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