Loading...
HomeMy WebLinkAboutContract 27848�0 ��` �� RT �I: coN � c�� o�Y ` � THIRD E�TEI�T�IOliT OF AGREEIVIEF�T F4R ACQUI��TIOi�T t��TD RELOC�iTI01� �ERVICE� 'V�HEREA�, DFi�V Ad�isors Ltd. Co. ("Can�-actar"} and the City af Fort Warth ("City") entered in�to an agreement ("Agreament") attached as Exhibit "A" and incorporated herein, for acquisitian and relvcation services on July 28, 2000 (City Secreta.ry Cantract No. 26104, amended by City Secretary No. 272i4, amended by City �ecretary Na. 27644) for ihe fee sirnp3e acquisition of property and the r�location of ihe occupants in connection with the noise mitiga#ion prograrn at Meacham International Airport {"Project"). 'V'�HERE��, the City and the Contractor desire ta amend and e�end �he Agreement to September 30, 2002. 1lTO� THEREFORE, City a.nd Contractar agree as follows: 1. The Agreement shall ternvnate an September 30, 2002, unless extended in writing by both parties in accorda.nc� with the provisions isi the Agreement. 2. Unless speci�cally revised herein, all the other terms of the Agreernent sha.11 remain unchanged a.nd continue in fi.�li force and effect. �� Executed on this J � E ,.� �.4 �%� oi° �:�L., , 2002. � � � CONTRACTOR: � �� DFW Advisors LTD, Co.. ! v.a.� � r� 5 O �� ENGIIliEERI1i1G DEPART1Vi�E�lIT � - ���� REAL PROPERTY MANACEMENT ; ,� � �E�E C,ITY QF FORT WORTH *��7 TAVLOR STCiEET * FORT WORTH, TEXAS 7EXO� �IfS � KE,xiensionlyleact�am 1'agel �8X7� g71-8362 * Fa�c (81'� 87I-8361 :�IF1iii�e�1 r�� .�cycl�tl paper CITY QF FORT WORTH: ���� ����� Apptoved as t Legality and Form J _/ ... - Assi ant Cit� Attorney Attesi: , �Y����� -,,�� ��,� f � City Secretary . .._ �-=� 1 � �J, � . _ „ can�z�c� �u�ha��.��tion --.� � `�.�� ���� ENG�1�iEERING DEPARTI�ENT R�.4L PRQP�R'I`Y MANAGEMEI�T KEx�errsfon-1�Ieac7r�an �ag�T WQHTH * 927 TAYl,pR STREET * FORT WORTH, (817) 871-$3fi2 * �'Ax (SI7} 871-8361 ���9C�Bad ��C���� ��`� �����Q� � � � ����,� �� T�w1s 761Q2-�4605 �+ Prin[ed on recycled paper �i�y of Fort T�o�th, T'eacas f���or ��d Coun�i� �or�r�unic���on pATE REFEREI�CE NUMBER LOG NAME PAGE 6/41p2 **�-1 �� 1 Q I 30TIME 1 of 2 suB�ECT THIRD CONTRA�T ��TENSION TO CITY SECRETARY CONTRACT NO. 28104 WITH G�"�+1J AD1ll�(�� LTU. COMPANY F�R PRO,]ECT MANAGEMEf�T �F THE N015E MITIGATION PR4GRAM AT FORT WORTH MEACHAM INTERNATIONAL AfRP�RT (DOE 3� 38) I RECOMMENDATfON: 'i It is recommended tf�at the City Council: �. Autnorize the City Manager to execute a third contract extensio� to Gity Secretary Coniract No. 26104 wiih DFW Advisors Ltd. Campany for projeci management of the Noise Mitiga#ian Program a# For� Worth Meacham interna#ianal Airport; and 2. Aut�orize the ex#ensio� tn begin May 31, 2002, ar�d expire September 30, zaaz. D�SCUSSION: On July 'I8, 2000 (M&C C-18933), the City Council approved the consultant selectian and award of contract ta DFW Advisors Lid. Company to manage the Naisa Mitigation Program Phase 111 af Fort Wvrth Meacham International Airport. The contract specifies that the contractar will acquire 37 parcels in connec#ian wi#h the �ederal Auiation ReguEations (FAR) Part 150 N�ise St�d� for Fort Worth Meacham International Airport. On August � 0, 1999 (M&C G-12S31), th� Ciiy Councl aut�arized the acceptance of a grant firam the Federal AWiation Administration for Phases �Il a�d IV of the Noise Mitiga#ion Pragram in the amount of $30333,333, af whic� $333,333 is the City match. Of the total $3.3 millian in grant funds, $1,677,906 is still av�i�able. 1n accordance with the terms of City 5ecretary Contract Na, 27644, the secvnd contract ext�nsion w�ll terminate on May 3�, 2fl02, and an extension af the cantract is permitted by a mutual written agreemeni between both parties. Additional time is required to complete the asbes#os aba#ement and demolition/remova! of the 32 residential siructures acquired in this phase. In additian, perimeter fencing will be erected araund tf�e newly acquired proper�y. There are sufficient funds available to.com�lete Phase III: Demolitian and Fencing. The contractor's f�e wil] not be increased durin� this exiension. This project is lacated in COL7NCIL DISTRICT 2, Mapsca 48X. 0 Ciiy of Fo�t l�o�h, Texas [���or �r�d Counc�l Comr�u�i���ion DATE REFERENCE NUMB�R LOG NAME PAGE 6/4102 **�_� g� � 0 30TIME � 2 of 2 su���c�r THIRD CONTRACT EXTEN f�N TO CITY SECRETARY C(3NTRACT NO. 261�� WITH DFW ADVISORS LTD. COMPANY FOR PROJECT MANAGEMENT OF THE NOISE MITIGATION PRQGRAM AT FQRT WORTH MEACHAM INTERNATIONAL AIRPORT (DOE 3138) FISCAL fNFORMATIONICERTIFICATI�N: The Finance Dir�ctor certifies that this action wifl have no materiai effect on City funds. BG:n Submitted For City Manager's Ofiice by: Bridgette Garrett (Acting} Originating Department Head: Douglas Rademaker Addikian�l Informatian Contack: Lisa Pyles FUND I ACCOUIYT I CENTER ` AMOUN'I' {ta) 6140 6157 � {from) 5403 CTTY SECRETARY APPROVED 05/04/02 �_ r:���r—���,--c�c�E�n��:a� r.cv� CITY S�CF�LiA�tY r � CQ�N`�PiCY NO . � r � � AGREEMENT FOR ACQUZSITIOI�T �ND RE�UCATI4N S�RV�CES WH�IZEAS, DFW A�dvisors Ltd, Co.. ("Contractor"), proposes to furnish pxa£essional services to acquire fee simple interests of real property on behalf af The Citv o�' Fort Worth. T�xas, {"City") £or acquisitian and relocation sarvices at 1Vleac�am Iniernational Aurnort, ("Praject") in compliance with all City, F�deral, and State pracedures and c�escriptian of work, terms and conditions hereinai�er described. . WH�REAS, the Gontractor represents that h�/she has the expertiss to perform the services of £ae sirnple acqui�itions in accardanc� with standards rec�uired by the United States Federal Aviativn Adzninistration (FAA.) and the Texas �tat� D�gartment o£ Transportation. � NOW THEREFORE, Contractor and City agree as follows: The Contracto"r shall pe�-form such services in connection with the Project and be compensat�d therefore in aecordance with the follawing a�rticies of agreement; I. OBLIGATIONS OF CONTRA.CTOR A.. Contractor will do the acquisition and supervisio� of th� Prnject in accordance with the terms o£ this agreement. � B. Contractor shalj be familiar with all procedures required to acquire necessary real praperty izxterests in accardance with City, Federal, aad State law and prvicedures and �ederal regulations vvhen appr�priate, Contractor will administer t}ae project in accordance with the Uniform Relocati�n A.�sistance and Iteal Property Acquisitions Policies Act of 1970 {as amended) and implemented by the United States Department of Transportation in 49 CFR Part 24. C. Cantractor shall prepare all documents necessary'to con�ey to the City valid title � to the neec#ed real property interests and report results oi negatiations vf the project. Ail conveyan�ce documents sha11 be presented to the City .4ttorney for re�iew and approval of the transaction before payment of funds to the owners as rec�uired by FAA instructions. D. Contractvr shall make persot�al contact with each inter�sted party (owner or tenar�#� to acquice valid fee simple acquisitior�s and perform its services as shown on #he project map or as instructed in writing by th� City. Contractor shall arrange survey services, but not individual surveys of each parceI, an� shali grovide an Ex�ibit "A" Praperty Map Fn accordance with attached Appendix "E". E, Cantractor, no Iater than the second co�.tact, shall explain the compensation offer orally and iri writing tc� the real praperty own�rs and xec�uest executi4n o� � U���C��a� �����G°?D . � c�� ������� �� p��7��i�� �r�� appropria#e canveyance by the owner to City oi needed property righ#s in eonsid�ration of the amount of the offer made. F. Contractox in negotiati�n shali perf'arm only ta the limit af auihority delineated by the title reports, project maps, determination af fair market vaSue, rnanual of proc�dures, acc�uisition schedule, andlor written instzuctions issued by the City and the FAA. . G. Contractor shall maintain a cornplete, legible diary of each cantac# to include the time, place, aznount of affer, person(s) to whom offer was snade, all parties present, and owner's response in a forrri approved by the City. H. Contractor shall obtai;n releas� of all liens or encumbxances necessary ta vest valid title to r�quired property rights to the City. I. Cantractor, on or before tl�e date designated xn Article IX, here�f, shali fur�sh transmittal af diary, miscellaneous correspondence, escrow ins#ructions, and r+aIid conveyances pursuant to all negotiated transactions, or writtan r�eommendations regarding futurc negotiatians in those cases where settlement failed. All worlc ahall be submitted as complefed to City officials for acceptance ar re�ection. J. Contractor shall abide by dacisions made by the City on ques�ions concerning acceptability of any wark p�rformed on the p:roject. All decisions made by the City are final. , K. Contractox shall correct ariy deficient work performed by kum/her an the project a�d deliv�r corrected work tv the City at lus/her own expen�e. Corrected w�rk shall he deIivered to the City at the City office within 15 days from date af request for corrEctian of item. L, Contractor shai� be available for consultatian (inetuding, but not limited t� discussion of diary notes and ace�uisition events) with City and FederaI representatives after completion of this contract, shauld the need arise, Said consultation shall be contracted far by a separate agreement in accordance with City policies, and shall not exceed those ratas set forth in Paragraph N. M. The City, the Feder�.l A�iation Administration, the Comptroljer Ger�era� of the Ur�.ited States, or any of their du�y authoriz�d representatives, sliall hav� access to any bovks, documents �aapers and records that are direct�y pertinent ta t�is praject far #he purpose a£making audit, �amination, �xcerpts, and transcriptions. � N. Contractor sha�I s'ign and date, upan completion tifth� successfiil acquisiti�n offee simple title an each parcel tha following statement: ! �f�a �a�� ��C��C ��D 2 �U�`U ��������1 r��r �n��,�r ���,�r s�,�nn "I hereby c�rtify that the written instrurnants secured and forwarded herewith embody all the cor�siderations agreed upon between me and the Property Qwner; agreement on said instrum�nts was react�ed without coercian, pror�nises other than those shown in the instruments, ar th�-eats of any kind whatsae�er by or io either party; I understat�d that the property acc�uired is %r use in connection with a�edera�-aid project; I have no direct or indirect pr�s�nt or contemplated future personal interest in the parc�l or in any bene�it from the acquisition af such praperty." II. 4BLIGATiONS OF CITY A. The City shall furnish app�icable � zn�anuals oi procedures, apgrogriate po�cy direet�ves cancerning pracedures or expense reirnbursement for mattera not under Co�tractors fee, deviating instructians in writing, acquisition schedule, ant! answer t�uestions by tk�e properEy own�r during the phase af negotiation. B. The City shall review and accept or reject any work perFormed by the Contractor on the project in thirt 3D days or iess from the date of receipt by the City, C. When deemed necessary, the City will provide funds for appraisal of the properties and appraisal review, title insuranc� vesting in the City, and e5crow charges. Payments to own�rs wilj be made into escrow in accordance with jaint escrow instructians. III. CONTRACTOR' S RESPONSIBIL�TLES Contractor wi�l perForm the following services under this agreement: A. Order Prelim�nary Title Reports fram title company, and arrange for clasing in escrow with the title company. The comractor will furnish a policy of tit�e insura�nce insuring the City with clear title �.o whatever the degree of acquisition is required. B, Contractor will flbiain a"Phase 1" Er�viranmental r�por� that will inelude the entire Phase III area and all parcels therein. C.. Cantractor wil� obtain an appraisal o£ each parcel to determine the purchase offer price. The appraisals shall be standard `°U.AR" format �nd type and shall only address vaiue from sales comparisons; no information need be included on replacement cost or income appraach. Ap}�raisais wiiI be furx�ished to reviaw appraiser hired by the City and a final just campensation vaiue agreed upon between appraiser and review appraiser, '���� Gn�� ���C�G°�D ����� �f��������1 3 , U'�� �ni7l'J�+uINp ��Wo D. Personally negotiate with property owners in a timeSy manner and ma.ke a minimum of two (2). repeat calls (after the initial visit) uni�l the awner agrees vr rejects tha written Qf�er. The written af�'er will be delivere� by "Certiiied Mail" with return receipt. T�e property owner shouid be advised that t�e condemnaiion procedure will b� instituted in the event a mutually agreeable just compensati�n amount is n�t established, E. Completec3 acquisitsons will be p�aced in escrow with instructions signed by thc City with the owner, Assist the escrow compa�y until the transac�iQn is closed. If condemnation is rec�uired, prepare the #'ile far such actian and return it to the City for further disposition. ' F. Keep in ciosc contact with the City and provide regular pragress reporta. Upon decision� that need to b� rnade by the City during the acqwsitio:n and reiocation process, including Last Resort Housing, there will be detailed expianat'ron and alternatives pravided for the City and FAA to mak� its� decisson. G. Can#ractor will be responsiblc for boarding-up �t�e improvements and tl�e security of e�.ch parcel acquired until th� Phase III area is fenced and under tirport cantral. The fencing ofthe gerimeter of the parcels �cc�uired will be the respansibility ofth� Contractor, a�d wili be eampatib�e� with the existing fencing naw securing the airport praperty. H. Cantractor will be responsible for the demolitian and remo�al oi all the improvements on parcels ace�uired, based oza a sepa.rate caniract to be negotia#ed betvween tha City and a Demolition Contractor. I. The Contractor vviIl be provided office space a.nd the computer squipm�nt, copier and desks (used o� th� Phas� I& 2 project} at Meacham �nternational Airport Terminal Buildin� without a rental charge, However, Cantractor will be required to set up and pay for telephone service and acquire o�ce suppli�s. J. If �he Phase I Environmental Repart i�ndicat�s,a need, the Contractor will obtair� an en�irortmental ass�ssment report an such parcel, and apprise the City of_ any hazard�us materials that may exist. The property shall not be acc�uired until tha property owner has clear�d or dispased a� tkze hazardous materials in compiiance wit� applicable government requirements, IV. COMPENSATION TO THE CONTRACTOR The Contractor shall_ be compensated �nd reimbursed in accardance with the attached "BUDGET FORECA.ST — PHASE III (on the Meacham Airport Mitigation Maps) labeled as EXHIBIT "B"- COMPENSATION SCH�DULE, The City may include additional parcels or de�ete parcels during the Iife of this contract. ���QCQad ���C�aD `� ��'Qu ll� �������1��� P 0a � C+pUlln ��/AS,. Reimbursement in the amount spec�ed herein shall canstitute full campensation for all work performed as weil a� all supervision, labor, supplies, and materials. Notwithstanding any provisian herein to the �cantrary, Contract�r's compensatian shall nat exceed �610,4d7.00 witho�t prior written approva� of City. The Billing Statement, in the �ormat attached to and incorporated with EXHIB�T "B",�will ba submitted on a monthiy basis by the Contractor for appraval and payment by t��e Czty. �ppraved Payrn�nts will be pracessed within 34 days vf receipt of the monthly statement.. V. INSIIRANCE R�OUIR��IIZENTS (a} At all times during the term af this Agreement and thraughout any extension perioda, Contractor shall abtain, maintain, and pay all insurance premium costs for and furnish certi�icate(s} of insurar�ce to the �ontract administrator designated by the City of �ort Worth's Re�� Prop�rty Division Manager. �b) Cantractor's certificate(s) of insurance shall specificaZly reference this Agream�nt and state that all insurance requirements as specified herein have beer� met. (c) Required insurance coverag�'s and limits thereof foliow: 1. Workers` Compensation Insurance � s�aiutory limiis � employer's liabiljty $1,000,QQ0 each accident • $1,004,000 disaase each person • w�iver o� subrogatian in favor of City of Fort Wvrth 2. Cammercial General Liability �nsurance * $1,4DO,OOQ each acctirrence � $2,000,000 aggregate Zimit * Enda;rsed to cov�r envirantnental imp�rrnent liability or a separate EIL policy 3. Susiness Automobxle Insurance � $SQO,OQD each accident � . * t�e poiicy shall be endorsed ta inc�ude coverage for "any auto" useci in the scope of Comractor's servic�s and operatio�s contracted herein. * coverage extended to inciude passenge;rs * coverage applicable regardless ofvehicle operator 4. Other insurance requirements a. Eacn golicy af insurance requirad harain shall be endorsed to provide tha Gity wit� a rninimum thirty (30) days not�ce of cancellation, non-ret�ewal, and/or ����;���� ��L��CC�G�D 5 ��� ������i�Qb f��n � �4��M� ���. material change sn policy terms ar coverage. Such r�otice shall b� deliv�red ta the contract administrator designa�ed by the City of Fort Worth's Rea� Praperty Division Manager. A ten (10) day natice sliall be acceptable i�n the event of nan-payment of premium. b. The canc�llation or other termination of any policy o£insurance rec�uired h�rein shall be cause for terrr�natio�a ofthe Agreemet�t for service granted hereunder, utiless another insurance policy complying with the provisions of this sectzQn shall be provided and be in full �orce and effect at the time o�suc� cancellation or other terminatior�. c. Liability iztsurance policies required herein shall be endorsed to include the City af Fart Worth as an additional in�ured. Additional insured parties shall ir�clude employees, afficers, ofaFFicials, �agents, an.d volunteers of the eniities listed. Such cover�ge must provide for all cantractual liability to the City undertaken Uy the Contractor resulting froxn this Agre�ment. d. Arty failure on part of the City of �ort V�artli to request certificate(s) of insurat�ca sha11 nat be construed as a waiver .af such rec�uirement nor as a waiver of the insurance r�quirements themselves.. e. Insurers of Contractor's insuranca palicies shall be licensed to do business in �the state of Texas by the Texas Departmant ofInsu�ance �r be otherwise eligible and auiharized to do business in the state of Texas; such insuters. shall be acceptable to the City insofar as t�ieir financial strength and sojvenoy and eaclx such campany shall ha�e a current minimum A: NI, Best Key Rating Guide rating of A.IX or other equiv�lent insurance industry standard rating. f. Insurance palicies providing co�erage's required herein shall contain no exclusians such that hazarc#s commensuratc with the services and aperatians contracted herein are nat co�ered by Contractor's insurance. g. Deductible limits on insurance pa�icies shai� not exceed $5,000. per occurrence, or per c�aim,. or per accident unless otherwisa approv�d by the City af Fort Warth. h. The City of Fort Worth shall nQt be responsible for the direct payment vf insurance premium costs of Contractor's insurance. i, The City of Fort Worth reserves the right to rec�uire Contractvr to provide full copies Qf the latter's i�surance policies within a reasonable time fr�m the date, of such request. . � ���C��� �����d 6 �0�' ��{����I� U flu vUL! �'��II� A�/Ne VI. SOCIAL SECURITY AND �THER TAXES Contractflr assutnes fu�I responsibility for the payment of all taxes (including but not limited to use, sa�es, and income taxes), fees, licenses, excise�, or ather payments rec�uired by any Ciiy, Federal, or State legislation which had been enacted or will be enacted during the term af the contract. The Contraciar must alsa meat the requirements af al! rules or reguiations that have heen or may be promulg�.ted in conn�ction with #he project under GOtILx�Ct. VII. DAlV�AGE CLAIMS AND IND�MPTIFICATTON Contractor covenants and agrees to an� does hereby indemnify, hold ha,rmless and defend, at its orvn expense, the City, its ofFicers, agents, servar�ts and empioyees, from and against any and al! claims or suits for property loss or damage andlor personal <injury, including death, to any and a11 persons, of whatsoever kind or character, wI�ether real or asserted, arising out af or in connectiot� with, directly or indirectly, the work and servicas to he performed by the Contractor, its officers, agents, emplayees, subcontractors, (icansees ar znvitees and caused by the alleged negiigence of the Cbntractor or the alleged concurrent negligence of the City and the Coz�tractor; provided that this indemnification �oes r�ot caver c(aims, suits or damages caused by the sole negligence of th� officers, agents, servants or emplayees of the City; and said Contractor does h�reby covenan# and agre� to assume all liability and responsibility af City, its officers, agents, sen+ants an.d employees far any and all claims or suits for property Ioss or damage andlar persanal injury, including death, to any and all persans,. aF whatsoever kind or character, whether real or asserted, atising out oF or in connection with, directly or indirect�y, the worlc �.t�d services� to be perforrned by the Contractor, its of�icers, a�ents, employees, subcontraciars, licansees or invitees and caused by the alleged negligenc� of the Contracto:r or the alleged concurrant negligence of the City and the Contractor; pro�ided that this indemnification daes not caver claims, suits, damages or injury caused by the sola negligence of tlie officers, agents, �ervants or employees af the City. Conxractar likewise cavenants and agrees to, and does hereby, indemr�ify and hold harmless City frorn and against any and all injuries, damage, loss ar destruction to praperty of City dur�ng the performance vf any of the terms and conditions of this contract and caused by the alleged neg�ig�nce of the Contractar or the a�leged concurrent negligence o� the City and the CantractQr; pro�ided tliat this indemnification does not cover claims, suits, damages or injury caused by the svle negligenc� of the offtcers, agents, s�rvants or emplayees of the City. Nothing in this contract shall be co;nstrued as creating any liability in Fa�or of any t�ird party against the eity. Further, this agreement shall nevez' be construed as relieving any third party from any �iabzlity against the City. ���D���� G�����D� � ���' ��r���1� ��� �y �+��� �rr�M � V1I1. . NON-DISCRIl�IIl�iATION Ti#le Vl Assurances: During the performanc� of this .contract, th� Contractor, far xtsel�, its assignees and succ�ssors in interest (hareiz�after r�ferred to as the "contractor" ) agress as �ollows: A. Compliance witl� Regulations. The cantractor shall cornply with the Regulations relative to nondiscrimination in F�derally assisted programs of the D�partment o�. Transportatia�n (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they rnay be amended from time to t�me, (hereiaafter referred ta as �he Regulations}, which are herain incQrporated by re�erence and made a part �f this' cor�tract B. Nondiscrimi�nation. The contractox, with regard to the work per£ormed hy it during tha contract, shall not discriminate on tk�e grounds of race, color, or �aational origin in the selection and retention of subcor�tractors, sncluding. procurements of materials and leases of equipment. The cvntractor shaIl nat' participate either directly or indirect�y in the discrimination prohibited by Sectian 21.5 of the Regulations, inciuding employment practioes w�en the contract covers a pragram set forth in Appendix B of the Regulations C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all salicitations either by campatitiva bidding or negotiatio:n made by the contractor for work to be pet�'ormed under a. subcontract, including procurements af materials or leases af eq�ipment,� each potential subcontractor ar suppl�er shall be notified by the contractor of the contractor's obligatians under this contract and the Regulations r�lati�e to non.discrimination on the grounds o� race, color, or natiai�al origin. D. Information and Repo�-ts. The contractor shall provide all information and reports required by the Regulations or directi�es issuec� pursuant thereto aud shall permit access to its baoks, records, accou�ts, other sources af infQrmatian, and its . facilities as may be determined by the City or the Federal Aviativn Administration to be pe�tinant to ascer�a.in compliance with such Regt�lations, orders, atad instructions. Where any ir�orrnatian rec�uired of a cont�ractor is in the exclusive possession af anot��r wha fails ar refuse� to furnish this information, the contractor shall so certify to the City or the FAA, as appropriate, and shail set forth what effo�ts it has made to abtain the information, E. Sanciions for Noncompliance. In the e�ent af the contractor's n�ncompliance with the nondiscrimiriation pravision� of ttus contract, the City shaIl impose such cot�tract sanctia�s as it or the FA.A may determine to be appropriate, incluciirig, but not limited to-- i:: ����: ��� ����C�G°�D t;��n�� ����� ���;1Q�1 g I��� ���f 1��1��ll0 ��Wk (1 ) W�thholding of payme�ts to the contractor under the contract until the cvntractor complies, an�l or; {2) Cancellation, �erm�nation, or suspensian o�the contract in whole or in part, �'. Incarporation of Pro�iszons: The contractar shall include tke provisions of paragraphs A through E in.every subcontract, including pracurements of materials and leas�s a� ec�uipment, unless exetnpt by tl�e Regulaiions ar directives issued pursuant thereto. The contractor shall take �uch action with. respeat ta any subcontract or �rocurement as the City or the FAA may direct as a r�aea�s of anforcing such provisiat�s including sanctions for noncompliance. However, in the eveni a cantractor becomes involved m, or is threatened with Iitigation with a subcontractor or supplier as a result of such dir�ction, the contractor may request the City to enter into such Iitigation tv protect the interests of the City and, in aciditioF�, the contractor naay request the United States to enter into such iitigation to protect the it�terests aF the United States. � �X. T�Rl�'JINATION OF THE CO�TRACT A. T�e perFormance of the work under tius Contract nnay ba terininated by the City in whole, or from time to time in part, whenever the City sh�ll determine that such termination is in� t�e best inter�st af the City. Any such termination shall be effec#ed by delivery ta the Contractor no less than thirty {30) days in advar�ce, af a Notice of Terrnination ar faurteen (14} days in advance on a ch��ge Qf the Scoge af Work specifying the extent to w�ich p��'armance of Wark under the Contract is termin�tedlchanged and the date upon which such termina�tio�n/change hecomes effecti�e. Terminatian under t�is paragraph is in addition to and cumulative a� any other termination by either pariy for �egal cause, inciuding nonperfarmance af any of the terms and conditions cantained in the Cvntract d�cuments. Contra.ctor wi�l be paid isi full for all Work completed to the date ofter�nination in accorda�ce with the provisions o� the Contract relating thereto. This contract shal� termitiate ��p� J� 30, 20a1 unless extended it� writin� by mutual agreement between th� parties ereto. . Upon terminatio� of contract under Paragraph A ahvve, all dacuments, records, and file rnaterials sha�I be turned Q��r to the City by the Contractor. C. Al� services to be rez�dered under this contract shall be subject tra the direction and approva� of the Fedaral Aviation Administration. X. ASSIGNMENT OF CONTR�.CT Contractor's rights and abligatians under this contract shall not be assign�d. - . � :�;���U���1� G�'�C�C�JQD �� ��`�� �[��r�[���� �� � � u � G+��M. ��M XI, SOLICZTATTON WARRANT Contractor warrants that halshe has not ernployed or retained any company, fsrm, ar � person other than a bona �de emplQyee working solely for hirnlher, ta soIicit or secure th'ss agreement, and that he/she 'has not paid Qr agreed ta pay any company, firm, or person, 4thet that a 6ana fide emgloyea workir�g solely �or turn�her, any fee, cornn�ssion, - percentage, brokerage fee, git�s, ar any oth�r cansideration, contingent upan or resulting from the award a�this agreament, Far breach or violating o�'tliis warranty, t�ie City shall 1zar�e �he r�ght to annul this agre�ment withoc�� lia�ilify. X],�. IND�PENDEI�TT CONTIiACTOR Contractar. sha11 at all times be an independent contractor at�d not an employea of the City, and shail not bc entitled to compensation or bene�its of ar�y.kind except as specifically provided for herein. XTQ. D�SADVANTAGED BUSINESS ENTER,PRISE 1DBE� ASSURAl`�TCES A. Policy. It is the poZicy af tY�e Department of Transpvrtation �D�T) tk�at D�E business enterpriaes as defined in 49 CFR Part z3 shall hawe the ma�cimum opportunity ta participate in the per£ormance of cantracts finat3ced in whole vr in part with Federal funds under t�is agreement. Ca�sec�uently the DBE rec�uirements of49 CFR Part 23 a�ply ta this agreemeat. B. DBE Obligation. TI�e Gontractnr agrees to e�sure that minority bussne�s enterprises as defined in 49 CFR. Part 23 have the maxicnum opportunity to particjpate in tt�e per�'ormance of cantracts and subcontracts #'inancad it� whole or in part with Federat fi.�nds provided under this agreement. Tn tl�is regard, all eontractors shaIl take all necessary and reasanable steps in accordatace with �9 CFR Part 23 to ensure tk�at minority business eraterprises have the ma�mum 4 opp4rtunity to compate for and perform con�racts. Contractors slaa�Z not discriminate on the basis of raca, color, national origin, or sex in the award and perfarmanca of DC1T-assisted contracts. XIV, PHA�I: T.II CONTRA,CT QNLY This contract constitutes th� contract be#ween the parties for Phase nI of the Meacham . Expansion Pro�ect, and labeled as Meac�am �ast Ar�a on t�e Meacham Ai,rport Naise Mitigation Maps. (Attached as Exl�ibit "C") Subject to future a�ailab�e funding from FAA aiad fiirther negotiation between the parties, this Contract may 6e �extend�d in writing and �igned by a1l parties. � ����i�����1� ���G� �Q �� ��� �C��G����� r� �� ��r���M ��� XV. �NT� C4NTRA,CT This con�ract, including the attached Exhibits, expresses the entire underatanding and agreement betwaen tha parties hereto with respect to the subject matter and supersedes �,11 prior u�derstandings, agreements, repr�sentations, or arrangements, aral ar written, lietween the parties ralating to the subj ect matter, of this contract. XY[. LZST �F EXHIBITS 1. Exhibit "A" Property Map to be deve�oped by Contractor per Appendix "E". 2. Exhibit "B" Budget For�cast (Compensatian Scliedule and Biliing Statement} 3. Exhibit "C" Meacham A,irpart Naise Mitigation Maps — PHASE III Executed thisZS�ay of �r � �4�TFST�� �Y � ��� � 4 ��� ✓� I/�--� � �� � ��-a �� i��`�� Cpntra��. Author i zatioa �+ � _ . �`. ��. ; �� _ Date , 2000. CITY OF FORT WORTH Bj1. r � . Assistant City Manager � � Approved as ta Farm and Legality By: � Assistant City Attorney . CONTRACTOR: DFW Advisors Ltd. Ca. � By: � �+ , ' Title: � Address: �+90 ' �•, � � �� City/Stat�: � %)C ����p Telephone: � ����L ��� ���������� � � ���' ���GG������� f�� l�i��1�M_ �7I�� STATE �JF TEXAS COUNTY 0�' T�IRRANT BEFORE ME, the under ' ed authorit , a Notary Public in and for the State of Texas, on this day personally appeared ' ��,rt•l,C� , known to m� ta be the person whose name is subscribed to the £oregoing instriame�t, and acknowledged to me that the same r�vas the �act vf the City of For.t Wvrth ar�d that he e�ecuted th.a same as the act of the said City af Fort Worth for the purposes and consideration therein expressed and in the ca�acity there'rzz stated. 2000. GNEl*I UNDER MY I-�TI� AND SEAL OF OFFTCE fhis� ��ay of ���. ,��`'��'•�`"�, �.����9 J��l� ��i.� `° � ��� N4�qRy PUBLlC ��, � Q �,, �tat� a� �'�x�� - .. Car�m. �xp. 0'l-29.� . , ,., ,, , , , . -� STAT� O�' TEXAS C4UNTY OF TARR.ANT § Natary Public i for the St�te o£ Texas BEFORE NIE, the un.dersigne autharity, a I�Totary Publi� in and far the State of Texas, on tlus day perst�nal�y appeared ��� � �- � , known t� me to be the person(s) w�ase name is subscribed to t�� foregoing instrument, and acicnowledged tc� me that the same was the act af the DF�v1t Advisors Ltd. C�. and that he execut�d the same as the act of the said DFW ,Advisors Ltd, Co. for the p�rpflses and consideratian therein expressed and in t�e capacity therein stated. GIVEN UNDER M'� �-iAND AND S�AL (7F OF�ICE this �,�day af � 2oaa. ""'� U Jq�F�I� �R111P1 �}�,���� � WC�T�FtY F'UB�IC b �i�t� of i�xas ��'a�"���# C�rt�m. �xp, 04•26-2D01 ,..,.�.. � � „ , . �,�.-.�,r•.�., ,r�.r,,��� �, ,. � — � �� N t ry Public in and for t�e St e of Texas ����0 �Q�� ��f��C1 ° Q �z �� fl�� ���������1 f� L�'h�?����7�,� �f�M �� V�_ ' "� 'r Appendix E PREPARA�'xON OF EXHTBZT ��A" (AIRPORT PROPERTX MAP) This document prescribes guielance to airport sponsars in preparatian o� an Exhi.bit "A" propErty map for airpart proj�cts receiving FedEra]. financial assistance in airport development programs. The Exhi.bit "A" property map is requirEd as a par��nf �ach project application. The proj�.ct application requires cer'�ificatian by the spons�r and referer�ce to the property map regarding the a�rport land areas owned or controiled and those areas ta be acquired in the project. Tha Exhibit �'A" visually portrays all aizpnrt land interests presently own�d and cnn�rolled and.ta be acqui,red in upcoming iaderal projects or without fed�ral assi,stance. Further, the praperty �it1e for land acquired under a grant agxeement must be clearly id�ntified and referenced to the �xhibit "A". General. a. The Exhibit "A" dj„sti_nctiv define� and, �by incl�.vidual parcel or trac�r b�CDm2s a continuing record for: 1) Land interests acauired by the sponsor an or before May 1,3� 1946; 2) -Land in�erests actruired by the sponsar subsequen� ta May 13, 1946; 3} Land interests obtained through Surplus•Praperty Agreements (Reg 3.6 and PL Sa-289}; � 4) Land ir�terests obtained through transfer from ano�her F�d�ral agency. (t7nder Part 154 Transfer - Sec 16; S�ec 23 land; or 5�c 51.6 Land) ; 5) Land interests �or which Federal f�nanca.al assistance has been granted undex� a FAAP, ADAP, or AIP project; 6) Land (by boundary) ta be acquired with Federal financi.al assistance in the future (Future deveJ.�pment); 7) Noise Land which was acquired or is to be acquired wS.�h �ecieral assistance, � 8) Land far which Federal tinancial assistance is requested under a curren� grant agreement; 9) The nature a� the land in�e�ests he].d (fee, avigat�on easement, etc.}; � 04/04/91 tl�����1nL4 �'�� VI11Q CQ�.� [������G�1� �' ����=r�Wy u�`�o � ,�,. � fi a� 6 si Appendix E lOj Utilitv easemen�s or oth�r tangible encumbrances on the 1and; . 11} The.baundary o� the contiguous airport praperty and boundaries af o���site airport holdings. ' b, The Exhzb�� "A" must be based on deeds, current tharough tit�� opinions, a review of �he airpo�t layout plan (ALP), and prior suryeys, drawings, and projec� documentatian. same field surveyinq may�ba necessary ta provide the required inParmat�an. A�though a baundaxy survey zs nn� mandatoxy, it.is encour.aged by �he FAA. The sponsor, in consultation with the FAA� wil� determine if a boundary survey wil� be accomplished, dependent on need, t�me constraints, and �unding autharization5. Costs a� such surveys can, with priar FAA appxoval, be made ex�gible as an allowable administra�i�e cos� under a project grant agreement. c, -When there are na new 1_and bu'rchases in a praject, z� is acceptable to reference a previous Exhibit "At" provided i� is current and accurate. If a previous E�hibi� "A" is re�erenced, a natation �o �his effect must be made in �he proj�ct app�ication. d. The use at an ALP or other similar documents as an "Exhi�i�� "A" is not acceptable. e. � If the Fxhibi� "A" i,r tn b�rP.r�rPc� bv a cansultant, it is zmportant for the sponsor �a determine exactly the information and documen�ation that is to be �urnished�by the sponsor and the research and .surve� to be pravided by the consultant. This division a�' responsi.bilities must ba we11 documer►t�Ed in the�consultant agreement. .�'. Two prints of the preliminary Exhibit "A" should be furnished� to the appropriate FAA of£ice fnr reviaw prior �a f,inaZizatior►. g. Mitiaa�tion J.and acquired in connec�tion with understandings contai.ned i.n environmental aqr�ements are ta be includ�d a-s if acquired �'ar airpo�t purpos�s. Preparation of Plan Sheets - An Exhibit "'A" wil]. usuaily consist o� one or more sheets or drawings. The first sheet should be the basic property map, including the entire airpo�t property, showing all parcels with . identi�yir►g numbers and ather in�orma�a.on.. Additiona]. sheets may be added to show details, enlargements, tables, plats, etc., as necessa�X, a. 04/04/91 Basic details oE the. plan sheets are as �ollows; 1) The sheet size: be no larger than 24" x 36�', and no smalJ,er than 8 1/2" x 14". U�i����1�� G`������ ���`I� ���G��Q� 4'�d UllV"fl��Uu9 �LSWa �1G�� �.�,, a �� � �z Appendix E �� 2) All drawinas b� to scale and oriented al�ker scale and north arrow shown.. The scale used shouid be appropriate for the description data used. Slowups �❑ a�arger scale may be necessary to portray individual parcels i� sufficient deta�I. 3) Contain a title b�ock with name af airpart, city location, sheet title -"Exhibit "A" Property Map," Federal project number, sxgned and'da�ed by the sponsar approving o�fici.a]., and sheet number (Sheet of sheets). 4) Can�aa.n a revisa.an block with date, purpose, and name of person making the revi.si,on.. 5) Contain a�rebarer's b�ock with name, address, checked by, and appxaved by. 6) Contain a lecrend on each shee�, xden�ifying �ach type of line ar symbol used�that is not i,dentified.by note. .. Except where not feasible, l.eg�:nds must b� consistent on all sh�ets. Airpor� details required on th� plan SYI�@t5 are: ].) Delineate existing and proposed runway canfigu�:ation(s) with lengths, widths, numbe�r designa�inns, statianing of ends, and displaced ar relocated thresho].d(s). 2j Delin�ate existina and �ro��sed__Rtanwav Protection Zones (RPZ) with dimensions, type of approach, and slope (20:1, 50:1, etc.}. Appxoach and RP� informa�ion is requzred for each existing and future runwas► end. To avoid clut�er ar► the drawing� much of the requi.zed data can be p�aeed in tabular form at ar� apprapriate location. 3) Delinea�e runwav safe�v area and Obiect Fr�e Area (OFA) with dimensions. 4) Show survev t.iEs of runwav(s) to the appl.icable property description, such as metes and bounds, ar seetion, tawnshipr and range. 5j Show airnor� boundary lines with a distinctive symbol. Existing survey informatian when considered reasonably re�iable, shou].d be used whenever possible, Such informatior► can bc obtain�:d from prior survays, ALP's, zoning pl�ns, construction plans, deeds� �nd r�corded pl.ats: (i) Dimensions•, di._s�ances: anc� stationina shau].d be shown in faet and hu�dredths Of feet. ��k/04/9�. ��'���� Oln1� U�S��NJi�SLJ t�N , �, � ,. �� �li 'l,� ��'' � `�����i 'l °� � f��� M!�r„f�.,S�IIJI �if�M 83 Appendix E (zi) Anales and beax�nqs shau�d be shown in degraes, minutes� and seconds. c. Land details on �he plan sheets would be as follows: 1) iden�i�v all land which is to be develaped or used a5 part a�, or in connect�on with, the airport. Land to be acquired by the sponsor must be identified on the map by individual parce� numbers for each tract of land ' indivzdual�y acquired (whe�her or na� Federal participation �n the acquisition cost is requested undex the current . pro�ject) showing existxrig �wnership o� each tract and the p�operty interest which will be acquired. 2) Desianate bv area or trac� number all airport land cuxrent�y owned and cantrolled by sponsor and spec�fy tha property interest held (�,e., "�ee simp�e fiitle", "av�gation easement�', zaning� etc. j. A11 contiguaus ].az�d in which the sponsar holds an identical property a.nterest may bE inc�uded within a single designated area. For example, several conti.quous parcels which were acqui.red separately in fee could be includ�d in one area designated by a singl.e number. However, i.� �he sponsor is r�questxng re,imbursement under a pr�ject for the cost o�f any land which it curren�l.y owns, such land is to be identified wi.tk� a separate tract number �or each parcel individually acquired. 3} Contain accurate leaal. descriptivns that provide sufficient descriptive data (i,'.e., section, tawnship, x'ange, lot and block, or metes and bounds} to �nable accurate J.ocatian of eaeh parcel. There must be either: (ij Descrit�tive data that matches the deed �'or each parcal o� airport land; or, � �ii) PQ�ints o� reference far tracing the parc�l from the deed description by sca].i.ng, and in a table of land parcels, thE recoxdi,ng information tor each parcel. 4) Wh�n th� land�acauired affec'ts portians of a plattec3 subdivision, a copy of the plat layout �r�port�,on affected is ta be mada a par� of the Exhibit "A." The follvwing in£armation on each plat Iayout �s �o be included: (i) Plat name, scale, north arrow, section, tawnship and range numbers. (ii) Plat ties to th� rectanguxar survey sys�.em. (iii,J Tie runwav a].ignment and stationing ta plat boundary. Q4/04/91 ������1�� G��C��G°�D �9� ���°�����f �� �n��.����n� sa�� �� �� �� � ��� 84 � Appendix � (iv} Add �oarcel or easem�nt i.d.Pr.i-.i�ir.�tion numbers, identical ta those shown nn the basic Exhibit "AT' sheet, to affEcted ].ots. (v) Show additiona�. information on easem�nts or o�her `encumbrances that cannot be readi,ly shown an the basic Exhibit "A" property map.sheet. 5) A17. trac�s af ].and for which Fec�Pral �ar�ici�aation in the acquisition cQst is raquested under a project must be distingui�5had by un��orm �o].ox'].rig� shading or crosshatching for that particular project or can�ain ofihex identifiable means and should show the lncation Qf buildings, faci].i�ies and o�h.er improver�ents loca�ed thereon. 6) The ai.rport land is to be designated to show th� boundaries in each of three (3) categories (as applicablej: 1) Current aeronautieal use; 2) noise compata,bility.; and, 3) future development. 7) - TdentiPv and accurate7.v lncate a11 easem�nts far wa�er, pawer, drainaga, communica�ian, transportation� etc., and p�rmits which encumber the airport. 8) A t�ble o� land parcels should be prepared ta summarize land data�a.n a tabular form as shawn in the example loeiow, The table would identify all areas and individual parcels showa,ng acreage and property interests held or to be' acquired. � Parcel Are.a �wner Recordin4 Info. interest Acres F�d.Aqx�ee�. 1 A Jones Bo�k 1 Page 3 Fee. 164 ADAP 08 2 B Smith Book 2 Page 1 Ease(34:1) 8 AIP 01 3 C A1�.en � Lease (20 25 Nor�e Year) � Zndividual colurnns can ei,ther be added or deleted dep�t�ding y on the proj ect invo].ved . d. The attached map is i,ncluded as an example o� a property map� that includes �ost, if nnt al,l, at the descriptiv� data and infarmation requested. O�i/04 f 91 u��� ���� ���C�G� G�D ��� � �'������ ��o ���1�OUn ��/A1e �'.�'r,�`.t' " „ � °c�� 85 . r � � �::••;:: .;•, 1 E ` i � I�� 9.�=�€�:�j , � I��il�f �yiyt_��,,: �=== ` ~ � i � -: I � :t:�t=.is;,,���:��l;:j.� t ; � ;: I �. .-.. r: . :' f � t,itrse�i:.{ei..eee1`i s t �� �' �'' � :; ` . ., . :ee. �, � N " ��=:re::t[::�}��►ar• t ' :: �� u�� e 1 i� ei...:-s::iiiii;•• iit ' s � .+i.�._asas,..i:.:i::� � �� �i i � • y ii;:`�'�et:�:..... .i•:• : I� S j!' , � � � li � � -��� � ° � � ;� ! !� '�l���� ,� t� } � ����, _ � � � 31�j���?����4jlj�!}�i;;E1r � � � �lisl:il��lsl:1�t�;i1��:1� �� . . 4� \ .. . " " . . . .....:rr��.:s�e � . _ * \ � d . � . � \ i � , S f \ \ � '. ` � ' , � P '\ � � ' r-_'"' r . ' � J � � E � p � y 1 ^\�\ ��\`1i5 � ��� 7 . { * ; . \ \ J ,4. �i ; � :J ! ! � � ! � t •�'� ��= ;,. , j, j c I f `� ' ��_ ,�r • , �� �� `h� � . � � ; ��� , I o; `.. �� s ,����\\ \\ \, �� > � - �:.�.. �;..:�: - . ���; ��\��\ . . �\�\\\\\\\\ � ` �._ __ ; � �� � �; , ~ � ��-�.�\�`. �� . :--�. :\\ � �\ � �� � .����, . ��� �.. - , �\� \\, .. .�. , , . \\\ �����\� �. \ �,��.. � i � �� �;� ��:. �� � `, \`. \\�\ �, � - : \\���\ � �' \\� �"'`��. \� \ \•�. � � . _' . _ \ \ N y�. � \� \\� �r, � \\..,�. � , . \. ��\ � \ ...,.�:� ,� \� � \ � , : r:�,'�' \.���\ � � \ . ' \ 1 .`��� � � \ \ �\ �\ . ,�\,\�:. ��\��` �� -` � � ����� �� � �� . � \ �\� • �� , � ..� \ �. . . , \� �. � Y � \ \ �� �\ , � \� � � . . � � � � \... \ � :� �\��� .�. _ : ".. ' � ',;.�,�`�` �' ��� �\\ � . � , =� � � ��\,� \ t�• y � '� ' ,�' � �,� :���_ •��' 1\ ~ . . :� � ������''� �� � ; � , �, \ � � ' �, � . �f `�=`� � . , • \ ',` , ••`, � � 1 � ,�,' , ,, ,� I i\ I �� '!._,' � , 1 \ 64e '* � *tv 'i � ��� a � � � �� � � , "�Y II �����'�'1��:+��I11LJ • ,,',�� 'r � co� ��������a�� � . �a ���:.-�� � Il llo ""6J:`�llll� VL7Wu y��/(�/�''t�•7 ri ' I� �� �chibi� "B" - Compensatian 5ched�le __ ._ _ _ _. _ _ _ _ _ _ ' City of Fori Fhlorti� - hAeacharn Fnternational Airport _ _ Program wRana�ement Project . � 8udaet Fnrecas - Phase Il (�evi.ae 511912DOU) - -- kstimated Uni#It�lourly Total Budgef Fee Total S�dget - {;mm�anv/Pnsitinn PPrcnnlSPrvir� �E $� HniFrSA lnifs For�cast Forecast Mav'C AFFN Ariviso� 1.frf. �a. - On-�aIE Principal J. FaIvo/C. Gough_ $ 154.D4 223 S 33,754.Q4 1 ProjectF�emol'�ion Manager R.I}uran . _ $ 85.ip 992 84,415,24 _ AdministrativeAssistant To he named � �tt.tt4 2U9Z 81,1S9.fiU T4381 �FVII AiEVIS005 Ltd. C0. -- S 199,338.80 5ub-Consulltants - Tert'ell, Hundley, Carroll - _ _ ___ On-caii Princi�ai J. Carrolf __ " $ 150.fl0 96 $ 14,40a.00 Supervisor _ V_WNisnant _ $ 'E01.48 264 26,790.72 _ _ _ Hnmeowr�er Agent P. Zapata __ $ B3.3B 9504 95,323.52 Infarmafion 5yslems Consultant B. Tyler $ b/-U� 72 4,530.46 Tota[ Terrell, Hundiey, Carrol[ _ _ _ $14i,344.72 - -- - Eminent Domain Valuafia� Group Appraisals - UAR 5ales Comps_ Only XX � 9D0 _ 37 33,30p.D0 Afram infemational Envirorsmental Phase I environmental re�iew an XX $ 3,5U0 _ 1 3,500.00 entire area af 37 hauses HalffAssoaatas Surveylengr. to prepare NEeac�am's _ $'17,564 'i 17,500.OU Exhibit "A" & boundary surveys Mietro iitle lr�surance Company `fitle insurance polic�es XX $ 995 37 35,815_OU James V. Culbertson Law Office Clasingsllegal on SF houses __ $ 5a0 37 18,50U.4U Clear specia� tiflellegal problems _ $ 20a 15 3,DOO.flO Nladrigal.Laurn ServtceJ to be named Boarding up houseslyarti mawing XX $ 1,5Q0 37 55,5�0.U0 Custom Fence Company, Perimeter 6 R chain [ink/3 barbed v,iire' ___ _ Barabara Duke (WF5�2G5BY024 iwo 20 ft. gates, all Yo match existing � kK $ 54,375 1 50,175.00 �ptal - Sub-Conse�ltartts $ 3b9,634.72 AdrF]i�listfative Fe8 (10°%) — -- I $ 35,9fi3.4B Reimburseable Expenses - _ DF1N Advisors �td. Co_ $ 11,100.U0 Terrell, Hundley, Carrof{ 4,43fl.00 $ 15,534.00 7otal Consuitant �riginal Cot�tractAmount $ 610,4fi7.4� J-- • —�- --- - - ---- Other Proieet Cnsls and Allowances (Paid direct b� Cilv of Fnrt Worthl -- Candemnation iega] 8� other costs (Fstimated at about 35% of totaf) $ 4,UOD __ 13 _ ___ $ _ 52,ODD.E►Q Additional envirnnment testing (�stimated al about 5495 ot fotaf) Xk $ 1,20Q 19 22,800.aD Estimated a�erage purchase price _ $ 3�,0�0 37 1,1'IO,ODO.f}4 Relocationlmovi�g of residenls _ $ 10,000 37 37(1,000_aD Demofition and lot clearing XX $ 5,000 37 185,ODO.DO Estirrsated Total Other Project Costa and Alfawances $ 4,739,SD0.00 Total Estimaied Program Costs I _ __ $ 2,350,267.04 I Meaciiam'1-3 T�e City ofi Fort Worth, Texas Meacham Internatianal Airpor� p�oject �rofessianal Services Pay Request Gontract Information Contrac# Autharization; ; Contract No.: . Con#ract Title; Aareement For Acauisitian and R�lacation Services Consuktant: DFW Ad�isors Lkd. Cr�. pay Request No.: Executed Contract Current �eriod: Date: From: Contract Expira#ian Ta: Date: Pay Estimate Data: Peaposed (Completed by Consultant) Original Contract Amount Executed Amount of Contract Modifcafions Revised Contract Amount $ $ $ Previous Amnunt Paid Payment in Pracess Amount �arned this Period TOTAL AMQUN7 EARiV�Q Less Pre�ious Paymen# �ess Payment in Process AMOUNT DU� $ $ $ � $ $ $ Accepted by City (Comp�eted by Cit}I Staff) � $ $ $ $ $ $ $ $ $ % Complet� o� CON5ULTANT'S CERTlFICATION I H�REBY CERTI�Y that the infarmafion cantained in this Payment Request acaurateiy represenis the xctuaf amounts due forwork performed and the materials s�pplied fo date under the terms af this Contr�c#,-a���, `s��`..".i,-1"r�,i. there has been full compliance with ail la�ar provisians included in #he Contract. I understand th�t � o(�} a false enkry in or false alteration of this certificakion is a criminal affense. ����• u`���Q� ��� ��'�US � �� Y Yq ��`YY�� UWVYP Principal, Charies B. Gough — Consuliant's Representati�e- TitlelName Consultant's Representative Signature dafe 4600 Greenvlll� Ava., 5ulte 150, DaHas 'FX 75206 Const�ltant's Address City Stafe Zip. Code Meacham Blil Summary (214) 75D-9898 �J��� 1 � �. Consul#ant's Telephane Number a �� City o� For� !l�or�h, iex�s n�eac�am lrtte�natior�a[ Airpor� �rofes�ianar 5er�ices �onfiract �ay �t�quest fVo: - CONTRACT AUTH. CONTRACT NO. PROGRAM: �ement For 1,. Rirect �'ePsor��el Billing: Ja1� Title Name Base Number Hourly af Ho�srs Rate x x x x � x X X x x x x x x Suhtota[ S�btotal .�irect Pepsonnel Billing _ $ _ � _ � � g _ � _ � _ � � � - _ � _ � � . .. � - .� $ $ 0.00 $ ❑irect Personne� Billing 2.. Subcontractor �illings; See details on next page by Subeontractor 3.. Administratfve Fee: Computedlbilled, per contrack, at 10% o� Subcontractor Billings 4., Reimhueseabie Costs Billi�gs: See details on next page � iotal Amount F�ar�ned �E�is Period 5ubiotal $ S u btota I $ - � u����UQ� ��L��C�G°�D C��I ��f���G�[��Q� ��� �J�}��lp ���o Meacham Bill ❑etail , ,.�„ G�� � City o€ �'arth Worth, fexas - Meacham Inierna#ional Airport a. �etai� of Subcontract Billings: (Attach lnvoic� Copies) Description: Subtotal 4. Reimbursable �xpense: Description: Subto#al tuu���C��Q� �[�C��G�D � C�� ������ ° �� ��a UUllll�ij�ll tl� ���a � $ � Meacham Bill De#ai� �� � � �" � � �2 � � �/ . __./ _ / � / � ?�"_��_ . i "� •�� 1 S � 3 e i u m Wp��A� � J • yp � 6gr, �sr �onc a� 790 13 7E 13 fi 11 la 1S IB 15 IG 9 16 i� o �� 5� Y IH � a 19 6 �7 ' 29 5 2m �1 � 21 22 3 22 23 Z 23 2� � 2� _ 3Zi5'D ��` � �:55� �a_;..; 'x�� �.-. �� ��� `�_ 4dE °i _ 1� Il � 15 IB 18 4 �R 17 a :� i s -�-j� -r ;�px 17 � ' ' S l- _ 20 5 IJ 21 4 22 3 � z� t - x� � . IyE"A�HAIy �AS T CITY OW�ED • - ��aP��rrEs '� FL1I5b E09 � � �a ii i� u zR 15 1B 1S IB '�^��'I � 16 9 1C 9 � 7 � n s » a � s o �ig � � �8 t ��� w�r � 1g �' 6 19 F''T g T.' 9 Y i9 g 29 5 S VD 7i r 2� �� 27 � m 12 22 3 2Z 32n� sT d3 2 Z� 2R � 2� 1 21 qEn�7 ` INI �y 3R � 0 � s G � Z � se� �x � �� 16 AREA u ������G"�� �'�C��J�D FEE P�RC�� ('����(�5�/��� �� i5Uw UhDEC ;D�l��a UC�L���':uW' UfSWu � CHURCH�$ & THE IR f-; . DD nor i.ranr TQ ''� PROPERTIES � PARTICTPATE 0 200 aee DERD EHDS-ATTEMPTED TO �` � � CONTACT WITN nQ RESPOh1SE ""ti 5(3l1ND PROOF"I�lG �aa aea RVIGATIOh[ EASEM�hT EXHIBIT "C" . � ' 17 �II -'�^ d !1 � 17 � !T 11 Y 5 Itl 5 ,iy,_�I 5 16 S 16 � 5�� �g �2 f7 6 , 45 5 Y 15 ' W G� 15 8 IS 6 IS -^ � 14 r .._M1» 7 I� 1 i� 7 1� 7 !+1 * * 2 27 E I'� I� S l 7 �3_._ 9�.� 13 � !�� 17 B�1 : 17 7 22 9 12 9 12 � 9 12 4 12 � 9 42 m� � 21 IB 71 �IN 11 1g 11 19 71 10 I1 n 5 zQ ' _ .R _� �_ �6T}I ST .�— � 4" M- 2 :3'�e1���ii� 2 1 � �_ , 2 1 2 1 2 7 h 7 18 7. .7 Id 3 18 a 3 IB 3 1� � z N a r� � 4 � �1 17 7^e 77 y A 17 , � 57 � 9 1i / 5 I6 ' ¢ �+ ��tq Q 5 iG p 5 �� 16 a -.�5� i 16 Itl IS / 6 �S t�j7 5_ t5 O' 6 .15 � 6 � I$ H G �� 15 � �� �q 1 7 li o� il9 M q ia Y 7 44 W 7 �4 � 12 1�' / 8 _ 17 � �` Il V�6 13 •� � 13 B 1} 1ep 4 12 1 9 ta 9 12 m 9 1g 4 FZ 1 2� ie ��'4i1�^ ii te n !S ie i� �e , ii ,�. � � 23 e • 35T � 5T 1ea iee a ze j' .� 11 • 12 fl 1i 11 1� 11 � �1 -q �. 19 19 13 10 13 l9 5 20 �'� -- .�' ,(. , - 74 9 Va 9 u 9 6 �8 -y:. =� 4i IS 8 IS 8 15 6 7 � n��# �I-B-��-Q 7 ti 7 16 I� 7..�� S 1T ' " �� " 9 16 �- . f(1j -�, T 17 6 17 6 17 6 ' T�, , � 19 5 18 5 Itl 6� IB 1� �t�T��''� as! _r ,:'�r�� 19 � 19 i 19 � 71 1� '�!'J { ' 29 ^ • 3 29 ] 29 .7 � � Z �T7 `. 'k N: �"�i J Ei a t 2 af 2 34TN 5T �'[, iaa m f� . �"1� � 22 1 2E 1 22 t � t� 34TH ST e �' �3 12 1] 12 13 1� 3 ✓� i ,� ,s ,i „ „ ,. �, z� � , - �e �s �a is ie +s �e s � ea , `� �� 76 4 IG g 16 �y 6 � '! 17 $ 1 T A I7 { T I 6 �' 7� IB i Y �g �{ y IB 7 � 17 ' t' - tA � 6 !9� � a 19 C 9 16 . r - 19 IS '� 5 2g 5 20 y 20 5 1 1".� .. �• S: 21 { 2F � 21 � . 71 \ 22 ] 22 3 22 3 � m r � 1 83 2 z7 Z 23 ; � R -. .. . 1 , Zi 1 �. E� I 24 I � \ �� G�TY S�CRE�A�Y ��i�TRACi NQ . i� %�� ] �--�2-0�� PO4:�4 IN ���r P0�:2q 1N E7�TENSYOI�T OF AGREENIEI�T F4R ACQUrSITi01� AND RELOCAT�01�T SERVICES WHEREAS, DFW Ad�visors Ltd. Co. ("Contractor"� and the City of Fort Warth ("City"} entered into an agreement {"Agreement") �or acquisition and relocation service� an July 28, 2Q00 (City Secretary Contract Na. Z6104) for the fee simple acquisition of property and the relocation af t�e occupants in connection with tha noise mitigatian. program at MeacY�am Interna�ional A.irport ("Project"). WHEREA�, �he Agreement expired on its own t�erms on September 34, 2001, WHEREAS, the City and the Contractor desi�e to e�ctend ti�e Agreement to December 31, 20�1. 1�TUW THEREFORE, City and Contractor agree as follovvs: 1. This Extensiott of Agreemez�t shall commence on October 1, 20Q1 and terrninate on December 31, �2001, ux�ess e�ctended in �nriting by both parties in accordance with the provisions in the Agr�em�nt. �. Section IV of the Agreement enti�ling COMPENSATION TO THE CONTR.ACTOR . is hereby amended by adding the fallowing provisions: a. The total cantract am�urn of $610,467.00 as appraved pre�+iousiy �vili be increased by a tatal a�$82,394.50, for a final contract amount of $692,857.Sa A r�allocatian of �,he funds in accordance with ihe attacned and incarporat,ed E�hibit "A" (Budget and Contract Revision) wiil be permitted. b. Un�ess specifacally revised herein, all �k�e other terms of the Agreement shall re�ain unchanged and continue in full force and effect. ,� C� -KErtension Meaeham Aage1 ���OG��G�� �[��u�D C�� ����� ����a� u u, U17��s�:U�lup �l�W� Executed an, this �3,,� CITY DF FORT WORTH: of ��� 2401. Bj�: Assistant City�Manager Appro�e s to and �egality: Assistan� City Attarney A . �� �� ci,t� S retary t KExtension �epclru�e Page2 C�NTRACTOR: DFW Advisors LTD, Co:. / , i /� � � `� ��- ��� � � ` + � � �:.' � _ -.�' �,_ , �r_,� _ s� �`� %�--��' �— . �. . �- /��9�� / ^an��C��� Au�ho�iza��on � /D - l�� f1� �a�.e . , .. _ �_ .. . �������� ����u�D , . C6�� ���� C���� � ���G���, �� -.�..��..,, i Clty af Fart Warth, Toxas Acq�EsUan and Ftulacatto� 5arvlcos !4{oacham lrltornatlo�al Alrport - Contract No. Z6144 �i2dant and Cenlract Rnvislan �aFWAdvlsors Ltr1. Co. PersonlWork bescrlptlon � PasltlonslRataslBilll�gs �Qn-e�ll PrinclpaEs J. FalvulC. Gauqh IProJect Manager Robert �uran �Administrative Assislanis L. R6jo, olhers � Total DFlhl Advlsar Fees PosltlonslHours On-call Pr�ncigal J. FalvolC. Gough ProJe�l Manager Rober! Ouran Adminislralive Assisiants L. RoJo, others � Tn4al DFVY Advlsar Naurs � � 5ub- Consul#anfs, fees, hou. ��, expenses: iarrall, tiundle , CarroEl - PositianslRale/8311ings fln-call Principa� .foe Carrall 5upervisor Viv9an Wisnant h[omeow�erAgent Patricia �apalal8enton Homeawner Age�l Angela V. Maldina (Informatlon Systems Manager Bobhy Tyler � 7otal TliC Fees �TYiC PositionslMaurs bn-cali Principal Jae Garroll JS�pervksor Vi�ian Wisnan! �FiomeawnerAgent PatricEa ZapatalBenlnn lfiamenwnerAgent Angefa V. Maldina �nformatian 5yslems Manager 8obhy Tylsr Total "iEiC hours f iot81 DFW Advisor/THC Naors �OLher5ub-Consultants, feva & expe�ses: �Eminent Domaln Valuation Gp. AFpraisals ot 5F hauses Atram InY[. Emtronmar+tal Phase 1 Envirnnmenial � Halif Assaclalas Svrvey work 8 Exhi6il. "A" WeslStar Nallonal 71t1s �o. 7itle fnsurance policies James Cu16erlsan Law Offlce Clos€nes/[egal an 5F houses �.lamns Culbertsan Law Of{!ce Clear litlellegal pro6lems � Bolt►y Landscape Comparsy Yard mowing �Hughas Bulidln Sarv[cas Board�ng-up, re-key, cic. �Custorr� Foncn �ompany Perimeter chain link fencing, e1n. �7otal 3u6-consuitants Fees Sub-consultant Admin Fce oi 10% �RelmbursableExpenses- . DFW Advlsors LEd. Ca. 'ierrell, Hu�dlay, Carroll i'ota! Reimhursahle Expenses jRovlsad Total - Contract Na. 26104 8illing Rate S '{ 50.4p $ 85.1 D S 38,BD S $ 5 S S 150.00 1 f31.48 63.38 55.00 67.09 Units/Rates 37 Q �90U. + Sfi60 1 Qa S3,5D4,p0 1 Q 317,50Q.00 37 5895.00 37 5500.Oq 37 @ 3827. a7(�3s72. tumo Sum Qr[ginal Apprn�od Amount tar Contract Na. 26104 . I Increasa!In�Arriount°cf�ContracL;Ho:r26Sp4 to-hv:approvod;�' ' . .� � Extenslon-of Contract'Compfetl�nlTerm�natlan da�o ta be appraved ��.` EXHIBIT "A" Page 1 of 2 Revlsed Contracl Thraugh �eCembe� 31, 2401 I S 4Q,500.Q01 $ iZ1,G92.5D 3 'iD2,103.20 S 264,295.7Q $ S $ S S .3 I I � E _..____.___.------. a S S - 5 $ . _, a 3 5 S 270 � 1,438 2,632 4, 332 i i6,200.00 � '{4.722.92 20,DD5.B0 85,835A0 1,912.07 138�A76.79 I --�.___.,_._. _... .. .. �oa I I 145 316 - 1,557 zs 2.155 _.._M..._..._... _....._ � 6,4Fl7 , - � _.....---.._.. _.... i 33�900.00 � -..-- �--_ ._... 3,50Q.OD �--._ . .._. 37,500.00 � 36,815.00 18,500.OR --__,..._... _ 2,000.00 .... ..._..:....... ... 30,600A� 2d,1170.00 5q175A0 '-- ... ._._...,. .. . 355,336.79 35,653.59 _ a 4a,sfl�.sz a �s,000.oa � 1fi,591.32 ,.__.,_.._..__.�--•, s •-------•-•&92,857,54 . — S (610,467.00j1 --- .� •-•- -. --,-- �___ �... _P..._-----••- ---- - "' , �I ; 82,390.5� � I_._�_...^--- Docambar 31, 2001 � / � � � ����C�G�� G'��uG�D C9�� ��G�;���'�`���1 {I Ila GV�.f�lfi��lllle IlLhlA]� � � I � � ciry or Fort wo�eri, roxas Acqulst�on and Ra[ocatTon 5orvlces 14tieacham Internatlona{ Alrport- Corttraat Na. 261Ub Sudgnt Rev{ston - Contrack and Clty Dlroci Pay AnalysJs gFW Aciv[<_ors �td. Go. - Go�tract Not 26104_ � DFW Advlsors Lld, Co. -�ees j 9 7errell Hund{ey CarroA - Fees ' � I DF1NA and 7HC out-of-paCket reimbursahle expenses � Other su�-consultantsltontractvrs casts and administrative fees � I I Totai ContrackNo. 25�04 � � � Purchase pro� erties S vacant lois � ReloGatlan af residents � Lasl resort housing payments � I Moving and relaled expens�s � � Demoiiliqn and ioE cledring 4 Revlew Appraiser � � � Staff Pragram Coordtnallon � Additianal envlronmental t�sling � � Candemnation, fegai and ather � I fatal Othar Prof+►ct Costs - Pald Ulrect by C{ty f iatal EsNmated ProJeet Casts B9fora Cantlagor�cy � Gonoral CoRtingency I I Total Esdrnaled ProJect Costs � ' I l l i �� I I f I 1 � I i I � I I I � � � k �XHIBIT `iA" Page � oi � I� �� I� IS I 15 1 la I� S I� �� $ S I� � I$ 264,295J0 � 138,47fi.79 � 36,591.32 � 253,493.$9 � ssz,as7.so j �,�s�,ona.00 I 530,004.0� � zs.ona.00 � sa,aoo.00 � '[76,DOO.OD { 1i.100.00 � 25,d04.00 ao,soa.ao I za,aoa.aa ► S z,ats,oao.00 $ 3,111,837.50 � I 5 z2�,�az.3o � I I � �,333,000.00 � I � i � � / U����ar.� �'����°� C� ���'� ���� �o �G���, ��� r �IiY SEC�EiARY r� �fi� Q4-25-02 Aos : oa � �v ��NiRACi f�, _,�`��y"�` SECOI�TD EXTEI�SIQI� OF AGREEMEl�T FpR ACQiTISITIOl�T A1�TD RELOCATIQIlT SER�TICES WHEREA�, DFW Advisors Ltd. Co. {"Contractor�') and the City af Fort Worth {"City") ent�ez'ed into an agreeme�t {"Agreement") attached as Exhibit "1" and incorparated herein, for acquisition and relocation services on Jc�ly 28, 2000 (Gity Secretary Cantract Na 261�4) far the fee simple acquisition of properiy and the relocation of the occupants in connection with the noise mitigation program at Meacham International �,irport ("Project"). � WHEREAS, the City and the Contractar desire to amend and extend the Agreement to May 31, ZOa2. NOW THEREFORE, City and Contractor agree as fallaws: The Agreement s�all terminate on May 31, 2002, unless extended in writing by both parties in accordance with the provisions in the Agreerrient. 2. Section IV of tb.e Agreeme�rt entitled "COMPENSATION TO THE CONTRACTQR" is hereby amended to read as £ollows: The Contractor shall be campensated and reimbursed in accordance wzth th� attached "BUDGET FORECAST- PHASE III" (on tl�e Meacham Airport Maitigation Maps} labeled as EXHTBY'T "B"� CQIVYPE1�iSATI01iT SCHEDULE. The City may include additional parcels or delete parcels during the life of tk�is contract. Reimbursement in the amaunt specified herein shall constitute full compensation for all work performed as w�ll as all supervision, labor, supplies, and materials. Notwithstanding any provision herein to the cantrary, Contractor's compensation shall not e�ceed $8Q1.839.99 withaut prior �vritten approval of City. The Biliing Statement, in the fot�tnat attached to and incorporated wsth EXRIB�.'T `B" wilf be submitted on a monthly basis by the Contractor £or approval and payment by the City. Approved Payments will be proeessed within 30 days of rec�ipt af the mant4zly statement. 3, Unless specific�lly revised herein, all the other terrns of the Agreement shall remain unchanged and continue in full force and effect. KF�terrsiort�l�Ieacham Page1 u��a���E��_..�CF���►��� � �a�' ����:��i��a�l �o VU�:IU�:�����Y�e— �- Executed on this �.� CITY �F FORT W�RTH: CONTRACTOR: DFW Advisors LTD, Co.. ���. � � Ass�stant it�'Manager of _��O��L ° 2002. ��� Approved ta Legali#y and Form v ssistani City Attorney � �� �� DBte . 1�Extension Meacharn Page2 ����C�4Qa °?�C�t��D ��.,,�;� ��� � �:� ��dst��' �q �,�.�,����� ��� � ��� �� � / ���� Contrsct F�u�h�si���ion �����1� �3 4I�1' af FoK1NoNiI TeKn Acguisflan and Ra3ocaHan 8ervka� Meach�m fnkmat[onel AlrPorl -Conhact No. 4610{ _ �2^,ienccomreerxe�i:ion I I I IOFWAdvfswaLM.Ca P�rswdWnr40a�cripMan BIIIIngRale � pesftlnllelRates�8illings fOrvasll Prindvala J. Fe�rWC, Go�gh S 76a.00 [PreIeetMani��r RaheitIXven S eS.kO HomeawnerApgnt Meela V, Meldfno S 55.00 pdmfnlWretire Assislanh L Re�o, o1Ner; f 36.E0 ioTal OFW Advisor Fa�s AositionslHnurs On-oall Princlnal J. Fallo1C. GouoF pra�atMan� er Rabertl]urdn Ha eoumar nl Aryp �le V. Maldlno Administr� re alstanb L Ro�o, ofhen Totel OFW Ativlaor Houn Su6� ConsWlan[s, hra, hours d rxp �nan: Terrel�l NundleI�, Carroll - Aaa�OaneJF atal811io Qn-call Pelnclpal 3oe Cam� Svpmvi¢or Vlvien Wknan! . Homeuwner�I anl Patricfe Za tal8enton �[ �ne Aq�PI Pu�QF1a V. �ddlno : �jA� d In(arma�on�( siems Manaper Baf�6v 7yler 7n1a1 TfIC Feee 7FIC PosiGmsMowg Onsall P�indpal Joe Ga�mll 5ypervicor Yeuian Wisnant jHoineowner�jAent PaOicia7.� pla16en1an �jiomeownerAqent 1Vn�Ja V: �Idina fnformatlon�yplrrtnMenaper Ba��dvTrler 1 ToLITHCJ7aurs �Total OFVYAdvleorlf({C MouB Other Su6- ConaulGmM, hs� d, eKp�+mei: IEmfnairt Damain ValuaUan Op. fy�pmical§ aFSF houses �Alram InYI. Environmenlal F�haae 1 Enviranmenhl IHafffAssocFaten Survaywa[k6Eahi611.'A' � WeslShr Hational TiFle Ca. Tllle Insurance pq�de� � Idames Cui6ertson LawOlftca Gloslr�peAqypl an Sl� houses �Jamas Culhertsen l.eW ONke Clear tlBelTegal v��ema IBoleyl�4sy�ye�pany Yaidmowlny �HugS s B�ffdiqp w eea BoertllnA-qp� �-keY, ete. ICuslamFa�wCortFp�ny Pedmeterchafni�nkknclnp,elc �TatalBuhtensu]Wh Fee� I Suh•consNlenl Atlrnin Fee af k0X I RelmhuroaWa Ex��sae - I oFV4Advisa�sltaco. I Terrell, Hyndley, Cercoll j 7otel ReimfiursaWe Expenan r txea:ed Tna� - contrac! Ne. astn{ Amandad Appmv.d AmawistnrConhaet No, 2F1M I �ne��v I�i �mdM r[.n�r�ut M�� 7fiN iW I�a �ppir..� I I Fyle.�l�n or orev,al o.e�sr.m�.�l ow m rr ■pprww 7SO.pp 107.48 83.99 55.60 Bi.09 UnilelRate■ 37 5900, k 5600 � 55,500,00 1 17,SOO.OU 1 �S9B5,dp 37 �3,00.ao 37� 5927. 3��S8T2, Lump3um ��,��� ! o� ,� � Revl�ed CentreCt ihroyp� Moy 31,'�b0$ S 57`A00.0o i tfi8.446.06 S 3 5T9.00 � 1Yu�.95S2R _ 3Yd.92E.i0 3E0 7,9E6 45 1�4 _ . e, a 5 16,200.90 5 14.722.92 s za.aoe.eo S 95p15.00 S 1 � 2.07 S 13E. 6,T9 106 f�5 _ 318 7.557 29 2.fS5 9,OE4 ; 53,900.00 S 3300.tl0 �S 17��O�Aa s S9 815.00 S �e�bo.00 � Za�.00 S 1Fl 0.00 S 32�5 0.00 � �d`,rs.ao 743,�p�8.79 f a7�s.ee � 1E,647.32 18,Go0.p0 s 78,697.SII S E01,eas.9e ; [692,65T,dllJ {� � �9R,!lS.A -- � Fw.$ti�79;9 � C Yy W Fort Wo[th T�fta� p yif lan and R�Ixa� Services d�R' I��Cr a�faelond�.Ca��etNP28{04 _ _ Bu g ry r - en Giry p reci Pay AndYsls OFW Aduisees Lld. Cn.. CeMr�el Ne.1i10�. � OPSM Ad�rlsen Lttl. Co. - Feea TeRellklundleyCartdl-Fe�a �OFWAandTHCnu4af�ockalrelm6urseAlee�penaea �Olfia cu�cornullanFalcontractac ces� and admfnlctrative feea 7ata1 Conlrocti4o.2i10i OkherProlec! 6alimated CasksfAllu�ncas - Paid �Ireci br Ctivof fert WarM ��thqpp qQae�ly,s d vewrt lats Re oceffon of reaSden� Laet reead housing paymenlc MovinA and related�xq�9�ses �dmolldon and lal ed arin9 ReWaveAppreker 31a�ffqPragram Cnordinekan Cwdemnelfun�lauel end ome r Tett� OtlwrPra�ectCe�ta-PefA Otrect 6y CFtyr I Fo6t1 EaNmpted PrqzclCash Bafion Cantfmganay 6srteral Centlngenay Tolal EsHmated RmJrst Costs � S 785,02B.2a S 15B,N6.79 S 3B,Sst.a2 S_ Z61,7�3.BB S Bfl1.69B.98 S 1,554,500.40 S 52�/ 806.� S 75,000.90 S st,svu.00 S 200.09Q.00 5 11.100.OQ S 60,Q00.06 a - a - S 2,M0.7tl0.G0 S 3,�70,i78�8! --- -S -- 1l1,IBOA1 ; 3.777,OG0.00 Meacham3Mey2002 (Revised ",+281,?002) OFWAdvisors Ltd. Ca. PersonlWork Qsscriptfon P o s it f fl nslRatesf 9111 i ng s jOn-cail Prineipals J. FalvolC. Gough � Project Manager Rabert Duran � Homeowner Agent Angela V. Maldino �Administrative Assistants L. Rojo, others � Toial �FW Advisor Fees � PositionslHou rs �On-call Principal J. FalvolC._Gough �Project Manager Rnbert Duran �Fiomeo�vnerAgent Angela V. Maldino �Administrative Asslstants L. Rojo, others � Total �FW Ad�isor Nours � '5u6- Consuitants, fees, hours B expenses: Terrell, Hundlej+ , Carroll - PQsitianslRatelBEllings On-call Principal Joe Carrall Supervisnr Vivlan Wisnant HameawnerAgent Patricia ZapaialBenton Homeowner Agent An ela V, Maldina Informatinn Systems Manager Ba�by Tyler Tata! THC Fees THC Positions/Haur5 On-call PrincipaE Jae Carroll �Supervisor Vfvian Wisnant � Homeowner Agent Palricia Zapatal9enlon � Homeowner Agent Angela V. Maldino � Infarmation Sysiems Manager 6a6by 7yler � Total TFEC hours �Total DFW AdvisodTHC Hours expenses: �Eminent Domaln Valuat[on Gp. Ap praisals of SF houses �Airam InYI. Envlronmental Phase I�nvironmental � Ffalff Assaciates Survey work & F�chibit. "A" � WesfStar Natlonal Tltle Ca. Title insurance policies �James Cai6ertson Law Office Closingsllegal on SF hauses �James Culdertsan Law Office Clear t1tlelfegal �rablerrts �Bplej� LancEscape Campany Yard rnawing �Hughes 6u7lding Servlces 8oarding-up, re-key, etc. �Cus#am Fence Cumpan Perimeter chain Ilnk fencing ITotal Sub-consultants �ess Sub-consullan# Admin Fee af 10q5 Relmhursahle F�cpenses - DFW Advisars Ltd. Ca. Terrell, Hundley, Carroll 1"atal Reimbursahle Expenses 1���E � a� � City af Fort Worth, Texas Aaqulstion and Reiocatlan Services Affeacham Internatianal Airport - Contracf No. 2610a Analysis af Fees, Suhcontractor Gosts and Expensas Amended Conlract Revised Contraal and Budget and Budget Billing Rate thru 12/31/01 Estimate thru 5/31I42 150.OQ $ 85.14 $ 55.U4 38.B4 $ � 40,500.04 121,692.50 102,103.24 26R,295.70 274 1,43U U 2,632 4,332. 150.00 $ 141,48 $ 63.38 $ 55.00 $ 67.09 $ $ �s,zoa.no � 14,722.92 $ 2D,fl06.80 $ 85,835.00 $ 1,912.07 $ 138,476.79 $ 108 145 316 1,557 29 2, 954 6,488 jTotals - Contract Na. 261D43 37 (a� $900. + $60 9 Q $3,500.04 1 @ $17,500.40 37 @ $9$5.00 37 t(� $500,00 �o @ �2na.00 37 (r� $827. 37Q$572. Lump Sum � $ $ $ $ � $ $ $ $ $ 33,900.00 3,5�0.4q 17,500.�0 36,815.40 18,500.00 2,000.00 3U,600A4 24,8T�.D4 50,175A4 35G,336.79 35,fi33.fi9 S $ $ $ $ $ $ $ $ $ � Other PrQ�get Estlrttated CostslAllowances Paid �irect 6y Cttv of ForE Worlh purchase propertles & vacanS lots Reiacation of residenls Last resorl housing payments Nlaving and relafed expenses �emalitionlAbatement and lot c[earing Review Appraiser Siaft Program Coardinaiton Addlti�rtal environmental testing Condemnation, legal and other Total Other Prnject GOsts - Paid airect by City To#al hafore contingency General Contingency �7atal Hstimated Program Casts � ^s� 16,591.32 $ 1 S,D00.00 $ 36,681,32 $ � S 692,657.60 � � I� I� I$ �$ l� $ $ $ $ S 5 S 1,551,Q00.�0 53�,000.40 25,�00,44 50,�OD.D4 176,0OO.OU 11,100.04 25,000.09 so,sao.00 20,000.00 2,418,000.00 3,111,85'�.50 xz�,�axesa $ S � $ � $ $ $ $ � $ S 57,000.00 168,498.00 3,575.00 135,955.2q 366,�28.2� 380 9 ,980 65 3,5Q4 5, 929 'E 6�240.OQ 14,722.92 20,Q66.8� 85,635.00 1,912.tl7 138,47&,79 108 145 � 316 � 1,557 � 29 � 2,154 � 8,083 � 33,900.04 3,500.Dp 17,500.00 ', 36,815.00 18,500.00 z,aao.00 3d,600.00 32,370.�0 5U,175.00 363,836.79 38,383.68 18,581.92 78,OU4.00 36,691.32 801,838.59 �,s��,5oa.ao 5aqsoo.00 15,OOO.dO 67,500.00 zon,aoo.na 11,100.00 , 5fl,tl00.OQ ', 2,416,700.00 3,220,539.99 � � a,aso.o� $ 3,333,000.00 � 3,333,��0.�0 � fUteacnam3:2002 t �; � .. ����� �b �� �,1 �, CITY �ECREiqRY � ID'� C�N�'�ACi NQ . u';-•�ra�1101'L� �i]:N 1:L'VU � , AG�ElYIE.I�iT FOR ACQU�SIT�4N AND It�LUCATIQl� S�RV�C�S WH�REAS. DFW Advisors Ltd. Ca.. ("Cantractor"), praposes to furnish praFessional services to acquire fee simgle interests of real praperty on behalf of The Citv of Fort Worth. Texas, ("City") for acc�ui5itipn and relacation services at Meacham Internatio��11 Aienort. ("Project") i� compliance with all City, Federal, and State prc�cedures and description o� worlc, terms and conditians hereinafter described. � � WH�R�A�, the Contractar re�reseats tliat helshe has the expertis� to p�rfarm the services oi fee simple ace�uisitions in accordan�ce with standards rec�uired by the United Stafes Federal Aviation Administratian (FAA) and the Te�as State Department of Transgortation. NOW TH�R�FO�, Contractor and City agree as follows: The Contractor sha�j per�arm such services in coxu�ection with the Project arzd be��compensated therefore sn accordanae witla the fal�owing articles of �.greement: I. O�LIGA'I'IOIYS O� CUNTRAC�QI.t � � � A. Contractor will do the acc�uisition and supervision of the Pro,�ect in� accordanc� • with the terms oft�is agreement. B. Contractor sk�all be £amiliar with all grocedures rec�uired ta act�uire necessary real property interests in accordancc with City, Federal, and State law a�d procedures and Federal regulations when appropriate. Contractor wilt admi�ister the project in accordance with tlie Unifarm Relocation. Assistance and Real Pr�perty Acquisitions Poiicies Act vf I970 (as amended) and implerrrented ,by the United States Department �f Transportation in 49 CFR Part 24. , C. Contractor shal� prepare ail documents necessary ta con�ey ta the C'rty valid title to the needed real prope�ty interests and report r�su�ts oi negotiations of the project. All conrreyance documents shall be presented to the City Attorney for review and approval af the transaction befare payment af. funds tv the owt�ers as required by FAA instructions. D. Contractor shall malce persoqa� contacf with each interested pa�'ty (owner or tenant) to acquire valid fee simpl� acquisitions and perform its services as show�t on the praject map ar as instructed in writir�g by tlae City. Contractor shall , arrange survey servic�s, but not individuai surveys of each parcel, and sha�l pravic[e an E�sibit "A" I'roperty Map in accQrdance with attached Appendix "E". E. �ontractor, no later than the second cantact, sl�all explain the campensativn Qffer orally and in writing to the real �roperty. , owners � and reqt�e5t executian of 1