:07.30.2015 Page 1 of 11 COMMUNITY FACILITIES AGREEMENT WITH CITY OVERSIZING PARTICIPATION THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Walton Development& Management TX, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Chisholm Trail Ranch Section 2 Phase 1 ("Project")within the City of Fort Worth, Texas("City"); and WHEREAS, the City has reviewed the proposed Improvements and desires to have the Developer oversize the proposed Improvements to provide capacity for future development in the area("Oversized Improvements"); and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project; and WHEREAS, the City has reviewed the Project and desires to participate in the Project in accordance with this Agreement as presented by the Cost Summary Table and Exhibits attached hereto and authorized by City Council via M&C on Zti ){l 201 ;and WHEREAS, The City's cost participation shall be in an amount not to exceed $412,745.00 ("Participation"); and WHEREAS, the City has requested the Developer to cause, and the Developer agrees to cause, the design, permitting and construction of the Project for which the City will, subject to City Council approval, reimburse the Developer for the City's portion of those costs after City's final acceptance of the Project. NOW, THEREFORE, 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, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 2 of 11 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 Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) to submit a signed affidavit of bills paid signed by its contractor and consent of surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under their 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. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) 0, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) M. 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. Developer shall ensure its contractor(s) pays the then-current City-established wage rates. F. For all Improvements 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 prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 3 of 11 (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 from the date of final acceptance 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 Certificate of Insurance (ACORD or other state-approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not 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 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, if any,until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 4 of 11 G. Developer shall provide, at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the Improvements under 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 payment of 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. City will be responsible for the costs of utility relocation necessitated by the City's participation in this Agreement. 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 (including death) or damages sustained by any persons 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, its contractors, sub-contractors, officers, agents or employees. M. The 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 City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 5 of 11 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. N. Upon completion of all work associated with the construction of the 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 and further apportioned in the Cost Summary Table below 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. 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 necessary for Developer's portion of the Project. P. COMPLETION WITHIN 2 YEARS i. The City's obligation to participate (exclusive of front foot charges) in this Agreement shall terminate if the Improvements are not completed within two (2) years; provided, however, if construction of the Improvements has started within the two year period, the Developer may request that the CFA be extended for one (1) additional year. If the Improvements are not completed within such extension period, there will be no further obligation of the City to City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 6 of 11 participate. City participation in this CFA shall be subject to the annual availability of City funds as approved by the City Council. ii. Subject to paragraph i, above, the City shall reimburse Developer for the City's costs upon presentation of proper documentation of completion of installation of the Oversized Improvements. iii. 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. iv. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at the end of two (2) years from the date of this Agreement(and any extension period)the Improvements have not been completed and accepted. V. The City may utilize the Developer's financial guarantee to cause the payment of costs for construction of the Improvements 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. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 7of11 COST SUMMARY TABLE Developer's Cost City's Cost Total Cost A. Water and Sewer Construction 1.Water $ 994,738.00 $ 317,496.00 $1,312,234.00 2. Sewer $ 515,565.00 $ 515,565.00 Contingency 25% $ 79,374.00 $ 79,374.00 Water Construction Cost Sub-Total $ 1,510,303.00 $ 396,870.00 $1,907,173.00 B. TPW Construction 1. Paving $ 1,531,648.50 $ 1,531,648.50 2. Storm Drain $ 498,169.00 $ 498,169.00 3. Street Lights $ 161,467.68 $ 161,467.68 4. Traffic Signal $ - TPWConstruction Cost Sub-Total $ 2,191,285.18 $ - $2,191,285.18 Total Construction Cost $ 3,701,588.18 $ 396,870.00 $4,098,458.18 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 30,206.06 $ 7,937.40 $ 38,143.46 D.Water/Sewer Material Testing Fee(2%) $ 30,206.06 $ 7,937.40 $ 38,143.46 Water Construction Fees Sub-Total $ 60,412.12 $ 15,875.00 $ 76,286.92 E. TPW Inspection Fee $ 81,192.70 $ - $ 81,192.70 F.TPW Material Testing Fee $ 40,596.35 $ - $ 40,596.35 G. Street Light Inspection Fee $ 6,458.71 $ - $ 6,458.71 H. Traffic Signal Inspection Fee $ - $ - $ - I. Street Signs Installation Cost $ - $ - $ - J.Civil/Geotechnical Engineering &Survey(20%) $ - $ - TPW Construction Fees Subtotal $ 128,247.76 $ - $ 128,247.76 Total Construction Fees $ 188,659.88 $ 15,875.00 $ 204,534.68 TOTAL PROJECT COST $ 3,890,248.06 $ 412,745.00 $4,302,993.06 Financial Guarantee Options, choose one Amount Choice Mark one Bond = 100% $ 3,890,248.06 Completion Agreement= 100%/Holds Plat $ 3,890,248.06 Cash Escrow Water/Sanitary Sewer= 125% $ 1,887,878.75 Cash Escrow Paving/Storm Drain = 125% $ 4,626,985.23 The costs stated herein may be based upon construction estimates rather than actual costs. The City's portion of inspection and material testing fees are directly allocated to the City's accounts for charges and does not reimburse the Water Inspection and Material Testing Fees to the Developer.The City's participation estimate shall be limited to the unit prices contained in City of Fort Worth Ordinance No. 19192-06-2010,as amended,("Unit Price Ordinance")or as determined by public competitive bid. The City's cost participation(excluding inspection and material testing fees)is not a lump sum amount and may be less than stated above depending upon actual quantities as shown on the Notice of Final Completion package(`Green sheet')and based on unit prices from the construction contract documents. In no event shall the City pay more per unit than as determined pursuant to the Unit Price Ordinance or public competitive bid. City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 8 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 -Changes to Standard Community Facilities Agreement ® Location Map ®' Exhibit A: Water Improvements Water Cost Estimate ® Exhibit A-1: Sewer Improvements Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ®` Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date: 07.30.2015 Page 9 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No.02652 none City of Fort Worth,Texas Standard Community Facilities Agreement with City Participation CFA Official Release Date:07.30.2015 Page 10 of 11 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, effective as of the date subscribed by the City's designated City Manager. CITY OF FORT WORTH DEVELOPER Walton Development &Management TX, LLC a Delaware limited liability company, in its capacity as a Developer on behalf of WM CTR Sub, LP, the Jesus J. Chapa Owner of the Project, pursuant to that Assistant City Manager certain Lot Development Agreement Dated September 8, 2014 Date: j Recommended by: Name: John Vick Title: President Date: 143L, Wendy Chi- abulal, EMBA,P.E. Development Engineering Manager ATTEST: (Only if required by Water DepartmentSi -�ture Developer) Douglas . Wiersig, P.E. (Naie: DirectorTransportation&Public Works Department n Carman, Director Water Department Approved as to Form &Legality: (JZ---f y`� Hvur'lZIN W. Bin& P,-CWCA A•1��Cn•cice.l Assistant City Attorney %6l/4 ATTEST: M&C No. L' ' Z•7fto5A/V ®� 0020 Date: I l71c l ac F00*4 I ti 5 C"X.-t.h-�&A'. Z.6 I to -35 23 Mary Secreta er ri ry $ o� City of Fort Worth,Texas $ Standard Community Facilities Agreement with City PartiAPP MAL RECORD CFA Official Release Date: 07.30.2015 Page 11 of 11 Uff SECRETARY �—c,WORTH,TX BENBROOK 40 ism LAKE .FORT WORTH A, COLUMBUS z _ w FRANCIS VILLAGE } F- � U m ROCKY a = PHERSO LVD Rodyy FORT Porkk 3 PROJECT w 's' OCATION = FORTH it 0 6 POz ary m IN t..... FOR. F v w M J 11 U OD J M o I- CD v N 0 F T WORT_ CITY .... S ART-FELT 3 �P N _,6 ,`P O0k WEST C -CROWLEY 0 = L P2o[ o a l 1 N Q A� I Q CROW Y-PLOVER 187 ' 0 � WE I S CV c 0 VICIN17 YMAP cf) KTa I Cr ClUST11TOLM TRAHL R CH c SECTHON 2 PHASE 0 r_ LOCATED IN CRTY OF FORT W®RTH9 TEXAS ;_ 0 c DEVELOPEWO R: PREPARED BY: 0 Walton GOODWWR APPREMUTMLAND JAiRSHAM a (V CML ENGINEERS-PLANNERS-SURVEYORS Suite 4775,1445 Ross Avenue Dallas,Texas 75202 ZoosMustangDrive,17)s�Texas—1 0 Phone:(972)713-0000 (OCTOBER, 2015 W LO a: 0 NO w 0 OWW Z L( -3: 0 LU w co A cw jtf z 2 C) CD 0 HIP CA- w Z+ LL N c 0 U) L o 0 0 0 U) U C\j f R I WQ0 U) 0 V=4 LLJWLli Lj < > W 73 Z 0 < -J > _j > < > ED LU W < Elf << <[-- co ��: U) R W (.9 LU LLI LL] (f) Z U) U) Z _j 0 �= 0 0 P z IL (f) 0- a_ U) 0 0 0 5-< a_ w CL 0- w OLL WC) Ok LLj Lj LLJ <0 I x W Lii LLJ LJ Z CD v� � -W-� ( I Q �i Lli L.Li —i LLJ 0 -1 z < <01 3 L o N R(I LOco Om rl TT I IT A ° " p a Z (j) " p ■ W A A p U Osh W w C F y1W p V _ A = 2J N • w A °° U) CL LU R A tl 4 1L1L , R � r a / sntaa�tma P R �, p � ° L e v A A g R O i A � _ tl R � t ! ° a 4 l+ f R W w R p a B ■ P p � u A t R ° A R A R p q ■° A p R ( p R A a B < - Y , ! o q ■ R p p LU w Lu A A p ■ p A R �.., In Q F-W �j W U55 Q Z Q0 DU W QW fn z N> z_ _. _ w V77w WJ (7J W� Q ®r4A r=4 'm aw F-w aW dw z.CD LLJ w a-U)i w� d N a-U) �� oa I co w � w cn � o�z zaJ - LO 0 o C\j D 0 1) .6� I I a: 0 LO IL P 0 W, C\j z 2 ui F TTFFT 111.1 J 0 0 DRWB SIMAMHIP w LL- Z-+U) R C\j 0 2 U) aAIUaVMNVN&l SWH 0 MMM\1 u Lij 0 LLJ g(n LL) LLI r-< W>LLJ LU C� 1�0 C\j N < U :5 Is = U) Q0 < M c 0 7=4 (10 0 LLI f COW LLI>-i LLJ a-< Lu LU 0U) 0-LL, 0 < M(D-i CZ> 05 0 LLJt 0- 0') IL co In w >aw(D x x F%i3 \ Ii m 0 w rN,) L Lu >w cu o \^ m <o m 'i Iz >—w -W C):ii L,,,j oj LU 0_ o 0� Ld -li-ZO< -W w(n < MWa. y�-0 Wz m LLI Q� a- z 0 Cc Y w w< =j'n n-Lo F-U 0 < w-M w Cf 1*1�o 0 0� LLI U)LLJ�--co —j 0- 3: U*3: LO 0 aS C\J LC) CQ 0 P Lo T 77� 17 w C\j pq z z 2 w L ® __ q kV - rA a z s q a 4n 0- w LL- U) ------ - cli U) D CL U / TJ. X. 0 Lli L LL, LLJ LLJ z! O 13 cl Q- z 0 T) 0 C\j C\j 0 f) z o 0 cr 0) LLI (\j z 2 LLI 0 I- on a 0Cl- III LL- z rte- Jall a C\j U") 41 0 j11 U) all. a 9 C\j V 0 v=4 Q a f LLI a1 [41 w < 0 0 Ld 0 -j :j tr Lli Ld Q) 0 (D 0 0 2'- LZL C) a: U) < Z < W -J LU LO 0 C\lj > D C\j LO 115 111; eK F w C\j z 2 LL Z (1) R 1XIA u C\j C) Qo C\j QO v=4 LL) LL, �E Wz w 6-4 w U) W LLJ 0 co 04- IL 0 C) [=4 x 0 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoTtOri COUNCIL ACTION: Approved on 1/26/2016 -Ordinance No. 22060-01-2016 REFERENCE ** 06CHISHOLM TRAIL RANCH DATE: 1/26/2016 NO : C-27605 LOG NAME: SECTION 2 PHASE 1 (DOE 7508) CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Community Facilities Agreement with Walton Development & Management TX, LLC, with City Participation in an Amount Not to Exceed $412,746.00 for Oversizing of a Water Main Located in the Chisholm Trail Ranch Addition to Serve the Chisholm Trail Ranch Addition and Surrounding Areas and Adopt Appropriation Ordinance (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$412,746.00 from available funds; and 2. Authorize the execution of a Community Facilities Agreement with Walton Development & Management TX, LLC, with the City participating in the cost for upsizing a 12-inch water main to a 24-inch water main in an amount not to exceed $412,746.00, to serve the Chisholm Trail Ranch Addition and surrounding areas. DISCUSSION: Chisholm Trail Ranch Section 2 Phase 1 is a development located in far southwest Fort Worth and requires a 12-inch water main to serve its site. The City of Fort Worth is cost participating in the oversizing of the water main to a 24-inch line to serve anticipated future growth in the surrounding area. The City of Fort Worth's cost participation in the construction of said water main is estimated to be $412,746.00, as shown in the table below. Item Developer Cost Citv Cost Total Cost Water Construction Cost $ 994,738.00 $317,496.00 $1,312,234.00 Contingency 25percent) $ 248,685.00 $ 79,374.00 $ 382,059.00 Construction Subtotal $1 243,423.00 $396,870.00 $1,640,293.00 Water Inspection Cost 2percent) $ 24,869.00 $ 7,938.00 $ 32,807.00 Material Testing Cost 2percent) $ 24,869.00 $ 7,938.00 $ 32,807.00 Total Project Cost $1,293,161.00 $412,746.00 $1,705,907.00 *All amounts rounded for presentation. The reimbursement of the cost participation, excluding inspection and material testing fees, is not a lump-sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion Package, commonly referred to as the greensheet package. Cost participation is based on the City's Unit Price Ordinance. This project will have no impact to the Water Department Operating Budget. This development is located COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: http://apps.cfwnet.org/council_packet/mc review.asp?ID=21943&councildate=1/26/2016 2/2/2016 M&C Review Page 2 of 2 The Chief Financial Officer certifies that upon adoption of the attached appropriation ordinance funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 41 59601 0600430 4905420 CO2652 C01483 2016 $396,870.00 IL 59601 0600430 4905420 CO2652 C01484 2016 $7,938.00 1 59601 0600430 4905420 CO2652 C01485 2016 $7,938.00 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 2 59601 0600430 5310101 CO2652 C01483 2016 $396,870.00 '2L 59601 0600430 5330500 CO2652 C01484 2016 $7,938.0 59601 0600430 5330500 CO2652 C01485 2016 $7,938.0 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Randle Harwood (6101) Additional Information Contact: Julie Westerman (2677) ATTACHMENTS 06CHISHOLM TRAIL RANCH SECTION 2 PHASE 1 (DOE 7508) AO.docx Chisholm Trail Ranch Location Map.pdf HB 1295 Form - Proiect CO2652.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=21943&councildate=1/26/2016 212/2016 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos.1-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-3523 Walton Development&Management TX, LLC Dallas, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/15/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. CFA#2015-117; FP-15-0404 Construction of water, sanitary sewer,storm sewer,paving and street light infrastructure 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Vick, John Dallas,TX United States X Robinson, Matt Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. MAGDALENA M.MCCAULEY •a,`tq. 4t,y =•±• •fi; Notary Public.State of Texas •.' MY Commission Expires a; °• March 03, 201: Signatu4 of authorized agent of contracting business entity AFFIX NOTARY STAMP)SEAL ABOVE Sworn to and subscribed before me,by the said /1l f- t`eto r. 1Sd.1 this the ;rJ day of , 20 1(o ,to certify which,witness my hand and seal of office. &InAaP, U T S" ature of officer administering oath Pti ed name of officer administering 96th Title of officer administering oath