Loading...
HomeMy WebLinkAboutContract 43185 (2)CONSTRUCTION REIRIII3URSEMEN T AGREEMENT CYSECRETARV q n CONTRACT NO. )�� CITY OF FORT WORTH, TEXAS BNSF RAILWAY TRACK INSTALLATION ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT This Reimbursement Agreement ("Agreement") made this 2.9 day of March , 2012, by and between Cowtown Pipeline Partners L.P., having its principal place of business at 801Cherry Street, Suite 3400 Unit 20, Fort Worth, TX 76102 ("Cowtown" or "Company") and the City of Fort Worth, TX ("City"), having its principal place of business at 1000 Throckmorton, Fort Worth, TX 76102. WITNESSETH: WHEREAS, Company owns and operates an 8-inch steel natural gas pipeline (the "Facility") in Tarrant County, Texas, said Facility being a part of Cowtown's gathering system; and WHEREAS, City is expanding its Alliance Airport and desires to install or cause to be installed new BNSF Railway tracks in Fort Worth, Texas (the "BNSF Tracks") and City has requested that Company reroute, adjust and/or take protective action on a portion of the Facility (the "Relocation"), in order to accommodate the BNSF Tracks; and WHEREAS, City agrees to reimburse Cowtown for the actual expenses incurred by Cowtown related to the Relocation requested by City as shown on Exhibit " B attached hereto. NOW, THEREFORE, in consideration of mutual promises contained herein, the parties agree as follows: RECITALS: The recitals, above, are incorporated into this Agreement insofar as they contain material elements germane to the Parties. 1. PROJECT DESCRIPTION: Cowtown agrees to provide the City a description of the Relocation, as is more fully described in Exhibit A. The starting date will be fixed by mutual agreement of the parties hereto and the work to be done shall be in accordance with Exhibit A. 2. REIMBURSEMENT BY CITY: A. City agrees to pre -pay Company $ 916,300.00 (equal to 100 %) of the estimated maximum cost for the Relocation, based on Exhibit B attached hereto. B. Company shall prepare, and City shall review, an estimated cost for the Engineering and/or Construction and Field Services necessary for the Relocation. The estimated Relocation cost is $916,300.00 (Exhibit " B "). These costs will be reimbursed by City to Company (excluding the amount Reimbursement Agreement City of Fort Worth & Cowtown Pipeline Partners, L.P. BNSF Railway track installation Page 1 of 4 05-08-12 P03 : 29 IN • OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX paid in A, above and excluding 5% per invoice which shall be withheld as retainage by City) within 30 days of presentation of a statement(s) showing actual costs and supporting documentation of work completed. (I) Should the verified actual cost be greater than the estimated cost, City shall remit the difference to Company within thirty (30) days of the presentation of a statement showing actual costs and support materials. (ii) If the actual cost exceeds the estimated cost by more than Fifty Thousand Dollars ($50,000), City must obtain City Council authorization for the increased payment amount and shall not be bound to the 30 day payment requirement but shall seek said approval as promptly as possible, not to exceed 15 days after receipt of Company's invoice. C. City reserves the right to review and verify any presented invoice or statement for accuracy D. Company shall submit to City within 45 days of completion a final accounting for all Relocation expenses incurred under this Agreement. Upon verification City will remit the retainage held within 30 days after receipt of Company's invoice E. The obligation of the City to make a cost reimbursement payment under this Agreement does not constitute a general obligation or indebtedness of City for which the City is obligated to levy, pledge or collect any form of taxation. 3. USE OF CAUTION: The parties agree to exercise all due caution while causing any work to be done near the Facility in order to prevent damages to the Facility. 4. DAMAGES: Notwithstanding any other provision of this Agreement, in no event shall either party be liable to the other for any indirect consequential or incidental damages, including but without limitation, loss of revenue loss of customers or Toss of profits arising from this Agreement and the performance or non-performance of o bligations hereunder. 5. HOLD HARMLESS AND INDEMNIFICATION: Cowtown agrees to indemnify and hold harmless the City, its officers, agents and employees, against and from any and all liability, loss and expense and shall defend all claims resulting from loss of life or damage or injury to persons or property directly or indirectly resulting from the work performed by Cowtown to the extent such loss, damage or injury, is caused by the n egligence or willful misconduct of Cowtown or its agents or arises out of or in connection with the Relocation on lands owned, leased or controlled by City. As a n ecessary condition for such indemnity to be enforceable against Cowtown. (I) Cowtown shall be notified in writing promptly of any and all claims, liability, loss and expense for which City seeks indemnification from Cowtown, and (ii) (ii) Cowtown shall have sole control of the defense of any and all claims, liability, loss and expense and all negotiations for their settlement or compromise. 6. VENUE AND JURISDICTION: This Agreement shall be governed by the laws of Reimbursement Agreement City of Fort Worth & Cowtown Pipeline Partners, L.P. BNSF Railway track installation Page 2 of 4 the State of Texas. Venue for any action brought to interpret or enforce, or arising out of or incident to, the terms of this Agreement shall be in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 7. ASSIGNMENT: No party may assign its rights and obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld, conditioned, or delayed. 8. BINDING NATURE: This Agreement shall be binding upon and inure to the benefit of the parties to this Agreement and their respective heirs, executors, administrators, personal representatives, legal representatives, successors and assigns, subject to the provisions of Section 7. 9. INGRESS AND EGRESS: City hereby grants to Company the right of ingress and egress across all lands owned, leased or controlled by City as may be reasonable and/or necessary for Company to perform the Relocation. 10. AUDIT: City shall have the right, upon reasonable notice and during normal business hours, to audit and obtain copies of the books, records, and accounts of Company relating to the Relocation for up to two years after the date Company completes the Relocation. 11. SEVERABILITY: In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of the Agreement, and this Agreement shall be constructed as if such invalid, illegal, or unenforceable provision had never been contained in the Agreement. IN WITNESS WHEREOF, this Agreement shall become effective as of the date it becomes fully executed by the parties. Cowtown Pipeline Partners L.P. By: Crestwood Gas Services Operating GP LLC, a Delaware limited liability company, its general partner By: Date: ASH #7/42O/iZ Reimbursement Agreement City of Fort Worth & Cowtown Pipeline Partners, L.P. BNSF Railway track installation Page 3 of 4 CITY OF FORT WORTH By: tippfase Fernando Costa Assistant City Manager Date: s/%�•Z Recommended by: Dougl W. Wiersig Direct , T/PW Departure Appro„ �d s .• Form and Legality: • Douglas W. Black 444t6igurno'ir44;44 Assistant City Attorney0 Vp0900p� O .0 0 M&C: G — 2 �5 � � Attest: ` ) gq Np4 ��' d Date: 5 . ( ,044 � tl° 1440)7: �� �°O�000� Marylkay'e �-�' $ � Aa City Secrets a� A�q.��'a�� Reimbursement Agreement City of Fort Worth & Cowtown Pipeline Partners, L.P. BNSF Railway track installation Page 4 of 4 OFFICIAIL RECORD CITY SECRETARY FT. WORTH, TX otI Inert In LNLIII I ua LhlnL PL4nLNCr Dn.wINcS ;opyr IghtO 2012 by Jacobs Eno lnooring Group, Inc. Firm n2966 SI 2 SHEET 3 hI \, .-_ _: - 7hPROPOSED PIPELINE I — G - 11 I' a z NcrrncacE tP..INc: 0 "EXHIBIT A-1" DATC REV Iex WOc WESTPORT PARKWAY- J O 0 100 eu0 1200 GRAPHIC SCALE iv rEEt JACOBS QUICKSILVER RESOURCES INC 001 Chum Wool Su to 3700, Unit 19 Fort Worth, T% 7e102 JOHN DAY ROAD RELOCATION Cxcum.:IM IDL IDNCD, 4n JOB • wr.anoo D.Io Nence 2Dl LMDGNASPECIFI A7IONRR*R*w. ...CET or 3 COUNTY 8 STATE 9 O O O a ww 0 100 200 30 i pmmiplimmmy GRAPHIC SCALE IN -EET WELL SITE HASLET UNIT PIPE DATA: GAS LINE e" R 0.302•. WT /. API-SL-X50 MATR 2280 PSI6 IJYfTER ONLY) DESIGN FACTOR - 0.5 CLASS LOCATION - CLASS 3 HYDRO TEST PRESS (P.S.I.G.) - 2280 (WATER ONLY) M.AO.P. (P.S.I.G.) - 1440 775 75C 725 700 675 Rrrwwci OPmoINCS Copyright° 2012 by Jacobs En(Ilnoo•Ing Group, Inc. Firm •2966 STr pion N 10801.63. 14 L 2520171.82 BEGIN PIPELINE BEGIN OPEN CO CONNECT TB EXISTING PIPELINE cow Yry TARRANT COUN IY, TEXAS PASTURE 1500 rEET/ 90. 909 RODS A-1132 M.K.P & R. RR SURVEY A-19M2 W.G. FINLEY SURVEY AIL INVESTMENT, LP 1-78 CURVE TABLE I NO. DELTA RADIUS TANGENT LENGTf I CI I 28° 07' 49" I R19.46' I 205. 2R' I 432. 29' BNSF RR ojo0 20' 'ERE CONS- ESACI PI RI 9-75. /a E 2,20162.37 \ fA o-su A I p•cu -1•041.20 xmU 1+00 »00 LPROP 30' r GAS ESM'( All INVESTMENT L.P. VOL. 13697 Pd. 49G 0° 39.2.31 Ac RIITERAIL _�= CENTERLINE LINE PC STA v«n. 40 E ZR0A3B. 0262 b V \\ C,I F,,✓ / EXs LINE 20' TEMP \ (%1Y :% CONS1 LSMT ---.8\40: A. NOTE' THE EXISTING GAS LINE BETWEEN STATION 0"00 TO 12471,40 11AY RCMAIII IN PLACE AND BE USED FOR TNI: ALIGNEMNET PROP 30' GAS ELMT 408 n.WrCHCNE on anvr LC L+ ACCESS ROAD 5 :o r rt L of I0 X-SECTION AA1190, M.K.P FINLFYRSURVEYY INTERMODAL CONTAINER YARD, LLC P" M1 .1 IDYL 0.00 I-00 2.00 3.00 4,00 5.00 6.00 1.00 9•00 9.00 Imo() I1 DO 12 OD IJ 00 74 00 15 00 REFERENCE MIMIC "EXHIBIT A-2" MATE R[VISEON YAMC CRC. APFD. NOTE. 000PDINATCS LISTED APE BASED ON US STATE PLANE NAD 1903 COORDINATES COBS" COWTOWN PIPEUNE PARTNERS, LP 775 50 725, 70G 675' 801 CAory Street sullo 3700, UnI10 Fort Wont, TX 76102 JOHN DAY ROAD RELOCATION sulo JOB • rr.05n04 n¢nrD. ST. OE:ILNCO. 51« ono N.PCR 201 TOGNSSPECIFI CATION44ea1wx4 ;Mar z Cr 5 CC'INTY & STATE ° 0 „ S PASTURE 507 FEET/ 30. 72f RODS A-1132 M.K.P & R. RR SURVEY A-1902 W.G. FINLEY SURVEY AIL INVESTMENT, LP 0 100 200 300 a 11=1111111110111 GRAPHIC SCALE IN FEEL STA I7- 1 TIE- ---4.14tuSlP.N LIT II 7C4 • E 2320900. 69 n3 PT STA, 1R+01 E / J '0' TFMPJ CONST FSMT STA 17+29.50 N 9L E 2320877. 25 NORF EXIT POINT A-1132 14.14 P F R. RR SURVEY A-190P N.c FINLEY SURVEY A1L INVESTMENT. LP +, STA 164,j. PIPF DATA: GAS LINE 8" R O. 322" WE API-SL-X60 MAT, 2290 P51G f WATER ONLY NOT 10 XSECTION DESIGN FACTOR - 0,5 CIASS LOCATION = CLASS 3 HYDRO TEST PRESS (P.S.I.G.) s 2280 (WATER ONLY) M,AO.P. (P.SJ.G.) = 1440 750 4114 MIN 725E 700 675 650 15 00 16 00 RI I It 00 I 8 00 Siw o\ ROW 139 FEET/ R. 49/ ROCS A-1132 M.K.P & R. RR SURVEY 4-1902 W.G. FINLEY SURVEY CITY OF FORT WORTH wP 4-1132 M.K.P & R. RR SURVEY 1902 M.G, FINLEY SURVEY INTERMDOAL CONTAINER YARD. LLC STA 23+gn TIE IN PnlNr N c 7V 041406.40u E 2324-14S.105 PROPOSER ' r50' ALV ATE TARRANT COUTY. TEXAS 5 sY DASTURF '756 FEET/ '06.424 RODS A-1132 M.K.P & R. RR SURVEY 4-1902 W.G. FINLEY SURVEY AIL INVESTMENT. LP PE -'5 CA N N. SJ, A-1132 M.K.P h R. RR SURVEY A-1002 N.G. FINLEY SURVEY ATCHISON b TOPEKA .4 SANTA z'E RR rxlS,T 30' COW1oWN cast 0E54 .b+m JtoO tO+Uo t9+1�'T}p—'�'L'UO ,'Snj1(•)) (• J,�,+.,.._.,...,�VV y�V n•)''>J;i:>c%;:o^;1O';o: r:4>;eo'T::ooc:r`^a9:. gel.( rt.l l:.r 20' TEMP 15,) CONST ESMT Ir `I. PI STA 73+17 N -701464. 1') E 2321462.90 EWE ENrMY POINT STA • +1 -I ND UT•FIJ A-1132 M.K.P & R. RR SURVEY A-1402 M.G. FINLEY SURVEY AIL INVESTMENT. LP E 2322515.69 IN PflIN1 IIM.P RO GG ' NOT TO tC X-SECTION APPRO, IMATE CENTER. INE NN7,- OF GEEA r- kU TORE , RAIL CLNIER NNEr- _ `1_ Zn PROP'30' P. 1-ruTuPC BNSF POW \ 4GAS/SMT �2 I1+uu JS4DD ]U+UD Sl+uo SO+ao ,y1J11 ROW 425 PEET. .75 RODS A-1132 M.K.P & R. RR SURVEY A-1902 W.G. FINLEY SURVEY STATE !OE TEXAS / r.AS LINE EXISTING DEVON GACLINE STA 37547. 43 II 104 ILO/. 1U E 2 22411. 46 PORE EX IT POINT 1 wad es 3 C., rL mu JOHN DAY 40 no Y� — 5............ -pp_ rNA'JAL 0' CV 9' 7«<s (1e - - �— EMPWa c [. x Pro PP DEL xc �' C[uN l Fr ... , OUR cc n r r r� ', RSA' ONC , J 19.00 LLIALifi 20 00 Porwwa m*WINcs Copyright° 2012 by Jacobi Enpinnoring Croup, Inc. Firm •2966 21 00 LUTLALAL 22 00 23 00 24 00 25 00 26.00 xcrwmcc DnAWI N05 2/ 00 26 00 26 00 10' 00 J1•00 "EXHIBIT A-3" DATE 32 00 JS 00 PCVISION 14 00 J5 00 3e'00 1/•GO CITE 38•00 31•00 STA`4'. 127 cL h ' . eL / 4` on x 40-00 4r•00 NOTE/ COORDINATES LISTED APE 3ASE0 nN u5 STATE PLANE TAD 1903 COORDINATES A 4e 75 41 E 2 33]5. 99 _1280, 11 ENTRY POINT STA 41+27 F7 TIC IN POINT /OE), IN ULLII N 7041167, 00 E 2323257. 97 OE 42 00 4 t 00 JACOBS ILL 1750 725 700 675.' 650- COwTOWN PIPELINE 901 Chorry Snot/ PARTNERS, LP Soilo 9W, Unit 19 FonWotlh TX 76102 JOHN DAY ROAD RELOCATION .c u:r r -m cxcaEJ..Tn IDCJInan . sTW Jox • nr+cs000 DAM Ue4Cx 2012 d+DGN9SPEC I F ATIONW-r44*W I,n ;TW 'HUT 3 Or 3 COUNTY 8 STATE 0 O TARRANT COUNTY. TEXAS PASTURF 182 FEET/ 11.030 RODS ABSTRACT 1132 B. HALL-NANCE - G RANCHES LTD B O a aj W. W mq 0 100 200 300 RIM GRAPHIC SCALE IN FEN CROSSTE' PYL-I 775 750 725 700 675 DEVON POI. rt% ETD P\L PIPE DATA: AS LJUE AP §c-B402Vo NT MATP) 2267 tr.LIL 11VA TEO ONLY) DESIGN FACTOR = 0.5 CLASS LOCATION - CLASS 3 HYDRO TEST PRESS (P,S,I.G.) ® 2280 (WATER ONLY) M.AO.P. (P.S.I G.) = 1440 ILI N. REFERENCE RPARINc; B,. CU IC✓SI VER P` LLNLI I) up UPI AL Copyright° 2012 by Jacobs Englnooring Group. Inc. Firm "2966 AP^RO I LDCAT D, DINE VOLV STA 0+00 N lLU/45B. 0t t / ifll l.S_ BEG III PIPELINE BEG RI OPEN CUT CONNECT 1-0 EX 6TIN PIPELINE APPRB' IMATE LPL>) IVI) Ur RP CONTROL BOX c RErrBEN[[ rRAAPN..5 Lia E) B" DUI CVSILVER L-' DE10N P\L ABSTRACT 1.122 HALL-NANCE RANCHES LTD 0 9.92 21 319E15i15. 92 SPA I+R2.44 /03N103. 0± 2319732. 1x IID PIPELINE ND OPEN GO OMIECT TO EYI0TING PIPELINE VON p\L BNSF RR BNSR RR 0•00 ASHRAM- 1132 AIL INVESTMENT. L.P. firien AL CR:uxo ONb 1, IP[ 1 00 2.00 "EXHIBIT A-4" OATC REVI.ION Menu I0. NOTE' COORDINATES LISTED APE BASED ON US STATE FLANS NAD I9E] COORDINATES JACOBS )D rev 7 25 700 E75 J COWTOWN PIPELINE 801 Cherry drool PARTNERS, LP SulIo 3700, Unit le Fort Worh, TX 76102 JOHN DAY ROAD RELOCATION :uL., Mr-"ilt CRLCQLrt STI DEEPENED, STA JOD • .r.,,_noo OATEt MADR et $.0GN1SPEC I F ICATIONx4*t444 Crestwood` Coding Exhibit B Cost Estimate Crostwood Midstream Partnere LP 7/11/2011 13NSP Relocate Project for 4,000' of 8" pipe, 1,200' HOD and associated connections and fittings. To be 100% reimbursed by BNSF. Description 861.001 Mobilization/Demobilization 861.001 Base Lay • 8' OD Pipeline 881,001 Purge & Hydrotest 881.001 Test Station Assembly/ Installation 861.001 Clearing brush for ROW 881.001 Lino Marker Assembly / installation 861.001 Line Crossing 801.001 Support & Paint 861.001 As•bullt Survey Total: 861.005 Miscellaneous / Extras Total, 861.008 Project Management Total: 861.007 Miscellaneous Materials & Freight Q approx 3% Total. 861.013 861.013 881.013 Pipe - 8 6(8" OD FBi; Pipe • 8 5(8" OD ARO Rock Shield for 8' pipe Total. 801.020 Miscellaneous Fillings & Pipe for Pipeline, UR, MLV & etc. Total: 861.021 861.021 801,021 Launcher 8" Receiver - 8" Install Launcher & Receiver - 8" Total. 861.022 Higlwray Crossings Total: 861.024 Ball Valve, 60011.8" Total: 861,025 Engineering, Design, Drafting, & Permitting Total: 861.026 Directional Bores Total 881,030 Site Restoration (Mulch, Seed, ete.) 861.030 Excavation /Total: 861.045 Rook Ditch with Rock Shield lay Total: 861.051 Inlet Separator (one for each sales meter) Quantity Unit 0 Lot 4,000 ft. 1 Lot 3 ea. 0 ft. 16 Lot 6 ea. 1 piece 15 bay 0 Lot 0 Lot 0 Lot 2,800 8. 1,200 fl. 2,700 (1. 34 Lot 0 Lot 0 Lot O ea O ea. 0 ea. 0 Lot 1,200 ft. 15 Lot O Day 2,700 A. Unit Cost Amount $2,500 $20 $1,060 $500 $10 $500 $2,500 $5,000 $750 $2,600 $1,000 $9,822 $44 884 $6 $5,000 $50,000 $50,000 $60,000 $30,000 $8,000 $1,000 $85 $2,000 $2,000 se $o $80,000 $1,000 $1,500 SO $8,000 $15,000 $5,000 $11,250 $121,750 $0 $0 $0 $0 $0 $0 $133,364 $70,140 $17,537 $221,047 $184,025 $184,025 so $0 $0 $0 $0 $0 so $0 S0 $0 $102,000 $102,000 $30,000 SO $30,000 $21,600 $21,600 $0 Total: SO 0 ea. $27,600 Crestwood` Coding 861.080 861.080 861.080 061.080 861.080 861.080 861,081 861.090 801.000 081.003 661.003 861.003 861.004 861,094 801.094 864.001 664.002 864.003 864.004 864.004 Cost Estimate Crestwood Midstream Partners LP 7f1112011 aNsr Relocate Project for 4,000' of 8" pipe,1,200' HOD and associated connections and fittings. To be 100% reimbursed by UNSF. Description Sales Meter • 12' Meter Skid Sales Meter - 6" Meier Skid Sales Meter - 4" Meter Skid Sates Meter - 3" Meter Skid Gas Lift Meter - 2' Meter Skid Meter Installation Total: Flow computer Total: Rectifier Equipment Rectifier Installation Total Fabncation Construction inspection X-Ray Services Total: Erosion & Sediment Control Items Aerial Survey Environmental Compliance Total: Pipeline -Agent Services Total: Pipeline • Legal Services Total: Surveying Total: Easement (ROW) Lease - Meter Site (ROW) Total: 864.026 Engineering Services - Acquisition 064.025 Engineering Services - On -Site Rep. During Construction Tote': 061.005 Subtotal: Miscellaneous & Contingency r€ 10% Subtotal: Total Estimated Cost: Quantity Unit O ea O ea O ea 0 ea O ea 0Lot o ea 0 Lot O ea. 6 Day 26 t.ot 23 Day O Lot 0 Lot Oft. 10 Lot 10 Lot 4,000 Q. O ft. 0 Lot Oft. Oft. Unit Cost Amount $49,000 $23,000 $12,600 $0,700 $3,700 $4,000 63,600 $30,000 $15,000 $7,500 $1,600 S1,000 $1,000 $16,000 $2 $1,000 $1,000 $3 $20 $5,000 $1 $1 $0 $0 SO $0 SO $0 $0 $0 $0 SO $0 $00,000 $37,600 $23,000 $120,600 $0 $0 $0 $0 $10,000 $10,000 $10,000 $10,000 $12,000 $12,000 $0 $0 $0 $0 $0 $0 $832,022 $83,292 $916,214 SO16,300 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/1/2012 DATE: Tuesday, May 01, 2012 REFERENCE NO.: **C-25585 LOG NAME: 55AFW RWY EXT UTILITY RELOC_COWTOWN PIPELINE PARTNERS (BNSF) SUBJECT: Authorize Execution of a Construction Reimbursement Agreement with Cowtown Pipeline Partners, L P , in the Amount of $916,300.00 for Relocation of a Gas Pipeline as Part of the Runway Extension Project at Fort Worth Alliance Airport (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize execution of a Construction Reimbursement Agreement with Cowtown Pipeline Partners, L P , in the amount of $916,300.00 for relocation of a gas pipeline as part of the Runway Extension Project at Fort Worth Alliance Airport. DISCUSSION: This Construction Reimbursement Agreement is required to pay for the relocation of certain Cowtown Pipeline Partners, L P (Cowtown) gas pipelines to allow for the realignment of the Burlington Northern Santa Fe Railroad (BNSF) Main Line as a part of the Runway Extension Project at Fort Worth Alliance Airport. In order to construct the new runway extension, it is necessary to relocate all private utility service conflicts located on the proposed BNSF Main line. Cowtown has 3,600 linear feet of eight inch gas pipeline that will need to be relocated to allow for the relocation of the BNSF Collector track. The utility facilities will be relocated by Cowtown and it will be reimbursed for the agreed upon amount. Federal Aviation Administration funds from Runway Extension Grant 3-48-0296-33-2007 will be used for this Project. Existing land credits that remain from the original land donation for Alliance Airport will be used for the City's five percent inkind match. This project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airports Grant Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers GR14 541200 055218451710 $916.300.00 CERTIFICATIONS: Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Denartment Head: Additional Information Contact: ATTACHMENTS 1. 20120419 JohnDavRoad.ndf 2. 960 Cowtown Waiver.ndf 3. 960 Utility FAR (4-4-121.ndf 4. Available funds 218451.doc Bill Welstead (5405) Ruseena Johnson (5407) Patrick Buckley (2443)