Loading...
HomeMy WebLinkAboutContract 28274���`Y ���R�Af��° � �C3�6`��P�C7" �i� n _ �. {�.�� AGREE�Eli�T' FOR �1CQUI�ITTQ1� �1�TD RELUCAT�Og: �ERVICES WHEI�EAS. DFW Advisors Ltd. Co._ ("Contractor"), proposes t� furnish prafessional sezvices to acquire £ee simple interest5 of real property on beh�lf of Tl�e Citv of Fort Wc�rth. Texa,s. ("City"} far acquisition and re[ocation S�N10E5 at Meacham Tnternational Air�ort. ("Project") in complian,ce with a�l City, Federal, and State procedur�s and descrip�ion of work, terms and conditions hereinafter described. V�i'H�REA�, the Contractor representtis that h�lshe has the exp�rtise to pexfoxm the services of fee simpl� acc�uisitiQns in accardance with stat�dards required hy the United States Federal Aviation Administration (FAA) and the Texas State Department of Transportation. 1�TOV�' THEREFORE, Contractor and City agree as follows: The Contractor shall perform such services in connectiQn u�ith the Project and be campensated therefore in accordance with the £ollawi.ng articles of agreem�nt: , I. OSLIG�ITIOI�T� OF COleTTRACTOR A. Contractor wi11 acquire t�e Property cantained in e�hiibit "C" {the Rval Property) on behalf of the City and supervise the Projeet in accordance with the te�-ms of this agreeinent. B. Contractor shall be famiiiar with all pro�edures required ta acqu�re necessary r�ai prbperty interests in accardance with City, Federal, and State law and pracedures and Federal regu[ations when apprap�iate. Cantractvr will administer the pro1ect in accordance with the Uniform Relocatioan Assi�tance and REaI Praperty Acquisitions Policies Act af 1970 (as arnended} and imple�nented by the Unit�d Sta�es D�p�,rtment of Transportatian in 49 CFR Part 24. C. Contractor sha11 prepare and del�ver aiI dacuments necessary to convey to the City �alid titie to the need�d real property interests and repo�t results of negotiations af the project. All c�nr�eyance documents shall be presented to the City Attorney for revi�w and approval of Y.�.e traatsaction before payment o� funds io the owners as required by FAA instnictions. D. Con#ractor ahall make personal contact with each interested party {owner or tena�t} ta acyuir� va.�id �'ee simpie acc�uisitians and perform its services as showt� on the prajecr map or as instructed in writing by the City. Contractor sh�ll arrange survey services, but not individu�t surveys of each parcel, and shall pra�ide an Exhibit "A" Property Map ir� aecordanc�e with attached Appendix "E". �6� �.:`-_ -'"���.- ���il'��.1 INF�';� "'��+Ilil� „i. E. Contractor, no later than the second eontact, sh�.11 e�lain the compensation offer orally and in writing to the real property owners an� request execution of 8��T4�)f1�.�C conveyanee by the owner ta City of needed property riglxts in con�ideration of ti�e amount of th� offer made. F. Cor�tractor in negotiation shall per%rm only ta the lirr�t af au�thority de�ineated by the txtle reports, �roj�et maps, de:iermination of fair market v�lue, manual of procedures, �cqu�sition schedule, and/ar writte:� instnictions issued by �he City and the F1�A. G. Cantractar shall main#ain a eomplete, legible diary of each contact to include the time, pIace, a�ount of offer, person(s} to whom offer was made, aU parties present, aud oumer's response in a form approv�d by the City. H. Contractar s11all obtain rel��se of alI liens or encumbrances necessary to vest valid ti#Ie ta required praperty rights to the City. I. Contractor, on ar before tlz� date designa#ed in Article IX, hereof, shall furnish transmitial o� diary, m�iscellaneaus carrespondence, escrow instructians, and valid conveyauces pursu�nt to all negatiated transactions, or written recommendations regarc�ing fitture negatiations in t�ase cases where settlemen� �ailed. All work shall be submitted as compieted to City af�tcials for aeaeptance or rejection. Cantractor sh�ll abid� by decisions made by the City on questions �oncerning acceptability af any work performed on the project. All dscisions made by the City are final. K. Contractor s1�all correct any deficient wark perFvrmed by him/her on the project �nd deliver corrected work to tk�e City at 1ai�/l�er own expens�. �orrected worl� shall be delivezed to the City at t�e City o�ce within 15 days frvm date of re�uest for carrectian af item. ' L, Contractar shall . be ava�iable for consultation (including, but r�ot limited to discussion o£ diary notes and acquisition e�ents) wit� City and Federal repr�s��ta�ives after completian af thi.s cantraci, should the need ari�e. Said consultatian shall be cantracted for by a separate agreement in accordance with City policies, and sl�al� not e�ceed those r�,#es set farth in Pazagx'aph N. M, The City, the Fec�eral A�iation Administra.�zon, tkte Comptroller General of #I�e United States, or an�r af t�eir duly authorized repre�entatives, s�a1� have access to any books, documents papers and records that are directly pertinent to this praject for the purpose of making audit, examination, excerpts, and transcriptions, N. Cantractor shall �ign and date, upon comple�ion of the successfe�l acquisition o£ fee simple title an each parcei the follow�g statement: "I hereby certify that the written instruments secured and fo�warded herewith embody all the considerations agreed upon hetween me and tk�e Property Owner; agreement an said 'snstruments was reached withvut coercion, promises other than those shown in the instruments, or threats of any ki�,d whatsoever by or ta either party; I understand t1�at the property acquired is for use in conne�tion with a Federal-aid groject; I h�ve no direci or indirect present or contemplated fuiure per�onal interest in the pa.�rcel or 'sn any benefit fram the acquisitian oi such property." II. �BLIG�I.TI�R�� OF CITY A The City sha.11 fur�sh applicable manuals af p:racedures, appropriate policy directives concerning procedures or expense reimbursement for ma�ters not under Cantractars fee, deviafing instructions in writing, acquis�tion sche�ule, and answer questians by the prape�tq owner during the phase o�' negotiation. B. The City sna11 review and accept or reject any wark �erformed by the Contractor on the project in thirtv (34� days or less fram �he date oireeeipt by �e City. C. When deemed necessary, d�t�rmin�d by the sole discretion of City, the City will provide funds far appraisal r�view and escraw charges. Payments to awners wi� be made into escrow in accordance with join� escrow instructians. D. Jf City de#�rnun�s the property requires additianal en�vuonmen�al investigation, Contractor sha�i not acquire t�e property u�nti�i the praperty c�wner has cleared or dispased of hazardous materials in compliance wi�in government requirements aind as c�eter�uned by the City. III. CUI�TRACTOR'S RESPO�T�]BII�TTIE� Contractor will perform the fol�ou�ing services under this ag�reement: A. Order Pre�iminary Title Reports fram title company, and arrange for ciosing in escrow wiih th� titte company. The conxractor will furnish a policy of title irisuranee insuring the City wit1� claar titl� to wha.tever the degree of acquisition is required. B. Contractor will ob#ain a`�'hase 1" Environm�ntal r�port that will include the entire Phase 1V A area and a1� parcels therein. G Contractor will nbtain a,ri appraisal oi each parcel to determirte the purchase offer price. The appraisals �ka�I be standard "UAR" for�.t and type and shall only address valu� fram sales compari�ons; na inform�tion need be included o� r�placement cost or income approaeh. Appraisals will be furnished to review appraiser hired by ��e City and a final just compensatian value agreed upon between app�a�ser and reviiew appraiser. I]. Persvnally negotiate with propert� owners in a timely manner and mal�e a mirumum of two (2) repeat calls (after the irutial visii) uiatil the awner agrees ar rejects the written affer. The written offer will be delivered in person or by "Certified Mail" with re�urn rec�ip�. The property owner shauld be ad�is�d that the conde�ntiation procedure wi1l be ins�ituted in the event a mutually �greeable just cornpensation asnount is not establish�d. �. Completed acquisitions wi�l be placed in escrow with instreictions signed by ihe City with the ow�er. Assist the escraw carnpat�.y u�til the transaction is closed. �f condemnation is arequired, prepare the file for such action anc� return it ta the City for further disposition. F. Keep in close contact with the City and provide regular �rogress repnrts. Upan decisions that need to be made by the City during the acquisitio� and relocation process, includ�ng Last Resort Housing, th�re will be detailed explanation and alterna.�ives provided far the City and FAA �o make its decisiozz. G. Pro�ide relocatian services to assist residents in obtaiming information on ti�e purchase or leasing ofrep�acement housing. H. Contractor will ba responsihle for boardir�g-up the improvements and the securing of each parcel acquired un�til the P�,se PV-A ar�ea is fenced and under aiiport contz�ol. The fencing of the perimeter of the pareels acquired wi�I be the responsibi�ity of the ContFactor, and will be compatible vv�th the existing fencing now securiz�g the airport property. i. Contractor u+i11 b� responsible for the aversight and super�ision oi ths demalition a.nd removal of all the improvemenis on parcels acquired, based on a separate contract to be negatiated between the City and a T]emolirion Contractor. J. The Contractar may lease office space at Meaeham In�ternationxl Airport Terminal Building by signing a separate lea.se and paying t�e agreed market rental amount as deternxined by the Meacham Airport Manager. Cantractor will be required to set up and pay �or telephone service and acquire a#�ice supplies. Cornputer equipment, copier and desks used during Phas� III acquisi�ions will be ava�able for Contractars use. 4 ; �. if the Phase T Environmental Repart indicates a need, determinEd by the sale discretion af the City, the City will abtain �nn envirorunental assessment report an such parcel, and apprise the City of any �azardaus rnaterials that rnay exist. T�e praperiy sha11 not be acquired until t�e property owner ha.s cleat�ed or disposed of the haz�rdous mat�rials in cornpliance with applicable government require�nents. PV. CO1�rrYPE��ATI�1� TO THE CQI�TTRQ�CT�R The Contractor sha11 be c�mpensated and reirnbursed in accordance with the attached `BUDGET FORECAST — PHASE IV-A (an the Meachacn Airport Mitigation Maps) labeled a5 1��L,�illsl'�' ��S"� C011ZPE1�TSATIOI�T SCHEDULE. '�he City may inc�ude additional parcels or delete parcels during fhe life a£this contract. Reimbursement in the amount specified herein sh�l constitute full ca�npensation far all wark per%rmed as well as a11 �upervisian, iabor, supp�ies, and rnat�ria,ls. Natwithstanding any pravision herein to the c�ntrary, CQntractor's campensatian sliall no� exceed $925.625.04 withou# prior written approval of City. The Billing �tatement, in tbe £ormat attached to and incor�ar�.ted with EXHiBIT "�", will be submitted an a monthly basis hy the Cc�ntractor for approv�.l and payrnent by the City. Appraved Payments will he processed wit�in 30 days af receipt of the mantl�tlq s�atement. V. IIiT�URAl�CE REOUIRE11�L1ETT� (a) At all times during the term a�t�.s Agreement and t.�roughQut any extension periads, Contractor sha1l abi�,`sn, maintain, and pay all insurance premiurn costs for and furnish certificate{s) of in surance to tt�e contract �,dministrator designated by the City of Fort Worth's Real Proper�y D�vision Manager. (b) Contractor's certi�iicate{s) �f insurance sha[1 specifically reference tk�is .Agreement and state that all insurance requirements as specified hErein have been met. (c) Required insurance coverage's and limits thereaf �ollow: Workers' Cnmpensation insurance * statutory li.mits * �mployer's liabilii,y � $1,000,000 each accident � $I,OQ�,000 disease each person • waiver of s�brogatioz� an far�or of City of Fort Worth 2. Commercial General Liabili#y Insurance � $1,000,400 each oacurre�ce * $2,000,004 �.ggregate limit � Endorsed to cover enviro�mental impairment liab�iity or a separate EIL palicy 3. Business Automobile I�surance � $500,000 eac� accident � the palicy shall be endorsed ta i�clude coverage far "any auto" used in the scope of Contractor's services and operations contraeted herein. � coverage extended to include passengers � coverage app�icable regardles� of vehicle operator 4. Other insurance rec�uirements a. Each policy of insurance required herein sha�I �e endorsed ta pravide the City wi�h a muiniamum #hirty (30} days notice a� cancellatxon, non-renewal, and/or material change in policy temns or covarage. Such notice shall be delivered to the contract administrator designa#ed by the City of Fart Worth's Reai Prop�rt� Divisian Manager, A ten (10) d�y notice shall be �,cceptable in the event 4i non-payment flf premium. b. T�e cancellation or other terrnination of any policy of insuranee required herein shall be cause for termi�ation of the Agreem�nt far service granted hereunder, unless another insurance policy complying wi�h the provisians of this section shall be provided and t�e in fuil force and effect at the time af such ca�cellation or other terrnination. Liability in�surance policies required herein shall be endorsed to include the City oiFort Worth as an additional insured. Additional insured parties shall include employEes, officers, officials, agents, and volunteers ofthe entit�es listed. Such caverage mus� provide for all caniractua� liability to the City undertakEn by the Cantractor resulting from this Agreement. d. Any failure on part af the City af For� �V4rth to request certi�icate{s) o£ insurance shall not be construed as a waiver a£ such requ'srement nor as a waiver af the insura.nce raquirements themselves. e. Ixlsurers af Coritractor's insurance policies shall be licenseci to da busineSs in the state a�Texas by the Texas Department of Insurance or be otherwise eligible and authorized io do husiness in the state of Texas; such insurers sha11 be aeceptable to the City insofar as their financial strength and solvencq and each such cpmpany s�all have a, ci.�rr�nt minimum A. M. Best Key Rating Guide rating of A:IX or othe:r equivalent insurance industry standard rating, f. insurance policies praviding caverage's requir�d herein shall contain na exclusions such that ha.zar�s commensurate wi�h the services and operations contracted herein are not cavered by Contractor's insurance. 6 g. Deductit�le limi�ts on insurance policiea sha11 not exc�ed $S,QOQ. per occurrence, or per c�aam, or per accident unless otherwise approved by the City af �'ort `UVarth. h. The City of Fort Worth sha11 not be responsible for ihe direct payment of insurance premium casis of Cantractor's insurance, i. Th� City of Fart Warth reserves the right to require Contractor to provide full eopies of tb.e latter's insurance policies within a reasonable time from ihe date oF such request. VI. SOCIAL �C�TY Al�TD �THER T�ES Contractar assumes full resp�nsibiliiy %r the payment of all taxes (including but not limited to use, sales, and income taxes), fees, (icenses, excises, or other payments required by any City, Federal, or 5tate Iegislatian which had been en�ted or will be enacted during th� term of the contract. The Con�rae�or must also meet t]�e requirements of all rules or regulations tha.t have been or may be promulgated in cannec�ian with the prvject under eontract. VII. DAI�GE CLAIl�S_Al�ill Il�TDE1�iI1�TII+'IC�ITION CO1�tTR,t1CTOR �OVE�TA►�1TS A.�TD ,AGREES TO A.ND �DOES HEREBY Il�dDEI�IFY, HOLD HARl'V�LES� AI�TD DEFEi�TD, A�' ITS O�Jl�T E�PEI�iSE, THE CITi�, IT� OFFICERS, AGEIiTT�, �ER�T�TT� h�TD ElV�PLOYEE�, FRQ1bI Al�TD AGAI�TST A1�TY Al�TD ALL CLAII�� O�t. �iT�TS FOR PRUPERTY LOSS OR DAI�IA�� A1�D/4R PERSOI�AL Il,iJURY, Il�CLTJ�DII�TG DEATH, TO AI�TY A1�TID ALL PER�Dl`TS, OF �WH�iTSOEV�R �D OR CHARACTER, V��HETH�R REAL OR .A�SERTED, A.Ri�Il�TG OUT OF OR Il�T C�1�11�TECTIOI�T �ITH, DIRECTLY 4R Il�TDIRECTLY, THE VF,�ORI� �PiD �ER�CES TO BE PERFORII�ED BY THE COPTTRACTOR, IT� OFFICERS, r�GE�iTT�, E�1iPLOYEES, �UBCOI�TTRACTOR,S, LXCEI�T�EE� OR Il�TViTEE� APTD CAUSED BY THE ALLEGED riEGLTGE�iTC� QF THE C41�TTRACTOR 4R THE ALLEGED +COIiTCURREI�TT RTEGLIGEliTCE OF THE C�TY Al�D THE COI�TTRt�CT4R; PRQD�IDED THAT TffiS Il��Ii�lIIFICATIUl�d DOES IiTOT COVER CLAIIVIS, �UITS QR DA�GE� CAUSED BY THE 50LE N�GLIGEl�CE OF THE OFFICER�, AGEI�TTS, �ERV�T� OR EIVYPLOYEE� OF THE CITY; AI�VD SAID Cd1�TTR,�CTOR DUE� HEREBY COVEI�TAAIT A1�TD A�REE TU A��UIVIE ALL LTABII.ITY �TD RE�PO�TSIBILITI' �F CT�'h', IT� OFI'ICER�, A,GERTTS, SERVAI�T� �ilirD E1IZPLOYEES FOR �Y AI�fiD ALL CLAIl�iS OR �UITS F�R �ROPERTY LU�S OR D�'iAGE �AIeTD/OR PER�OloTAL Il�TJURY, Il�TCLUDII�G DEATH, T4 A1�TY AllTD ALL PER.�O1�T�, OF �►'HATS���EIr �PTD aR CHARACI`�R, �HETHEi.t REAL OR AS�ERTEI�, AR[�Il�TG 4UT OF QR Il1T COI�TI�TECTIQ� '@�JITH, DIRECTLY OR 7 Il�'DI�3ECTLY, THE WORI� Al�D SER�I�ES TO BE PERFORI�ED BY THE COIiTTRr�CTOR, ITS OFFICERS, AGE1�dT�, EIVYPLUYEES, �iTSCQ1�TTRA.CTQR�, L�CEI�TSEES OR Il�T�ITEES �1�TD CA.U�ED BY TAE ALLEGED 1�EGLIGENCE QF THE C4N�CTOR 4R THE ALLEGED COI�TCiJRREl�TT �EGLIGEI�CE OF THE �ITY �TD THE COli�TRACTOR; PRQ�TIDED TAAT Tffi� Il�TDE�TIF�CA,TI�1�T DOES RTOT CO�TER �Il1+�S, SUIT�, DA1I�YAGES OR I1�IJURY CAUSED BY THE �OLE I�IEGLYG�NCE OF THE dFFICERS, A�E1VT�, �ERVAl�TS OR E11�IPLOYEE� OF �HE CITY. C��TTRACTOR LII�E�ISE CO�EI�TAFTTS ��l AGR�ES TU, AI�D DQE� HEREBY, Il�DEI'V�T�'Y A►1V�ll HOLD HARI�LE�� CiTi� FROI� AI�D AGAIl�TST A.�TY AND .�LL II�JURIE�, DA1�l[AGE, LO�� OR DESTRUCTIOI�T TO PRQPERTY OF CITX DURII�iG THE PERFOR�AIi�CE OF �il� OF THE TERNI� �I) �OlVDITIO�TS OF Tffi� C��TTRr�CT A1�TD CAU�ED BX THE ALLEGED 1lTEGLIGEI�G'� OF THE COI�TRACT�It OR THE ALLEGEI) CQRYC[TRREI�T 11�EGLIGEl�TCE OF THE C�TY ARTD THE COIVTRACTOR; PROVIDED TNAT 'I"HCS Il�1DEl�IFICATIUI�d DOES 1lTpT CQ�ER CL.A.�MS, �UITS, DA1�A►G�S QR I1�TJURY CAUSEI) BY THE SOL� 1�EGLIGEI�CE OF THE OFFI�ER,�, AGE1�T�, �ER�ART� OR E1�IPLQYEES OF TH�+ CITY. l�TOT�II�TG Il�T THIS CO�lT'�RACT �HALL BE COliT�T1tUL�D AS CREATIl�TG AI�Y LI.�BILITY Il� FAV4R OI` AI�iY �'r�_��c,� PARTY AG��T THE CITY. FURTHER, TffiS AGREF�i1�IE1�"i' SHr�LL 1�E�R �E CQDI�T�TRUEID .�1.� REI.�IE�G A,1lTY i n� P�1RT7� FRO1Vi AI�TY LI�BYLITY ,�Gt�II�TST THE CITY. VIII. 1�TO1��DTSCRI1�riIl�TATIQI� Title Vi Assurances: During the �erformance of this contract, the GontraGtor, far itself, its assignees and �ucces�oxs in interest (hereinafter re%rr�d to as the "cantractor" } agrees as fo�lou+s: � A. Compliance with Regulati�rns. The cantractor sha11 camply with the Regulations relative to nondiscrimination in Federa,�ly assisted programs of the Department af Transportation {hereinafter, "DOT") Title 49, Code of Federal Regulations, Parrt 21, as they may be ame�ded from time ta time, (hereinafter refer�-ed to as the Regulations), wluch ar� herein incorporated by refere�ce ant� �nade a pa.rt of this cQntract B. Nondiscrimination. The contractar, with regard to tk�e wark p�rformed by it during the cor�tlraCt, shall not discriminate on the grounds of race, color, or national origin in tne selection aind retentian of subcontractors, inciuding procurements of rnaterials a.nd leases o� equipment. The contractor sha�l not participate either directly ar �dir�ctly in the discrimination pzohibited by Section � 21. S of the Regulations, including emploqmen� practices when the contract cavers a program set forth in Appendix B oithe Regula.tions C. Solicitatio�s for �ubcontracta, �ncluding Procure�ents of Materials and Equipment. In al� solici�atians either by competitiv� bidding or negotiation made by the contractor far wark �to be perFormed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the eontractor af the contra.ctor's objigations under this cantract and tl�e Regularions relative to nondiscrirninatian an t�e grounds of xace, eo�or, or natiot�al origin. D. Information and Reparts. The contractor shall provide all irifarmat�on and reports required lay the Regulations or direc�ives issued pur�uant thereto and shall permit �.ce�ss to its books, r�cords, accaunts, o#her sources �f information, and its facil�ities as m�.y be determined by the City ar ihe Federal Aviation Adm.inistratiot� ta be pertinent to ascertain compfiance with such Regulations, arders, and instructions. Whsre �ny infarmation required of a contXactor is in the exclusive possession o£ another v�rho fails or refuses to furnish this in%rmafiion, the contractor sha11 so certify to the City or the �'AA, a,s appropriate, and sh�,ll set forth what efforts it has made to obtain the information. E. Sa�n.ations for Noncompliance. In the event o£the comractor's noncomplianee with the nondiscrimination prqvisians ai this contract, the City sh�1t impose such � contract sanctians as it or the FAA may deternune to be appropriate, including, but nat limited ta— (1) Withholding of paymen#s ta the con#ractor unt�er the contract unt� the con�ractor comglies, and/ or, (2} Car�cellation, termination, ar suspension of the cflntract in whole or in part. F. Incorporation �f Provisions. The contractar shall �nclude the provisions of paragt'aphs A through E iti every subcontta,ct, including procuremer�ts of mate�ia,ts and leas�s of equipment, unless exempt by the Regulatia�s ar directives issued pursuant thereto. The cantractor sha1� take such actaon wit�. respect to any subcantract ar procuremen� as t�e City or th� FAA may d�cect as a rneans oF er�foxcing such pr�visions including sanctions for noncompliance. However, in the event a cantractar becomes involved in, or is threatened with litig�tioz� �itk� a subcnntractar or supplier as a result of such directia�, the contractor �nay request the City to enter into such litigation to pro�ect the interests af the City and, in addition, �hs contractor may request the United States ta er�ter into such fi#iga�on to pratect the interests ofthe United States. 9 l�. T�R1ViIl�ATI01� OF THE COI�TRA.CT A. The psrform�utce of the work under this Contract xnay be terminated by the City whenever the City shall deternune that such termination is in the best interest pf th� City. Any such termination shall be effected by delivery to the Con�ractor �o less than thirty (30) days in advance of a Notice oi'�ermination specifying the exient to which performance af Woxk under the Con#ract is terminated and the dats upan wluch such termina�ian/change becomes effective, Ternunatio�n under tlus paragraph is in addition ta and curnulative of any oth�r terminatian by either party for legal cause, inc�uding nonperformance of any of the terrns and conditians canta�ned in the Contraet documents. Contra�o,r will be paid in fu11 £or all War� cornple�ed to th� date of terminatian in aceardance wit� the provisions of the Contract relating ther�to. This contraCt sl�all te�inate June 30. �00� unless e�rtended in w�riting by mutual agreement between the parties her�o. B. [Tpon termination of con�ract und�r Paragraph A above, all doct�rnents, records, and file rnaterials shall be turned over to �he City by the Contractoz�. C. All services to be rendereci under tlus contract sha11 be subject to the direction and approva.l of the Federal Aviation Administr�,tian. X. ASSTGiY112EI�T OF COI�TTRACT Contractor's rights and obligations under this contract shall not be assigned, and any attempted a�signment shall be void. X�. �OI.�CIT�TInI�, WARR�I�TT Contractor wanants that helshe has nat emplayed or retained anp campanp, firm, or persan other than a bona fide emplayeE work�g solely for fumlher, to salicit ar secure t}�i.s agreement, and that he/she has nat paid or agreed to pay any comp�ny, firm, or persan, other �han a bona fide emp�oye� working s�lely for him/her, any £e.e, CQTTliri1S51D11, pereent�ge, brokerage fee, gifts, or any ot%er consid�ration, contingent upon or resulting from the award of this agreement. For breach oar violating of this warranty, the City shall have the right to annul tius agr��m�n� without liahility, XII. Il�TDEPEI�TDEI�TT COI�TRACTUR Contractar shall at a.11 times be an in�ependent contractar and nat a.n employee af the City, and sha11 no# be entitled to comgensation or benefits of a:a� kind except as sgecifically provided for herein. lo XIII. DISAD�TAI�TTAGED BU�Il�E�� ERTTERPRrSE (DBEI �i.�SURAI�TCES A. Policy. It is the policy of the Dep�rtment af Tratisportatian (DOT) t.�aat DBE bus�iness enterprises as defined in 49 CFR Part Z3 shall have the �naximum opportunity to participate in the performance of cantracts fnanced in whal� ar in part with Federal fixnds under this agreement. Consequently the DBE requirement� 0�49 CFR Pzut 23 appiy to t�us agreemeazt. B. DBE Obligation. The contractor agrees to ensure that minority $usiness entarpris�s as defined in 49 CFR Part 23 have the maxirnum opportunity to partieipate iu� the performance of contracts a.nd subcontracts financed in whole ar in part with Federal fund� provided under this agreement. �r� t3us regard, all contractors shall ta,%e all necessary and reasanable staps in accord�nc� with 49 CFR. Part 23 to ensure that minority business �nterprises have the ma�mum opportunity to compete for and petfarm Gontracts. Contractors shall not discriminate on the hasis of race, color, national origin, or sex in the award and pe�£onnazace of DOT-assisied contracts. �IV. PHA�E I��� COI�TTRACT O�TLY This coniract constitutes the contract between the par�ies for Pi�ase N-A of the Meacham �xpansion Project, and labeled as Meacham V�iest Area or� the Meacham Airpart Noi�e Mit�gation 1Vlaps. (Attached as Exlubit "C"} Su�ject to fiature ava,ilable funding from FAA and furth�r negotiation betweer� the par�xes, thi� Contract may be �xtended in writing and signed by all parties. X�. Eli�'IRE COliTTRACT This cantract, i�cluding the attached Exhibits, e�resses the entire under�tanding and a.greement between �he parties her�to vv��h respect �o the subject matter and supersedes all prior und�rstandings, agr�ernents, representatians, or arrangements, oral o:r wri�ten, between the parties r�lating ta the subject ma.tter of this contract. XVI. COI�T�TRUC'TION AI�D VE]�TUE The laws of the State of Texas snall gavern this Agreement and the relationship created her�tzy. Venue for a.ny action brought to interpret or enf'orce, or arising out af or incident to, th� terms of this agreement sh�lt be in Ta.rra�nt Caunty, Texas. i1 XVIC. A11�iEI�IDI�ER��� This agreement cannot be amended except in writing, dated subsequent to the ��te here�f and executed on �ehalf ofboth parties by their duly authorized representatives. 7�VIII. LIST OF E7�HIB�'I'� 1. Exhibit "A" Prop�rty Map to be developed by Contractor per Append'v� "E". 2. E�ibit "B" Budget Forecasi (Compensation Schedule and Br�ling Statement) 3. Exhibit "C" Meac�am Airport Noise Mitigation Maps and Tax Roll Datahase of Own�rs — PHASE N-A Executed this � day of ��I��✓ , Za42. CONTRACTOR; CI'TY OF FORT WORT� 'sors Ltd. Co. �: �-��, _ � Pri e: — �By: - � , Titl :�� ��r�,,�� As tant C ana r MA€�C q. �T Te��phone: � � � � � A8�18TANT Cll'Y MAEVAGER Address: �6� �.,_ , t�r % L 7 City/State: ��L��pproved as For Legality By: � � Assistant iiy Attorney , ����� —� �- . _ _ , .. ` , ; � _ � �.�_�_� 1� � -=_. Con�r��t �wut�ta�f ������ CJ� � �. �.�..e.� I� -��-.�....__ - ._��z_�. na�.e 12 � �II �. cy, �M�� � �� ������� ,• � � '� R i� STATE OF TEXAS § C�UNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for t�e State of Texas, on this day personally appeared /�/�,G�h('K^(��; _, known to me to be the persan whose name is subscrib�d to the faregoing instruinent, and acknowledged to me ihat the same was the act o� the City of Fart Worth and that h� executed the same as the act of the sa�d City of Fort Worth �ar the purposes ane} con�ideration therein expressed and in the capacity tl�erein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �t� � day af �,,,��v, zoa�. STATE OF TEXAS CaUNTY OF TARRANT ��`»�� ROSELLA BARN�S ������ ,��.� ��.�.,�� ND7ARY PUB�IC �� ��; state of rexas lvotary Public in and £or the �'�oF��,��omm. �xp. 03-31-2005 � -. � � �. - ..�, a,..-� � -v � . -.,,�v.��.,.,...� State of T�xas � � BEFQRE ME, the under�igned authority, a Notary Publie ir1 and for �he State of Texas, on this day personal�y appeared �/��1A�`� L��k1.�� , known to me to be the persan(s) whose na.r�e is subscribed ta the foregoiug instrument, a,r�d acknowledged to me that t�ie same was the �ct af the D�VV Advisors Ltd. Co. ancl that he e�ecuted i�e same as the act �f the said DFW Advisors Ltd. Co. %r the 'puarposes and consideration therein express�d azid,in the ca�acity therein stated. GNEN UNDER MY HAND AND SEAL OF �FFICE this � day of ���1�'�% 2002. �B�1PN�D ��li$f6H��,le" i�R�Y 'Ri�B�AIE@F� ; a6��t�{Fia �ARe��r ���a � .. , �����+.'�i�Mr . , K-� Natary Publ�c in and for th� State of Texas 13 E���� � �.'R���►R�i'd'�AP1 e�' . �X�i�B�S'� ���j�� {�%�EOR'� �'�A���ddx E�A�j Appendix E Tha.s docu�en� pre�c�ibes guidance �o airport spansors in preparation of an Exhihit "A" p�operi�y map �or aixport project� �eceiv�ng Federal financial a�sis�ance in �irpor� deve].opmen� program�. The Exhibi� "A" �a�opexty map �s xequi��d a� a pa�t of each project applica�ian. The pxnjec� applicag�.on requixes ceX�ification by�the sponso� and re�'erence �o �he property map regarding �he airport land area� �wned ox con�ro].led and th��se axeas to.be acquired in �he pro�ec�. �he•Exhib�� "A" vi�u�lly par�xays all airpox� �and �nterests present2.y owned and con�rolled and �o be acquir�d in upcoming federal projecfs or wifhout gederal a����tance. �'uxthex, the p�oper�y title for land acquired under a grant ag�eemen� must be clear�y identifi�d and reterenced to the Exhibi� "A".• General. a. The Exhibi� "A" distinctiv_define� and, by andiv�dual parcel or �ract, becom�s a.con�inuing.xeaord for: . 1) Land in�eres�s acqvired by �.h� sponsor on or before May 7.3, 1946; 2) Land anterests_acat�ired by �he �ppnso� subsequent �o May 13, • �.946; ' , 3) Land interes�s ob�ained through 5urplus Property Agreements (Reg �6 and PL 8a-289); � q 4) Land in�Ceres�s obtained �hrough �ransfer from another Federal agency: (iTnder Part 154 Transfer.� Sec 16; �ec 23 land; ar Sec 5�6 Land); . � 5j Land i.nteresfs for which Federal financial assistar�ce has been granted und�r a FAAP, ADAP, or AYP project; 6) Land (by bounda�y) ico be acquired with Federal. financial assistance i�n the fu�ure (Fu�urs d�v�lopment}; . . �\. 7) Noise Y�and which wa� acqua�ed o� is �o be acquired with federal �ssis�ance; 8 j and �a� whi.ch �'ederai financia�. assistance is requested unde� a�uss�n� grant agx�eement; � 9j The nature af the land in�erests held (fee, aviga�ion easement, etc.); ' 04/04/91 81 Page 1 of 6 Appendix E 10) IItilitv easements Qr other tangible encumb�ancas an the 1and; � l�j The boundary o� the con�iguous a��par� �roperty and boundaries of off�site airport holdings. b. The Exhibit "A" �ust be based �n deeds, curren� �horaugh �i��e opini�ns, � x�v�ew og �he airpor� �ayout plan (A�P), and prior �urvey�� d�aw�ngs, and project documenta�ien. 5ame field surveying may be nece�saxy �v p�ovide �h� xequ��ed �nforma�ion. AZthough a boundary �urvey is not manda�ory, it �� encouraged by �he FAA. The spon�ox, in con�u�tation with the �P.A, w�ll d��erm�ne i� a boundary � surveX will b� accomplished, dependen� �n need, �ime cans�ra�nts, and funding.authvrizations. C05�5 0� su�h survey� can, with priar FAA approval, be made �ligible as an aliowab�e admin�s�rative eost under a projec� grant agreement. c. when �her� are n�_new x�nd nurchases in a pxoject, it is aacep�able �o reference a previou� Exhibi� "A," prov�ded it �s current and accura�e. If a p�evious Exhibi� "A" is x�ferenced, a notation to th�s e££ec� �us� he made in the psojec� appY�cataon. d. The use of an ALP or other s�milar documents as an "Exhibi� "A�' is not acceptabl.e. e. If the Fxh�bit ��,�,R' _i_�� f'ip be re ar�d b a cansultant, it is impor�an� €or the �ponsor to detexm�.ne exactly the info�mation and documen�ation��ha� is �o be furnished by the��ponsor and �he re5earch and survsy to be pravided.by �he.consultant. This division af responsilail�t�e� mu�t be we�l documsnted in �he consul�ant agreement. �, • f. Two nra.nts of th� p�e�i�i.n�r�r Exhi.bx� "A" should be �urnished to �he appropri:ate FAA vffice-�or review prior to finai�.zation. g. Mi�iqation land acquired in connec�ion with understandinqs contained in envixonmental agreements axe to be ina].uded as if acquired ior a�.rpo�� purposes. Pre�ara�ion af Plan Shee�s - An �xhibit t'A" w��.l usua�.ly consist of one or �oxe shee�s or dxawing�. �he first �heet �h�uld be �he basic,,,` propert� map, �ne�uding th� ent��e a�.�pgrt pgo�erty, showing a11 � parcel� w�th iden�ifying nu�be�� and o�he� in��rma�ion. Addi�iona� sheets may be added �o show de�ai�s, enla�gem�nts, �able�, plats, � etc., as necessary, a. Basic details af �he plan sheets are as fol.�ows: 1) The sheet size: be no larger �ha�n 24" x 35", and no smaller than.8 1/2" x 14". p4/04/91 .82 Page � of 6 Appendix E b. 2) All drawznqs be �o �ca�e and-oxien�ed aZik�, scale and north arrow shown, Th� scal� used should be appropriate for the descrip�ion da�a used. Blowups to a larger saa1� may�be nece�sary �o pv���ay �ndividual�par�els in sufficient d��aii. ' 3) Contain a titl� bleok w�th name o� a�xpor�, city �.�ea��on� sheet gi�le �"�xh�b�.� 'fA�' Proper�y Map," Federal pro��cg number, �ign�d and da��d b� �he �ponsor approv�ng - official, and sheet numher (Sheet o� � sheets). �4) Contain a revisian block wi�h date, pur�ose, and name af person making �he revision. 5) Contain a bret�arer�s block wzth name, addr�ss. ch�cked by', and approved by. . 6) Con�ain a leaend on each shes�, identifying each �ype v� line or symb�b used tha� �.s'nat �denti�aed by note. .� Except whe�e no� �easible, leg4nd� �inust be consistent on all sh�e�s•. Airnart details required'on the�plan sheets are: Z) Delineate exi.st�ng and propased runway configuration(sj wi�h lengths, widths, number designat�.ons, stationing of ends, and d3splaced ar �e�oca�ed t��esho1d(s}. 2) DelinEate existina and nronos�d Runwav Pzotecta.on Zvnes (RPz) w3,th �limens�ans,��ype of �pproach, and ��ope (20:1, SU.Z, e�c.). Approach and RPZ �.fl�v�ma�i�n is required i'or each wxis��ng and �utuxe xunwa� end. Ta avoid clutter on �he drawing, much o� the xec�u3red da�a can b� placed in . tabular �osm at an �ppropria�e 1oca�ian. 3) Del�neate runwav saf��y_area and Obieot Free Area (OFA) wi�h d�mensions. �4) Show surveX �ies_of runwavfs� pr•oper�y descr�.pti�n� �uch as mete �ownshi.p, and range. to the applicabI.e s and baunds, ox �ecta.on, .�� 5) Show airnar� boundarv��nes w��h a� dbst�nct�.ve s�mbol. Exis�ing surv�y an�o�mag�en when con�idered reasonably re�.iable, sh�ul.d be used wheneve� possible. Such iniorma��on can be ob��ined from p�i.�x suxveys, ALP's, zoning p�ans, const�uc.tion pl�n�, deeds, and recordad piats: (i) Dimensions,. dis�ances._and s�ationinq should be shawn in fee� and hundred�hs o� £eet. 04/04/91 83 Page 3 af 6 Appendix E. (ii) Anales �nd bearinas shauld be shown �n degr�es, minu�es, and s�conds. c. Land details an �he plan shee�s would be as follows: 1} Identif all land which is �o be developed or used as part o�, or �n connec�ivn wi�h, the airpart. Land to be acquir�d by �he �panso� must be iden�i��ed on �he map by individua� paxc�� numbers �or e�ch �rac� o� �and ind�vidual�y acqui�ed (wh��h�� o� not �ed�r.al paxt���pataon in �he acqu�s�tion cos� is rec�ue�ted under �he current � pxo�ect) sh�wi�g �xi�ting �wn�rsh�p og each �ract and tha property inger�st whi�h wi�� be acq�i��d. 2) Desiana�e bv area or tract number, all airport land curxently owned and cnn�r�lled by sponsar and specify the property anterest held {��.e., !��ee simple title��, ��avigati.an easement", zoning, etc.). A1� contiguous��.and in whiah the sponsor ho],ds an iden�a.cal p��p��ty �n�erest may be included within a s�ngle de�ignated area. F�� example, s�veraZ con�iguous parcel� whi�h we�e a�quired separa�ely in �ee aould be �ncluded �n ane•area de�s�gnated by s singl.e number. However, i� the spon�or is reque��ing reimbursement under a project for the cc�st ot anx land which it currently awns, such land is to be identi��ed wi�h a separa�e tract number for each parcel individually acqu�red. 3} Contain accura�e leqal_dQscrintion� �ha� �aravide suff icient descrip�ive da�a ( a, , e.,� see�Cion, tawnship, range, lat and block, or metes and bound�) to enab�e accurate lacatian gf each pa�ce�. �Thexe mus� be ei�har: ��. (i) DescriA�ive da�a �ha� matches �h� deed tor each pa�cel. o� a�,rpoxt l�nd; or, �. {��.) Points of re�'erence for �racing �he parcel from the deed description by scaling, and in a tab�e�of land parcels, �h� xeco�ding info�►a�.i.on for each parcel. 4y When �h� land �cauir+�� a��ec�s po��ions a£ a�latted subdivi.sir�n, a c�pX �� the pl.a� layout �r por�cian a�fected �.s �o k�e made a gart �� '�he Exh�.)a�t "A." The �ollowing � info�na�i�n an ea�h pla� layout is �o be 3noluded: � (i) Plat name, scale, nor�.h arsaw� sec�ion� tawnshi.p and range nu�nbers . (i�.) Plat ties �o �he rectangular survey system. (i�.i) Tie runway alignment and statianing to plat boundary. o�/o�/�� 84 Pa�e 4 of 6 Appendix E (av) �aa_narcel ar easement idanti.fi,��,ti,4n��imbers, identical to �hose shown an �he basic Exhibit "A" shee�, to a�fected lots. {v) Shaw additional in�o�ation on ease�ents or other encumb�ance� �h���canno� be r�ad3ly shown on tha.basic Exhibi� "A" proper�y map shee�. 5) All._te.rac�s of lar�d �or which Fe�ler.al nar�icipaatian in �he acr�uis��ian c�st �s requ�sted und�r a pr��ec� must be dis�ingui.sh�d by un�fox�n cbl�x�.ng, �hading or cro�shatchinq �'or �ha� paxticular projec� or ccsn�ain o�her iden�ifiable �nean� and �hau].d shaw �he location a� buildings, �'acil.ities and o�her i�prov�mefl�� �oaa�ed ther�on. 6) The airport land is �a be designated �o show the boundaries in each o£ �hree (3) ca�egories (as appl�.eable): 1J Current aeranautical use; 2) noise cornpatibility; and, 3) future deve�apment. 7) Identifv and accura�el.y_loca�e all easements far water, power, drainag�� comr�iun�cat�on, tx�ansportatxon, etc., and permi�� whiCh encumbe� �he �irpor�. � 8) A�ab1e of lsnd oarc�l� �heuld be prepa�ed to summarize �and data �.n a tabu�ar�form a� �hown in the �xample below.-. '�he �ah1e would iden�ify all areas and �ndividual parcels showing acreage and p�oper�y �.n�eres�s held or �o be acquired. Parcel Area Owner Recordina info. In�erest 2. A ��ne� �o�]c i�age 3 Fee 2 B Sr�i�h Bc��� 2 Page 1 Ease ( 34 :1) 3 C Allen Lease (2D � iear) cres Fed.Aar�e. �.60 A�AP 08 8 A�P 41 25 None Tndiva.duaJ� co�.umn� c�n ei�h�r be added or dele�ed depending � on �h� projec� involved. � d. �'he attached ma�a i� in�ludeal �� an example ot a property map tha� includes �►ost, if no� �11, �g t�ie d��c�i.p�ive da�a and informa�ion xequesied. � 04/ 04/91 85 � Page � of 6 � � m � �t ! � �r �,.� � '_ :� � � is ir � � ,• � � i - -. .- . .o......�..... s - fr-r r �verr*�r:•�rrs�r: ` I . ' �.,c�•8i.......,,.� r+ � � i iilriii=siistisoi ilie's a� • 7:r�ssasr�s:��s�=t g = t!!eRl:is!!31l��i•/���i3 F ��� � e t�i��t1;Et�t.C����.t���Y � � � E����t�l������L����llLlit � i '.556� � • � � R s Pa�e 6 of 6 • E�I�I'i` � ��xhibi#'B" - �udgetand Compensation 5chedule � � Current j M�w�oa� � Parson/Sub-Cansuatant Certiflcate � prime Consultant - DFW Advisors �td. Ca. J, FalvolC. Gough Ro6ert tiuran Angela Maldino Leticia Rojo City of Fort Worth, 'iexas I Meacham International Alrpart Phase IU-A -Aaqulsitlan and Reiocaflon services B¢daet or Fees. Exqenses & Subaontl�Ftor Cosfs ' P ase IV-A HaurNnit Hvursl 5ub-tatal and PasitionlWarl� Oeseription Billina ��e Units aunts Total Amaunfs Qn-call Principals Project Manager Horr►eowner A ent Administrative�sistants $ 160.40 $ 92.Q0 $ 62.d0 $ 43.00 $1,600.00 295 $ 47,20Q 11 DO 101,200 210D 130,20Q 2850 122,550 $ 401,15D 18 28,80� 28,S�D 429,950 f Reim6urseable Exp�nseslPublic Meetings - DFWA Total - Prime Consultant ' Sub-Gonsultants & Subcontractars -'7errell, Hundley, Carroll, Inc. - Vivian WisnantlJ. Carroll Project 5uper.lOn-oall Prin. Ratty ZapatalBenkon Hameowner Agent Reim6�rseable �xpenses-TNC � Sub-tokal - THC, Ino. �Maple Leaf Appraisal Services, Inc. DBE Appraisa[s of hauses Map1e Leaf Appraisal 5ervices, Inc. pBE Appraisal of churci�Ag.house Maple Leaf ApPraisal Services, Inc. DBE A praisals of vacant Iots � Afram International Enviranmental DB� P�ase ! af c�mbined lats � Afram International Environmenka! . -- Phase I of houses � Gorrondona & Assaciates p$� ISunrey wark & Exhihit "A" � Metroplex TiEle Company ❑8E Titla insuranae policies -(ata I MeEroplex 7iEle Company DBE Title insur. Policies - ho�tses � Meiraplex Title Company Title searches - all parcels � Rita Radriyuez Ukk P.C. DBE ClasingslTitle Certifications I Law O�ce - Culberkson -- Clostn�Jsffitle Certiflcations Law Ofiice - Culberksan -- �S� ecfal tiflellegal problems NAVCO Lawn 5ervice DB� Yard mowing & ctean-up Graham-RabEnson Servi�es �BE Yard mowing & clean-u� Hughes Buklding Ser�ices MBEIDBE Boardin�{, re-key, etc. � Custom Fance Company DBE Chain fnkfencingl5 �ates � Custom FeRce Company D8E Remo�e existing fencing � 5antafield Technology Senrices Applying �B� Cvmpute� systems cansult. � 5uh-tofal - Other su6-aonsultants/s�t6conkracfors � � Total - All suG-cons�ltants & subcontractars � Administrative fee of 74% on sub-consultan slsubcontractors Contract Totals tor �FW Advisors Ltd. Ca., suh-coRsultants aad subcontractots Other Prolect Estimated CostslAllowances Paid bireet by Citv of Fort Worth Purchase of hause�mproved prapertias IPurchase of vacant lots Relocation of owners - prlce differential, �nci eniiaf and moving Relocatian of tenants - renka! assistance, incldential and mavin,g � Last Resort Housing �a�lmenfs Demolition and lot olearmg �nvironmental testslderriolition monitoring � R�vlew appraisers Lols � Review appraisers � Fiouses � St�ff Program Coardinatlnn � Condemnatian praceedinqs � Total Other Project Cos}s • PaEd plrect by Clty i'otal Program Costs Befote Ge4eral Contingency General Cantingancy j 7otal Estimated Program Costs (Apprnx. a.55 % oFtotalf $ 160A0 $ 74.00 $ 900.QD $ 2,500.00 $ 500A0 $ 4,500.00 $ 400.D0 $ 45,Od0 $ 270.D0 $ saa.00 � 75.00 $ 506,00 $ 50D.00 $ 50Q.Q� $ 55D.0� $ 550.OD $ 825.0a $ 16.00 $ 2.50 $ 40.00 $ 49�i55 $ 8�575 $ 22,OD0 $ 6 500 $ 15�00 $ 6.5�0 $ 750 $ 30D $ 350 $ 75,000 $ 2,500 (1) Bud�et eskirnate prepared hased upon costs incurred ln similar Phase 111 program. I (2) Confract set to s#art December 1, 2002 and end a6out twv and one-half Years thereafter. See individua! hvurs abave for details on work scheduled. I I (3) House purchase cosls are average o{ $47,500 for 69 houses plus $B0,000 for new brick house anc# $175,O�D for newer, large hause * buildin�9 s. � � (4} p66 subcanfractor partictpation estimated at about 26% of total dFW Rldvisors contract amount. • a I I 'i 20 19�0 36 1 5D 1 37 0.3 50 37 B7 60 27 10 36 51 37 1Q00 45W 50 19,200 14�,6Q0 B4O00 32,Q00 2.50Q 25,aoa 4,500 14,aoo 13,50d 13,50D 21,460 6,525 30,DOD 13,500 5,000 19,800 28,050 30,525 i 6,000 3,75a - - 2.000 37 50 2Q 17 3 37` 37 5fl 37 0.75 15 1,840,935 d2$,75� 4q0,004 110,50� 45 �4Q0 240,50Q 27,75D 15,000 12.950 56,250 37,500 zaz,e� o 450;61 Q 45,fl61 $ 925�621 167,8D0 � $ �,255,735 $ 4,780,755 . 27 9,344 $ 4,440,0�0 Meacham43-Budget� p$ge 1 of 4 ihe C�fy of �ori Worfh, Texas �lieacham Infernat[onal Airporr# PYnject Ppofiession�f ��rr�ic�s Pa� Reques� Contract lnforrmatian • Contract Authorization: ; Contraoi f�o's.: _ ._ _ _ _ _ Contract Tit�e: Agreement for Land Acquisifion and Resident RelocatEon �'ragram Consultant: DFV1lAdvisors Ltd. Co. Pay Request No.: Executed Contract Current Period: Date: From: Contraat Expiraiian To: Date: Pay �stimaie Data: Rroposed Accepted hy Ciiy (Completed by Consultant) (Completed by City Staf� �riginal Contract Amount �xecuted Amour�t of Cantract Modiflcatfons Revised Confract Amount � � $ $ � $ Previous Amount Pald Payment in Process Arrtounk �amed this Feriod iOiAL AMOUNT F_ARNED Less pre�ious Paymant Less Payment in Process AMOI{Ni" �UE % Complete $ $ $ $ $ $ $ � $ $ $ $ � $ o� � CD�ISUL�'l�►t�i'S C�RiIF�CAY�ON w\ I HEREBY�CER71�Y that fhe information contained ln this Paymenk Request eccurately represents the actual amounts due for wark performer� and the materfals aupplied to date under ihe kerms of this Contrack, ertd, further, #hat there has been full compliance with all Iabo� provisions inaluded In the Contract. 1 understand that io knowingly make a talse entry in or fa[se alteratian of this cerlificatlon is a criminal offense. Principal, Charles B. Gough Consuliant's Representati�e- TitlelName �46D0 Green�ille A�e., 5uite '154, Consultant's Address (214) 75Q-9898 Consultant's Telephone Number Consultant's Representative Signaiure Date� .�aAas TX 75206 City 5tate Zip Cod� � Page � of 4 Ci�}r o� �ortr 1�Vorih, iexa� � LV�eacham Irt�ern�fior�ay Airpor� �rofe�sion�l S��vi�e� �en�r��t Pay �eques4 R�o: CONTRACT AfJTH. , .._ CONTRACT NO. PROGRAM: Agreement for Land Acquisition and Resident Re[ocation �'rogram '1.. Direct Persannel �Illing: Job iitEe Principal Princlpal Project Team Manager Administrati�e Assistank Rlumber Name � of Hours James L. Falvo Charles B. Gough Robert Duran Leticia RojaslJackls Ervin/Rabyn Ceravole Dipect �epsonnel Biqing �as� bourly Rate �ir�ect Personne! �illing _ $ � � � � - $ $ Z,. Subcontractoe �illings: See details on next page by 5��contractar � 3.. Adminlstrative �ee: Computedlbilled, per cantract, at 10% of SubcontraciQr BEf[ings �.. Reimburseable Cosis �illings: S�e detaifs on next page '�o�al Rmoun� �arned ihis �eriod X X x X 5uhtotal Subto�a[ $ Subtotal $ S�btotal $ � � � ._, _.. Meacham Bill Detail Page 3 of 4 { ' ' City of garth War#h, iexas � Nfeacham International Airport 2. Detaif of Subcontract �ilEings: (Attach invoice Copies} Description: -- - Suhtatal - � � 4. Reimbursahfe �xpense: Description: --- - -�-- - . _ _ -- - . $ - - - ---- _..— _. -^ -- — -- — - �� Subto#al � ' Meacham Bill Detail Page 4 of 4 E��IT � � � � � iR.E �Y i �. �%� �Jr �' t e 3+ s a�'B. x` i �, ��: ! _ ���' _ ; ,r' � � � j ,:.� } ;+'. 1 r ., x . YR.1p ►k.l 3. g" :, i �R.7t� I � 35T>i 5T � . 4 � ''4 p� � g.:".� � .� K . i ?' ..:g: ,. p �� •�i�,�y. p �. '9 ie ,�ia�.�-, :� r li ia" � --�1L i � 18 �9.., � _~��'--'��.� ' : 1i1�3 TR.4 13 8. . � 1< —T��';` '.'�S�F'�;' Y �'• .r�� ,_ ...:y i5 6 . Sv1S}.4i. �IG S., '� - `I�E � 1 17 M1;,. � , r� ' ; :14qj'.: a ia � • :.� ; ,�!e �:;�� :� �� _ �2 19 .�^"'x � _.,:lf9":�• � ` , � � 1 aJ �<?EAi�'.�? a �f ' = 3�i1, ST i; , °�:: >.; v,:�,•E^ i3 Id 13 I� ' i ? ��_�_� � :":12 : � � - 11 1� 11 �"f :�r.:_i,{"N.:�.�-r,:yl: ��g - IS fG � 1E ��.,i$i,L;.T..70" ;'�i. ti � f6 .- 9 • 16., . .., .,.� '- --�� : �'�"� rit 6 1 M1C .� � 1 , . ,�, � 1 A[ la{41�42 I I � 1 2B � � e9 /�`2 49 � i9 � �;,'�}. ca � �e / �:'.i.;: � 17 � + IT � .'. �� `�i / ^�;s,.i;:�.: 6 S �e r. ..�L �� _'.'.5:.:..'. s T� 15 � - �-:�i.�!'.:.hj��_�i. 7 1� � / ��`;ri<'. �*�'lif3�:�y l 13 � / �Jti':'.;�` �_:'��.` � ! 1� / � "�.=4[---V- `te i� � - ,�.��.yY��, i� '� b�n= ' ': .� R. �. - s - ��C: m�,�b' .; i��l^ µ j " .� ;��: � � � {�+Y"���1� 19 •K [�*� ST � � � � i t7 B 17 e 17- 'ri+9:., :�z17c'EE-^ =i�s��_������- ={::�iTv�' �� __ ttl - L_ � IB ..�7: �� �.:�&=.r4 �_,3'� '.�' a4,� �'.� _ '' ' : . r=_ . - 19 6 � 19 `[8:�: `: ..79., s: ,' �,-.�.%s�ij'� ' r'H�'" tN - r_.., b�/ I 26 S � 28 � �' '2a _ ?�..yi.,� _ _ . .. _.. '' ` G� � i �C 4 1 � � F". y U�SY x� ; e� � at �ai.:.` = �:._ ; �' G �����'� . _ 22 3 ?i � 22 9 { �:.�:'4e ;-3>`'. -j� tc .:3'..., � 2] 2 n F3 � �� � r"� 2'3 ' �: P'.' ' _ 27 iy _ o. � ;•S:: I_I .r 1 n ..-�. =: �: �.;.: - �.. • :. �;, � �ST LOPiG AU %�Cl�:; � .. f6c� _ �� ��a9 _ �aae i :�iigc � " CL05E0 ���Z - 13 12 12 12 12 ' 19 � ',q:.(.1Z�`,. . � 1�40. � 9B9 �q� ._ .7�+ i3 1� 13 1Z 73 7i 13 1@ N IS 11 i1 77 a 14 � Y�.^ , 1� H � C 14 fI t� 7i 1{ + 11 15 s6 10 46 1 q iB �� 1�.�° ; 19', �_4 1 1 IS 1� .�� 7fi P � S � � IC �� , gr �. 45 IB � i� ii 8 � 17 B � a i 1� 9� 1y 1� g,� 5B 9 �� � } � —°c' ,a z a t � ��s �C. u is ..�`-ra_ ;� �r a � o i� s a �v a ¢ ia s Q � --�- �.--� w �� —�� ¢ �' ' • ` tia ��� �a z ia • r � re '� �- 19 7 s µ 8 6 � 19 6 t9 -t ��, _. .Q'� 19 �- �,19_JJi � 19 ` 8 �—ti� - • 4f 29 S 6 S S "'� Eg 5 ,'S �'. � _ r` � 4 a .--� i R S 4 � 21 � LS ' r � 20 ' ,. � ' - 9 ¢0 5 .y � S � � *+ � _ � � � `� � F . 2l 4 _ 27 � J 2S � S7 4 a' . 3 7 3 2Z 3 3�'� � 22 3 22 3 22 7 - E3 2 2 2 23 2 �2 = 2a- 3• _ �^ _ 2� i �ii S 1 N 1 � 2� ` 1 �V t3 2 � p 2� • 2 � � � 2 ':\ �� 24 1 2f 1 N 1 ^ 2� 4 azno sr ;� �'�J� �znG .sr � l3 1Z 12 . f2 73 �Z - l3 � �� �. . , �� � . � ��� � i4 11 11 11 �� It _ 14 � �] �2 � '{ ,�..i? , N V3 _ 1� 13 :I 1� � i �� 1z ,s �x IS 1e � 1B IB 15 1B IS � t� ����� +��1�- 11 i s �� .�� ..� � � �� �• d 1`9�AC�RM l�l�S T RR�R CITY QL�`iED � FEE PURCHASE t'ROPERI'f�S � � F4EI5D UNDECIDED ' � � CWURCHES & THEER � DO IYOi WRIYT TO . PROPERTIES PARTICiF'RTE e zee �ee � , � � �� -� � �� DEAa ENDS-A7TEF'�TED TO �� 50UIYp PRQOFIf�G _ ��� 3�$ COHTACT iJIll�l NO RESPOMSE __ _ � �� ni ircnrrnN rncrr�rnir � - - Page 1 oi 5 � � I I I ��+ ,,. I I � �! � 1 � , � � ,.__.�_.y- � - �--- - - �����"'�i� . �i]li���i;� i� � , a � •.:g:FtyF�S:•l.=;_ I C :-�i+� 5'� { i , i� d�' � ,Ji,'�Y a�•.:!� 1:��3.�r'�j��s. L-�. � � . �.. ;.ti, .. � � � . e � r � i � e � '.I'' t� '..�e: . 'l'.::;+'y �. � r. ti � � v i:1, � 'I:il;:�' �. : •'. i�: . � � r � � i � i � i � � � `�. ��'. ';:'�I. ' � .:A7v '1���' I' •s. i :, �. i � � � i fs� a � � �zoi � � �r:,��,{. ���,:���:..�-� .:;��:�: �;�;: `' .•., �4: ...,�. ��r.�:,�•, i.•; r � 1 1 1 1 1 1 � 1 I 1 1 ?• �:Il�.sl., ..�1� �'1��'�t�•... ;.'. ' ' �, •t�'t � c , �_. • • i.i• 't',. .3 :�y;�... .. � � 1 � � 1 � 1 1 1 r 1 �, : � t•• :1'r •� :�1 : I:st: �; � '� • � �s_ � _�_ � � ._..a. _ ' .'� .i � 1. � .� � ���'L'ti � �L �.�� ������� � _ " w _ _ — � ._._ ' � ...� �_ � .,,� �;.,:..^�' � --• � ---�-- tS�--- ----- �- ,� `;.,. ` � _ ,,. _ 1: � �,; .,... ,�. ,• : ,.;. �- . ,..C: �,.� +:':. �� "'� �;�1����,� ��.1. � ��. :p..; :laii.! — _ 2�_ ' r`_' ' I;r . ' . �� , 1 f�.:� . ; �. ,,. : ,,;; . � '20 ��;.a�;�;.�0��`�'•.:��., � :��: ��:- `�J_ , � _•,� � � _ _ - �— - I - - I��: , .�,. :�.� I— - - — - � �� . . .; �:-.��.:� - , �;-��:�-=: . ��.: .r•..;�-. , � � � � �;ls�°»ii ;..r',;�1;. i�;};�'k:`Ci�:. ':=�i:;�::. - � - �--� - - I�I _ _ � _ ! �_... _ , ., _ ',ik_�rt:,}�ii:i�l � �y •�. i.!�• .. • � ; �.,, � _ . � ��� � � � � �..� � .�==3�.:.�•,:`�.: �-, �:n>� . � {�,y,� ,'t;•:.h.�: �=: ,�, � M�j.:;�..�. ,..� aR.,�.�•��; � _ � I � � . ..... � � � . . �� Ii s..l:'.,1:. •i '�i,ii� i�:�'. . � .. � `. � � ..� � � "� � ''7. '+Z:" � 1 Er 3-9� i.�..� � ,;rr�' � :1, r"'"_' '.'i��..l`.�'��,�te .�'1�. J�li�% SLkr �Z��/.«� � �- � '� 1 1 •i�.�'rt��+;Yvi{,ti�lY,�1�}'�L• �el::ti�n;'�f�'��� _ 1 1 1 :... ,. T:i 11 �ri;f�':�l:E; :•'',:j;�1�..,�,����1•: ��`4'�Y'o �. ' ' ._ ' � - — - I I--- ' ' _ � � sp�.h'' �.w u•'•�' _� � i. ;i{� � ;.: {;.i; l��t`;.wi+i dsti� ��, �,•�i �� ,�•� � .. � � + � .. .�� � ' � �. � � � � ; �S. �,"i,`J• o ` I i � � � � }���•r�... �:. �. > �.: �,•.�,�". , � , , ,r �•�� �°,;`;,�4. i;�,,., �;;. ;��,� �� :t:-r�� ..ki �����:. .;���= ����.�•�rw,.�:�,;�.�. .. � i I 1 ! � ����'����v����«'�������� ���t` :iy fi��4:��� �' i6 ?� r*:y, . ,�7�`Le:�:I�i. r� Ji:. �: � _{� .. 1 �.... .. . � � � � � �... � � 1 1--. � � ..� � .. �.r f`�Ti '-4: YYn � '� .•• ' � e��e'SkX: � � r � �'1' � � � �� ;;1 `• �+i'. �:;�•,c�. �; i., . y� ,� � � '�}� � � � � ' ' ^ ^ ' I� ' ' _. _ f �. .. . «..... _ _�, }��f'��..��, ; �t�'s1iU.t. �.N.?:�� � L•l�j�...xr�i, d:: �� l t 1 - �"R�.. �' !�"K'I.P�.Li �� 1'i�3�..�i} `� „ ` � � .� � F � � .�...� � 'j kk ' � � � ' I � + ��IX���1• � �r�! � C.�� ��� i e :�t *'�V ���'`���,��,a���:...{ ��.:a�5 V k..,�. — �� ���I k { s�r ��' ��� '�'i r�'" k��l I5��'�� —� - I � �— - - — - - - — - - � �-- - - -- . :�z' n.,��r, �� ����,t:;��������t�� ,���� !"• ' � �) � - �i� _ � � _ ^ . ��R�a _ :,�o-�;�i,k" ��^;�i`�� a., ,, 11 � 1 i 1 ``11I �`���� .G t ry'��":cY�' �k�'. � d .. � 1 �l� � " O � l4..-. � � � .. � I� � � �� � � �C { �,R�i�t::�ii'.f41���ha'=�4:;ii'k s� � �', _' �e-�'t� ;�� w ������� ���� w�.ti\ 1 �r�_—_�V�1 �� . . _ _ � . � ='�r�'�''�:.`�'.,� �-- _ �1 _ „� .. � i��D � �..._ . _�� . _� �, _ �0 _ � � ���': �'�}:.;:"�� .i 1 � "�fifiYsi•,'�eS£�.'�'� 1 1 1 � i ���� �r:�2�:t::z:'`",� i �! �- . _ _.._ � .I '�Fi'�;�'''�r�� j-- - - -- - i '�-� - — - � i;,-s I 1 I � 1 1� �•"• _ � �__—._ � _1 � »_._..�,a �__�._� � _�_ � i: � ' — � s E k �1 ``;' �III----- � �-----_l �-.__—_.I '�------� �--_—.__I .�:,-----��� , , , � , � � , �`�=' 'I`C`�^ -- � ------ " ---- ' ' ---- ' ' ---- ' ;�,�5'. � � � ��Ii r� -� r� -� ; r —� � -� m,;.`- ���_ _. ..� � � � ...�- ' �------' ��Y,".....' � � _ ., � -.._.... � � -----, � +-, , __�_ , � 1 L.. r L. ___. _! L _I � I L __.� L_ ,1 :�;;.' .__. . .��,� � , , , � _ � f �xy �����~��,� ' { _ _ _... _ � � _ _ — _ � \ � � � I�� �� � i i 1 1 1 ���i���� � I � I � � � ^I ��'Y.d'' �� � � � � � �..��.. � �, 1 1 ..��.' � �"�� � T a � E�r�o��L.__�....[ �.-2� __� 1�i��'� .,�� L_za _J L__i _ l � � �.��.����_ ���� NW. 34TH + �T. � - — - - - -�-- - / �'�� _ ( I _ _ � I I _�3 � I�I _�2 I �l� _i3 _ t l _�2 _ I _� ` _ _� � _r a.._ � � � _i s_. _� . �,..-- , , — , , i ���`=--1 I-----.I �------ (��----_-1 s I-.----- I I—_-.___� � �;:�, � � � � � w � � - � , ti - .�.��_�' ------- � ..�. ��A- ' � . ..�_ � r ---- � �3�� � i i ' i �� � f ; r -� � �i .. ��� _, �--- �----�_� �..__�.-: t...__---= t_...�_.� � �` � � � � , � f � � � � ---I.- -� �--. _ �-- - - — - - — - - -- - � � _� �--.. - -� � �-- - -� ,-,: ,� " i i � e '�+-;1' S.�. ,y... ; a'� i � � ' � � �"��.'�t�a��� •i �' 1 1 ^1 1 1 1 1 1 y �4.•. .� �� �a-� � . . � � .. « � � � ��� �i li i�*� - �� �� � � -� r �� � -� �„������ ��� � �.�. ! ;� ��:.�,�;��.�, ��� � L.�.'��'. ' � � !� . . _.. _ � �-- _ _ -- _ ! � ���r,,x�3t�:4��.� !� _ � y� :,6<<:.:• � � - -, , '� � � � � � " _ .. _� ;�,.,;�^.: ti _� l_ ----I L____-�.�, �-------.I L_____l .1 `�� � ' '` r ''• � � � i � � _ � � � t��'', � 1 � 1 - � 1 1 ..' �' ' � � 1 1 _' _ ' 1 -��P�`�-----� �---- -i r- -i F r-. ��i �. �i � � � , i � __�_ � � � .. _-�--� -� � -------� � "� � "� � �= "----� � � �_ � L.__.___I L__.�__�. �,1�..�( , -- -�. '�' 4 ,} � 1 f ... ,�j�/ .�,�•�� • � l� 4���� 1 1 1 � �Y .... ' ' ��..����� ' + �}=.�'.F+M��'di�i�� +���',. `1{"t'i���� �1 1 1 L_�.���� �,� �� -,� 1G.L:3ir4•i�31�C:7J �'y�'aV�!�i:iS�c`�J� __-__J . D_ ��.__�=S-J-,.:F_✓. .I�ki • ��E, � _ �#i: 2 1�5 �.'�.: ; '��� . �T: _.:.,,;: -.�,,�,�=_ :.;, A�i��.�as} . .,- .����: ,=s�.r'':$ ��; - -=---- ;!„ .;l,`�.�;: .1.. =._., . . _ � ���_r : .. . ..�� ... �4.;,::,�aa:'r;� 1. . _::�:.:. _ :�; ��.�aw �.�_�..�..�__�� * Page � 0� � OIN�I�RS PJAiV1E City of Fort Warth City of Fort Worth - Sr�eed, Shiriey Brawn, Kather�ne Brown, Kather�ne Da�is, 011ie M Pulliam, James Est% Oria P. Jones, Virginia Est Kumpe, Carra H Tr Jaseph, Simone 5ash,Joa�n Brown, De6�a Chii�es, Lillian & J Gillis Ramos, Leonel Etux Patr�cia � C�ty of Fart Worth Etal i Scott, Richard F II � Brittain, John Kelly �Castiflo, Cirifo Salas, Jacob Smith, Tony � Clark, Mary �st °/a Vi�ian Marie An � Flawers, Hubert 8� Joanne � Flawers, Hubert �spitia, Federico Odessa, �lowers % Lauis Washi�. Bennet�, Selma E Person, Orville Sr Greatho�se, Charles Jr f LO� A C Q 19 17 & 18 96 15 13 & 'f 4 12 11 10 9 .8 7 6 5 � 2 20 19 18 17 1B 1� 14 '[ 3 ���OChC �, : 4 a 4 . . . . V�E�ACHIAINfI PHA5E 4 �A} � � PIRI�ILIGVBITIARY PRC�PIEL4T'll LIS�'-�ASE� �� YAX RECOR�S ARDITIO� Warth Hills Addition Worth Hills Addiiion Worth Hills Addition Warth Flills Addiiion Warth Hiiis Addition Worth H��is Addifion Wntth Hills Additior� Warth Hills Additior� Worth Hills Addition Worth Hills Addition Worth Hills Addition Worth Nills Addition Wor�h Hills Addition Wortil Hills Addition Wor�h Hills Addition Worth Hills Addiiion Worth Hil[s Addiiion WortF� Hi[[s Addition Worth Hil[s Additian 11Vorth Hii�s Addition Worth Hills Addition Wo�th Hills Addition Worth Hills Addition Worth Hills Addition Worth Hills Addition WortE� Hills Addition Wor�� Hills Addition Warth Hills Addition A��GZESS 3300 Pearl Ave. 3304 Peral Ave. 3306 P�arl A�e. 3308 Rearl Ave. 33'f 0 Pear[ Ave. 33'[4 Pear[ A�e. 33i6 Pearf A�e. 331 S Peari Ave. 3322 Pearl A�e. 3323 Pearl Ave. 3321 Pea�l A�e. 3319 Pearl A�e. 33�7 Pearl Ave. 3315 Pearl Ave. 3313 Pearl Ave. 3311 Pearl Ave. 33D9 Pearl Ave. 33D7 Pearl Ave. 3305 �earl A�e. 3303 Pearl Ave. 34Q0 Peari A�e. 3402 Peari A�e. 34Q4 Pearl Ave. 34Q8 Pearl Ave. 3408 Pearl A�e. 34� 0 Pearl A�e. 3492 Pearf A�e. �34�� Pearl A�e. ��gC 3 �� � CdTY 8� STATE Fort Worth, Texas Fart Worth, Texas Fart Worth, Texas For� Wor�h, Texas For� Worth, Texas For� Worth, Texas Fort Worth, Texas For� Worih, Texas For� Worth, Texas Fort Worth, Texas Fort Worth, Texas Fort Worth, Texas Fort Worth, Texas �ort Wo�tf�, Texas Fort Wortf�, Texas Fart WartE�, Texas Fort Worth, Texas Fort Worth, Tsxas Fort Warth, Texas Fort Worth, Texas Fart Worth, Texas Fart Warth, Texas Fort Worth, Texas Fart Wor�h, Texas For� WorF�, Texas Fort Worfh, Texas Fort Warth, Texas Fori Worth, Texas Z1P 76106 7fi1 p6 76106 76106 76106 7s�as 76146 76�Q6 761 Qfi 76'� 46 76106 76'f Q6 76106 76106 76106 761fl6 761 fl6 76106 76106 7s�as 7s�os 76108 7s�as 7s� as 7G146 761Q6 76'[ Qf 76'E 06 01N�1lER5 �ANIE Foster, Vemor� Day, Lila S& Barbara Stewart Cane}o, Coster Day, Lila 5& Barbara Stewart Wiflis, Elgin Conejo, Coster PEfEZ, Al�x Etux Patricia Ramirez, Antania Abrego Rodriquez, Raul Rodriquez, Raul Canfreras, Daniel l.erma, Genaro Etux Magda[er�a City of Fvrt Worth Fo�eman, Glenda Etai Anguiano, Catalina C Anguiano, Catalina C Ramirez, Isabel Ramirez, Antonio �tux lsabe! Radriguez, Sandra Roberson, L.eo Maho�ey, Deborah Mars Fiill Bapiist Church Eliison, Maxine {Cant} Est EI[ison, Maxine Est Maffetk, Columbus M C F Meyer Ltd Prtnsf�p, Ziioon, Ata[iah Hewitt, James R Et�x VerSita Hewitt, James R Salas, Yolanda & Alf�-edo cify of Fflrt worfh �or 11 1 4 2 3 5 6 7 $&9 'I 0 21,22 &23 2D 19 18 17 'i 6 'E 5 '[ 4 13 �a 11 8� 92 2Q 19 �8 97 '16 'I 5 'I4 19, 12 & 93 2 3 � s�oeK 6 5 5 5 5 5 5 5 5 5 9 9 9 9 9 9 9 9 9 10 10 5 5 5 5 5 5 5 5 4 4 ADDlTaQIV Worih Hills Addition Worth Hills Addition Worth Hills Addition Worth Hills Addition Worth Hills Addition Wotth Hills Addition Worth Hills Addition Worth HiEfs Addition Worth Hi[ls Addit�on WorE� Hi[[s Addition Wort� Hilfs AdditFan Worth Hills Addition Worth Hills Addition Worth Hills Additian Warth Hills Addiiion Watth Hil�s Addition Wor#h Hiiis Additio� Worih Hills Addition Wortf� Hills Addition Worth HiIIs Acfdition Wo�th Hills Additian WortF� Hills Addition Worth Mills Addition Worth Hills Addition Worth Hills Addition Worth Nills Addition Worth Hi[Es Addition Worth Hi[fs Addition Wort� Ni[Is Addiiion Wortt� Hi[[s Addition Wortti Hi[Is Addition A�mRES3 3418 Pearl AWe. 340'[ Pearl A�e. 3403 Pearl A�e. 3403 Fe�rl Ave, 3405 �earl A�e. 3409 Pearl A�e. 3411 Pearl A�e, 3413 Pear[ A�e. 3415 Pearl A�e. 3419 Pearl Ave. 3302 Chestnut Ave. 3308 Chestnut A�e. 339 D Chestnut A�e. 3312 Chestnut A�re. 3394 Chestnut A�e. 3318 Cf�estnutA�e. j 3318 C�estnut Ave. 3320 Chestnut A��. 3322 Chestnut A�e. 332'[ Ch�stnut Ave. 3323 Chestnut A�e. 34Dfl Chestnut Ave. 3402 Chestnut Ave. 3404 Chestnut Ave. 3406 Chestr�ut A�e. 3408 Chestnut Ave. 3410 Chestt�ut A�e. 3412 Chesfi�t A�e. 3�114 Chestnut Ave. 3403 Chesinut Ave. 34�5 CF�estn�t Ave. Page 4� �i� 5 C�'TY & S�ATE Fort Worih, Texas Fort WortFE, Texas �ort Worth, Texas For� Worfh, Texas Fort Worth, Texas Fort Worth, Texas Fart Worih, Texas Fort Worth, Texas ForE Worfh, Texas Fart Worth, Texas Fort Worth, Texas For� Worth, Texas Fort Warth, Texas Fort Warth, Texas Fort Warth, Texas Fart Worth, Texas Fart Wartf�, Texas Fort Wortf�, Texas Fart Worth, Texas Fart Worth, Texas Fort Worth, Texas Fort Worth, Texas Fork Worth, Texas Fart Warth, Texas Fort Worth, Texas Fort Wort�, Texas FarE WorF�, Texas Fort Worth, Texas Fort Worth, 7exas Fort Worfh, Texas Fort Worth, Texas ZIP i6�06 76106 76106 7B'I �6 76'� 06 7'6'[ Q6 76'I06 76'[ 06 7fi106 76148 7610fi 7�14fi 7610fi 78�06 ���a� 7690E 76906 7fi106 76906 76'i 06 76906 76'i D6 76i06 7Bi06 7610E 76106 76106 i6106 76106 76106 76106 OWf�ERS PlAME Chappel, �illie Chapman, Myrtfe Est Holiday, Corneli Est Freeman, Dellis & Bennie Faye Hewitfi, Jar�es R Ciiy of For� Worth Flores, Eus�bio Etux Angeles Sanders, I B Est Hurd, N S& Larry Marshall ,�r. Young, �Ila Ray Douglas H�witt, James R Quezada, Jase E Gonzalez, David Hewitt, James R Hill, Sam Harden, ,lohnnie 6 �tal Attn: Mary Hewitt, Versia Esiate % Vern E Ma C F. Meyer Limited Partnership Salas, iVlaximi�o Jamison, Helen Yammine, Wally Castillo, � Man �el 8eck, Tra��s Hunt, Wilbert Hili, Harmond ei �x Sharonk C. F. Meyer Lirnifed Partnership �O7 4 5 6 7 S 9 10 �a 9 8 7 6 5 4 3 2 1 19 20 19 1 '[ 1 2 5 6 7 ��OCK 4 4 4 4 4 4 4 4 4 � 4 4 4 4 4 4 4 5 4 4 4 3 3 3 3 3 A�]DETI�7NE Warth Hifls Addition Wortl� Nills Additian Worf}i Ht[Is Addition Worth Hifis Addition Worth Hills Addition Worth Hills Addition Worth Hills Additian Airpark Acres /�fCpOff P+G�$S Airpor� Acres Airport Acres Airport Acres Airport Acres Airpart Acres Airport Acres Airport Acres Airpo�t Acr�:s Airport Acres Worth Hi�ls Additian Worth Hills Additia� Worth Hills Additior� Worth Hills Addition Worth Wills A�ditian Worth Hilis Addifion Worth Hills Addi�ion Worth Hills Addi�ion AD�RESS 3407 Chestnut�A�e. 3409 Chestnut Ave. 3491 Chestnut Arre. 34�3 Chastn�at Ave. 3415 Chestnut A�e. 3417 Chestnut A�e. 3419 Ghestnut A�e. 3500 Chestn�t A�e. 3502 Chestnut A�e. 3504 Chestnu# A�e. 3506 Chesfin�t A�e. 3508 Chestnu# Ave. 3510 Chestnut Ave. 3512 Cttestnut Ave. 3514 C�estnut Ave. 3516 Chestnut A�e. 351 S Chesinut A�e. 3517 Chestnut A�e. 344Q Coaumbus A�e. 3402 Cal�mbus Ave. 342a Colurnbus A�e 34fli Calumbus Ave. 3403 Calumbus A�e. 3409 Calumbus A�e. 344 � Cofumbus Ave. 3413 Cof[�mbus A�e. CIiY & STATE Fort Wflrth, Texas Fort Worth, Texas Fart Workh, Texas �ort Worti�, Texas Fort WartF�, Texas Fork Warth, T�xas Fort Worth, Texas Fart Worth, Texas �O� �/1iOf�'1, TE:Xa$ Fort Worth, Texas Fort Wo��, Texas Fo�t Woritt, T�xas Fort Wor�h, Texas Fort Worth, Texas Fart Worth, Texas Far� Worth, Texas Fort Wo�th, Texas Fort Worth, Texas Fork Warth, Texas Fort Worih, Texas Fort Worth, Texas Fori Warth, Texas Fort Worth, T�xas Fo�t Worfh, Texas Fart Worih, Texas Fflrt Worth, Texas Zl� 76106 7fi10fi 761Q6 �s�as 761Q6 76'I06 76'I fl6 76106 761fl6 76106 76106 761D5 76106 7s�os 781afi 76� as 7s1 os 7fi'� OB �6106 76106 76106 76106 76106 7694fi 78146 761Q6 � Pa�� 5 �� 5 City of �art YYor�h, Texas ��yor a�d Council Com�u�ica�t�o� . DATE REFER�iVC� NUMSER LpG NAME PAGE �- 12/17/02 **�e� ��9� 5�NOESE 1 af 2 su���c7 AWARD OF CONTRACT TO a�'V�I A�VI�OR�, �Tp, ��N1PAfVY FOR PROJECT MANAGEMENT OF' THE NO1SE Mf71GA�C3N PRO�RAM i�HAS� NC). IV-A AT FORT WORTN MEACHAM INTERNATIONAL AIRP�RT RECOMMENDATION: 1t is recommended that the City Council autho�ize #he City Manag�r to execute a contraci with DFW Advisors, Ltd. Company to manage fihe Naise Mitigation Pragram Phase Na. N-A at Fort Worth Meacham Int�rnational Airport (Meachamj for ar� amount nof to exceed $925,621. D15CUSSION: This recommendat�on and contract provides the contin�a#�on flf the acquisition af parcels hased on the Federal Aviation Regulation, Part 150, �loise Study for Meac�am, previoUsly adopted by the City Council. � This .coniract is for the fee simple acquisitian af properties ir� Phase No. 1V (designated. as Meacham West Area). Phase Nos. I and ll (Meacham 5outh Area) involved the a�q�isitian of avigation easements and was campleied February 29, 2000. Phase No. III (Meacham East Area) in�olved the fe� sim�le acquisitio� of 36 parcels and was completed on Septem6er 3Q, 2n02. A� additianal grant for Phase No, iV, in #he amo�ant of $4,OQa,00� was awarded by the Fed�ral Aviation Administration (FAA) and accepted by the City Council on September 1Q, 20a2, to acquire land far no�se compatibi[itylrelocation within the 65-69 �DN (�ay-Nig�i Saund Level). Tne City's matchir�g portion is $444,444 for a tota! project amount ofi $4,444,444, and was authorized by M&C G-1372g dated 5eptembe� �0, 2QQ2. � Phase Na. IV (Meacham West Area} comprises a total af 117 parcels. The current funding af $4,444,444 will not be sufficient to acquire all the parcels, theref�re Phase Na. 1V has been divided into Phase Nos. IV-A and IV-B. Ad�itional funding wi!! be requested from t�e FAA to acquire ihe remaining parcefs. . The consultant con#ract negotiated with ❑FW Advisors, L#d. Company in the amount of $925,62� is for P�ase Na. 1V-A. The consultant and suh-consultants will pertorm the scope of work as req�ired in the �AA "Agreement for Acquisition and R�lacatian Services" contract. DFW Ad�isors, Ltd. Com�any is in compCiance with the City's MIWBE 4rdinance by cammittir�g ta 26°/fl . MIVIIBE participatiar�. The City's goal on tY�is project is 26%. In conjunctio� �with t�is consultant cnntract, an award of contract for review appraisal services ai Meacham must be appro�ed by the City Council as a separate action. The review apprais�r will� b� hired inde�encfently by the City an� ru�ll he responsible for reparting on #he_vali�ity �f t�e appraisa[s prepared by the co�sultant team, and establishing the just compensatian to be paid to the property owners fQr ihe fee sim�le title to th� property being acquir�d, City of �o�t �Yo�th, Texas Mayor and Cou�ci� Corr�mu�ica�tion DATE R�FERENCE NUMBER LOG NAME PAGE 121'1T102 *�G-�9393 55N015E + 2 of 2 SUBJECT AWARD OF CONTRACT TO DFW ADVlSORS, LTD. COMPANY FOR PROJECT MANAGEMENT OF THE NOISE MITIGAT�ON PROGRAM PHASE NO. IV-A AT �QRT � WORTH MEACHAM INTERNATIONAL AIRP�RT This project is located in C�UNC�L DISTR�CT 2, Mapsco 48W. �'ISCAL INFORMATfONICERTIFICATI�N: Th� Fina�ce Director certifies that fiunds are availa�ie in the current capital �udg�t, as appropriated, of the Airpor#s Grant Fund. MO:k Suhmitted for City Manuger's Ofiice by: FUNb I ACCOUNT � (ko) CE1�fTER j AMOUIVT I CITY S�CRETARY Marc Ott Originating Departmen# Head: Bridgetta Garrett (Acting) Additional Information Contack: 8476 5403 I (from) I GR14 I 539120 1 I 1 I � � AFPROVLD 17J17/02 0552188�7410 �$925,621.00 Luis Elgueaabal 54i� 1