Loading...
HomeMy WebLinkAboutContract 27408, , . ��,; � " i . � ;' S W-471 DTFA07-02-Y-43263 ,� c���r�r ��pcf��TA���q�v � �,�0� r��T��r1� \i� I`1V , � _ _ _ J MElV10RAl�TDUNI OF AGREElVIENT BETWEEN FEDERAL AVIATTOIi� ADIVIII�IISTRATION {FAA} , � CIT� OF FORT WORTH, TEXAS ARTICLE I. PARTIES The parties to this Agreernent are the Federal Aviation Administration {�AA) and the City af Fort Worth, Texas. ARTICLE �. S�OPE a. Pur�aose: The City of Fort Warth plans ta ex�end runways 16Ll34R, 16R/34L and associated Taxiways at Fort Worth Alliance Airport (AFW}, Fort Worth, Texas, hereinafter referred to as fhe Project. The purpose of this Agreement between the Federal Aviation Administration (FAA} and �he City of Foi�t Worth is ta pr�pare an engii�eering plan that identif es and coordinates all of th� FAA required sfte preparatian, integration, installation, and system transitions requued to suppork the Airpart's Project. b. Specific �oalg and ob,�ectives to bc accomplished: The specific goal of this agreement is fio support the Airport's plan to extend Runways 16L/34R, 1,400 feet ta ih� north and 16R/34L, 2,750 �eet to the north for total af 11,OOfl feet and extend associated taxiways. The project will require th.e relacation of many FAA systems aud their associated infrastructure. The Project will impact t�e airport operation, which wilI require rislc manag�rnent, confiingency planning and project management to protect the FAA's interests. The Airport's planned activities require the FAA to provide Engineering Services (planning, caordination., electranic, civil and mechanical engineering review) c. Managemenf of the project: Q 11'� 7102 1 '� �k����9C�Ba� °�t�C���`� � �� ��� ������ ��� ?��:$� ��, SW-471 DTFA07-02-Y-03263 d. Roles and responsibilities: (1) The FAA will perform, at the City of Fort Worth's expense, the follo�v�ng_ a. The FAA will develop an Engineering Plan for the FAA systems, infrasiructure, and opera�ions, in coordination w�ith tlie City's Proj ect. b. Th� FAA will meet with the City as required, ta coardinate and discuss project planning ar�d engineering. c. The FAA will re�iew and comment on the City's plans and specifications for the Project. d. The FAA will identify, to the best of theiu- ability, known infarmation at the time and all materials required accomplishing the�FAA port�on of the Praject. T�ese items will be documented in a tat�ular list that identifies at a minimum, the description, manufacture type/model ar part number, quantity required, unit of issue, an.d estimated costs. e. The FAA will identify any special and unique components, material and equipment as required for the Project. (2) City of Fort Worth a. The City of Fort Worth wiil provide the fiznds for the Project. b. The City of Fort Worth wil� pxavide to the �'AA detailed infQrmatian {exhibits, diagrams, drawings, phatagraphs, plans, elevatio�, coordinates and heights) for all the proposed, planned or reiated projects i� the airport. c. The City of Fart Worth will provide to the FAA, 4 sets each of draft designs and specifications far their coordination and review. The City ai Foi-t Wortli will provide a maximum of 15 worlcing days for ii3e FAA to review and consolidate their co�nments back to The City of Fort Warth. The City of Fort War�h will prouide fio the FAA, u+ritten mitigataon to eacY� of the FAA's cornrnents, suggestions, and/or requirements with�n 15 working days of FAA's subnnzssian of co�ents d. The City of Fort Worth will provide the F1�A any lcnown changes in the Praj ects plans or specifications. 01/17/02 � 0 S W-471 DTFAO'�-02-Y-032fi3 e. The City o� Fort Worth is responsible for facilitatiiig, docunlenting, and mitigating issues as identified by the FAA in a timely maruler. Parties are bound by a duty of good fu.th and best effort in achieving the goals of the Agreement e. Cont�ibu�tians of the Parties; Personnel and Summary Costs: 1 The following is the estimated costs for FAA personnel, general supplies, and trave�, that will be incurred by the FAA far this project are as follows: {a) The table below includes t�e Estimated costs. !_ �'• � �'�iJif��l��i1'C.I �"9l'll��al,ll'��If���lill�il,5`i;��f�ittf3l ����� ��IulCti {�'V111�'lgal�' 1 �El N�c�anicaU�ia�ric�l t�u�eeruig 1 4[l �leclrrnic Fn�i�eer' - 1 Z4� p�� � 1 4U 'iec�ral�-t �t �gf�eview 1 4U : . � E�� .i: . .i � .i ti►� .� a �: r:. �. ' � i • .' • �: � i . .� 0: • � � •• � f�1 :. . 1 i� — �N `�liM s I:� �E Y i: G y� f *. � ` I � j . � a / • � ' !' � � r a � � �� �� �. f. Ty�e of Ag�'eement: ,$ 1,400.00 .�7 LjlAJll.11V � �"fY1�1 W � 'Tl��J47aUl/ J This Agreement is an "other transaction". It is not intend�d to be, nor sIaall it be construed as, a partnership, cor}�oration, or other business arganization, a�i� 7ro� 3 �L�SdJ]TIS@'{� ��`��L���I: �ti11#li��E't��-l1fi�C � i5.� � f],�.� � $S.OU $ 3,�()(1.UU � t�.(x) � 20,4E1[).c)[) � �S.UU � � 3,4UU.UU � t�.t�u � �,quU.uc7 �� - .�` - SW-471 DTFA07-02-Y-03263 ARTICLE 3. EFFECTIVE DATE and TERM The effective date of this Agreement is the date an which the FAA or the City of Fort Worth, whichever is Iater, signs it. This Agreement shall corztinue in e�fect until the last bill is paid or until earlier terminat�d by the parties as provided herein. ARTICLE 4. M�LESTQNES Not required under this Memorandum af Agreement. ARTICLE 5. REPORTING REQUIREMENTS Nat requirec� under tl�is Memorandum af Agreeinent. ART�CL]E G. INTELLECTUAL PROPERTY Not required under this Memorandum of Agreement. ARTICL� 7. L�GAL Ai7THORITY This Agreement is ei�.tered inta under the authority of 49 U.S.C. 106(1) and (m), which aufil�orizes agreements and otller transactions on such tezms �nd conditions as the Administrator c�etermines �.ecessa.iy. ARTYCLE S. P�INTS OF CONTACT ANI Memarandum of A�reement Coardination Victoria Borrego Fort Warth NAS Impiementatian Center, ANI-620 Phane number: 817-222-4553 Email: Victaria.Borrego(ct�FAA.GOV Technical Coordination Diep Ngo, ANI-680 Fort Worti� NAS Tmpleirtentation Center, AN7-6S0 Phone Number: 817-222-��64 Email: Diep.Ngo cr,FAA.GOV a� i� 7�02 4 S W-�71 DTFA07-a2-Y-Q3263 City of Fori Worth POC Mike Groomer Assistant City Manager- 1 Q00 Thorockxnarton Fart Worth, Texas 761 �2 Phone number: 817-$71-614Q FAA Contractin� Officer Leslie Cue�as Lagistics Divisian, AS`N-SO Federal Aviation Administration Southwest Region Headquarters Building Fort Worth, Texas 76193-0050 Phone: 817-222-4341 Email: Ieslie.cuevas(a�faa.�ov ARTICLE 9. FUNDING A.PID PAYNIENT a. The City of Fort Wo�fh is responsible for the actual expenses incurred on #he Project, which is estimated at ($ 40,400.00). The FAA will not contribufe any funds to the cost of performance undex this MOA. Obligation wili be chargeable to apprapriation code: 21X82R9/82DH120�71XIDQOX8433/x�, w�ere xxxx is tlie object class and 000 is the CAF code. b. Adminzstrative overhead has been waived for this MOA. The City Of Fort Worth will reimburse the FAA in arrears fox the actuaf project costs incurred by the F�1A, provided, however, that upon revacation or t�rn�ination of the AGREEMENT for any cause, the Ciiy of Fort Worth will reirnburse the FAA for all necessary liquida�in.g expenses. d. The FAA hereby identifies the FAA Accounting Di�isio:n, ASW-42, Fort Worth, Texas, as the billing off ce for this Agreement. The level of detail included in the billing will be that normally provided by the FAA and avaiiable from FAA accounting records. � � � ' � � . 0�1171Q2 � S�1V-471 DTFA07-Q2-Y�Q3263 Billing Offce DOT�'FAA Southwest Region Headquarter� Resource Management Division, ASW-4� Attention: Ms. Dena McDanieI, AS W-42E5 Fort Worth, Texas 76193��042 Phane numb�r: 817-222-5488 FAX: 817-222-5953 En�ail: dena.a.mcdaniel(c�faa.gov e. The City of Fort Worth hereby identifies the office to which the FAA will render bills for the actual cost incurred is as follaws: Tim Ward President, Ailiance Ai.r Services 2221 Allialice Blvd Suife 100 Fort Worth, Texas 76177 Phone number 817-890-I0�0 �. The amounis set forth in tl�is AGREEMENT are estimates. If during the cou�•se of tlle Agreement actual costs are expected to exceed the estimated amour�t, the FAA will notify the (Sponsor), in writing, ta gain written approval before proceeding. g. Billings will be sent quarterly and are due 45 days from th� billing date. Late charges may be assessed on delinquent payments and wiil apply to the overdue }�ayment for each bill for each 30-day period or portian thereof that payment is delayed as follows: (1} The U.S. Trea�ury shaIl assess int�rest on the basic amount due at the prevailing rate fixed. (2) Penalties shall be assessed on. the unpaid portion of basic charges and overhead remauung more than 90 days past due at the raie of 5 p�rcent per annum. (3} Administrative chaxges sha11 b� assessed when the debt beco�nes delinquent 45 days from the k�illing date at a fixed standard rate of $12 per manfh. 011'I7102 � � ,i,��i')S - ' , �; �;> , ,'� :ti : , zY-�:. ,. SW-471 DTF'A07-02-Y-03263 ARTICLE 10. LIMITATION �F FUNDS Not required under this Memorandum of Agreement. ARTICLE 11. APPROVAL OF SUBCONTRACTORS Not required under this Memorandum of Agreement. ARTICLE 12. AUDIT� Not required under this Memoranduin a�Agree�nent. ART�CLE 13. CHANGES, MODIF�CATIONS As�y changes to this Agreement shall be formalized by an appropriate written arnendment #hat shall out�ine in detail the exact nature of the chazige. Any amendment to tlus Agreemen� shall be �xecuted in writing and signed by the aLrthorized represaiitative af �ac� party. It is th� responsibility of each party to ensure the parties signing this Agreement or any subsequent amendment to ihis Agreement have authority to do so. ARTYCLE 14. TERMINAT�O�I Yn addition to any other termination rights provided by this Agreement, either party may terminate tlus Agreement at any iirne prior to its expiration date, with or without cause, and without in.curring any liability or obligation to the t�rminated party (other than payment of amounts due and owing and performance of obligations accr�ied, in eacl� case on or prior to the termination dafie) by giving ihe ather party� at least thirty (30} days prior vvritten notiee of termination. Upan receipt of a notice of termination, the receiving pai�y shall take immediate steps to stop the accrual of any additional obligations, which miglit require payment. ARTICLE 15. URDER OF PRIECEDENCE In th� event of any inconsistency between the terms of the Agreernent, the inconsist�ncy shall be resolved by giving preference in the followzng ord�:r: (aj The Agreem.ent, (b) The Attachments. Q � 117l02 7 sw-��1 DTFA07-42-Y-a3263 ARTICLE I6. CONSTRUCTTON OF THE AGREEMENT This Agreement is an "other transaction" issued under 49 U.S.0 106 (1) and (m} is not a p�rocurement contract, grant or coop�xative agreernent. Nothing in this Agreement shall be construed as incorporating by reference or implication any provision of Federal acquisition law ar regulation. Each party ackno�ledges that all parties hereio participated equally in the negotiation and drafting of this Agre�ment and any amendments thereto, and that, accordingly, this Agreement shalI not be construed more stringently against one party than against the athex. ARTiCLE 1"7. DYSPUT�� Whexe possible, disputes will be resolved by informal discussion bei�veen the parties. If the parties ar� unable to resolve any disagreement through good iaith negotiations, either party may terminate this Memorandum o� Agreement as set forth in Article 14 ("Terminafiion"). ARTI�LE 18. WARRANTIES The FAA makes no express or implied warrai�ties as to any znatter arising und�r this Agreement, or as to the ownership, merchaz�tability, ar fitness for a particular purpose of any prope�ty, includ'ang any equipment, device, or software that may be pro�ided under this Agreement. � ARTICLE 19. TNSCIRANCE Not required under this IVlemorandum of Agreeme:�tlUnderstanding. ARTICLE 2Q. LIMITATION OF LIABII.ITY a. With regard to any liability which may aris� out of �orlc under this agreement, each party expxesaly agrees that it shall be solely and exclusively liable for the negligence of its own agents, sei•vants, andlor emplo�ees and that neither paa.-ty laolcs to the other to save or hold harmless for the consequences af any negligence on the part of ane of its own agents, servants, and/or emp�ayees. Neither party is hexeby waiving any rights ar protection it pre�ently enjoys by reason of any applicable state or federal law. 0'1117l02 $ ���a�� DTFA07-02-Y-03263 b. Excepi far damage ta or destruction of FAA groperty caused by� the FAA or any FAA personnel, the Ci�y of Fart Wortn agrees to reimburse the FAA far any damage to or destruction of FAA praperty arising out of work under this Agreement. ARTICLE 21. LOWER TIER AGREEMENTS Not required under this Memarandum of Agreeme�t. ART�CLE ��. CIVIL RIGHTS ACT The City af Fart Worth shall camply with Title VI oi the Civil Riglzts Act of 19{4 relating to nondiscrimination in fedarally assisted prog�ams and provide a eertification ta that effect. ARTICLE 23. OFFICIALS NOT TO BENEFIT AMS Clause 3.2.5-1, "�ffzcials Nat to Senefit" and Clause 3.2.5-7, "Disclosure Regarding Payments ta Influence Certain Federal Transactions° are attached hereto and incorporated by reference in�o this Agreement. ARTICLE 24. PROTECTI�ON OF INFORMA7CION The parties agree that they shall take appropriate rneasur�;s to �rotect proprietary, privileged, or otherwise cnnfidential information that may eome into fiheir possession as a resu�t of �his Agreement. _ ARTICLE 2�. SECi1RiTY 3.13-3 Contraetor Personnel Suitabifity Requirements (NNE 2001) (DEVIATION) (a) This clause applies to the extent that ti3is contract requires contractor emplayees, subcontractors, ar consultants to bave access #o: FA.A: {1) facilities, (2) sensitive informafion, andlor (3) resources regardless of the location where snch access occurs, and none of the exceptians FAA. �rder 1600.72 chapter 4, paragraphs 403g, 403-i-1, and/or 409 pertain. (b) Consistent with FAA Oxder 1600. 72, the FAA Servicing Security Element (SSE} has approved designated risk levels far the following positians under the contract: Position Risk Lev�l ALL POSTTIONS L�W 011171Q2 9 S W-471 DTFA07-02-Y-03263 (c) Not Iater than fifteen {15) days aft�r con�ract award (or date of modification, if this prav�siQn is included by modification to an existing contract), for each contractor employee in a Listed positian, provided, no pre�io�s background investigati�n can be support�d as described below, the contrac�or shall submit the followuig documentatian to the Servicing Security Elements (SSE} for an employment suitability determination_ -Standard Form (S�) $SP; Quesiionnaire for Pub�ic Trust Positions, revised Septernber 1995. The SF-85P 5ha11 be completed {ail questions answered} in accordance witli the instruction sheei. -One single sheet fingeiprint card (FD-25$}. The FAA SSE will provide infarmatioil pertaining to the locatian of fingerprinting facilities. All fingezprint cards shall be writtei� in ink or typewritten with all answerabFe question blocIts completed, and shalI be signed and dated within the 60 day period preceding th.e submission, The type of investigaiion conducted will be determined by the position risk Icvel designation far ali duties, functions, and/or tasks performed and sh�.11 serve as the basis for granting a favorable emplayment suitability authorization as described in FAA Order 160Q.72. If an emplay�e l�as had a previous Government-directed bacltground i��vestigation cornpleted by a Federal Government entity, which ineets the requiremenis of Chaptex � of FAA Order 1600.72, it will ba accepted Uy FAA. However, the FAA reserves the right ta caiaduct further investigations, if necessary. For eacI� contractor employee far which a previous bacicground investigation was completed, tbe Contractor shall provide in writing to the SSE in a sealed envelop t�e name, date of birth, place of birth, and social security number of the employee, the name of d�e in�estigation entity, type of background investigatian conducted, and approximate date the pre�ious background investigation was cornpleted. The Contractor shall submit the required infarznation in a scaled �nvelope with a transmittal letter referencing the contract number and t1�is request to: Department of T:ransporta�ion Federal Aviatian Administration ATTN: Investigations & Internal Security Branch Fort Worth, TX 7b193-0710 The transmittal letter shall also iriclude a list af the names of contractar employees �d their posi.tions for which completed forms were submitted. A copy of the transmitta� lettex musf be forwarded to the contracting officer at the same time t11e original is submitted to the SSE. 0'[ 117/02 10 :yr�'��I DTFA07-02-Y-03263 (d} The contractor shall submit the information required by Section {e) of this Clause for auy nerhr employee not listed in the C�n#ractor's initial fifteen (15) day submission who is hixed into any position identified in Section �b} ofthis Claus�. {e) Na contractar employee shall wark in a high, rnoderate, or low risk pasition unless the SSE has received all forms n�cessary to conduct any required investigation and has received authorization from the Contracting �fficer that the contractor employee may begzn work. However, if tl�is provision is added by madification to an e�stii�g contract, contractor employees pexforming in the pasitions listed abo�e �nay contii�ue ta worlc on the contract pending: (1} the sttbmittal of all necessary forms within fifteen {15) days and (2} approval o�the forms by the SSE. Tf ihere is any SSE condi�ians such as restricted access to sensitive information ar facilities imposed by the S5E, they are lisied helow. (CO, IF THE SSE �IPOSES NO CONDITIONS, STATE "NONE") If the necessary fortns are n.ot submitted by the Cantractor to the SSE within fifteen {15) days af tl�e modification, fihe contractor emplayee shall ba der�ied access ta FAA facilities, sensitive informa#ion andlor resources t�ntil such time as the forms are subm.xtted to the SSE and the Contracting O�'icer has authorized the contracior employee to �tegin work. (fl The Contractor shall submit monthly reports provid'uig the f�llovving i�lformaiion ta the Cantracting Officer on ar before #he fifth day of each month: A complete listing by full name in alphab�tical arder without the social security number of alr contractor employees who had aceess to a�'AA facility, seilsitive informatian andlor resources anytime duxing the report period. {g) The Contractor shall notify the Contracting Off cer within one {1) day after any contractar emplayee identified pursuant to Section (b) of this Clause zs terminated from performance nn �he contract. (I�) The Contracting Officer may alsa, after coordination with tlie SSE and otl�er securiiy specialists, require contractar employees to subrtut any oth�r security in�ormation (including additional fingerprinting) deemed reasonably necessary to protect the interasts af the FAA. In this event, the Contractor shall provide, or cause eaeh of its employees io provid� such securiiy informa#ion to the SSE Officer, and the sar�e ixansmittal letter requirements af Section (c) of this Clause shall apply. (i) Failure to submit information required by this clause witl�in the tinle required may be determined b� thc Contracting O.ff'tcer a material breach of tlxe contract. {j) If, subsequent to the effective date of this contract, the security classification o� security requirements under this contract are �hanged by tl�e Govei7unent and if the 01/17/02 � 1'� S W-471 DTFA07-02-Y-03263 changes cause an in.crease or decrease in security costs or otherwise af�'�ct any other term ar condition of this cont�act, the contract shall �e subject to an equitable adjus#ment as if the changes were direcied �nder the Changes clause of ihis cantract. {k) T�ie contractor agrees to insert terms that conform substantiall� to the language of this clause, including this paragraph (k) but excluding any reference ta tha Changes clause of this contract, in aII s�xbcontracts under this contract #hat involve access and where the exceptions under Chapter 4, paragraphs 403g, �4Q3i-1, and �409 of �AA Order 1500.72 do not apply. (End o�` Clause) AGREED : .. Federal Avintian Administratian By: �� �� Titl�;: CONTRACTING �FFICER Date: JAN �S 1 ZpO� City of Fort Warth, T�x� , ' t' I �. t ���� ��`�� �- �T sy: Title: ASS�S'�ANT CITY MANAGER Date: i . , A�'P�iDV�D AS TO FORN! .AND L�GALITY: � � � �i�'�ST��...� .;��? ,J, ��'����.�,�` ���_. `u�v - ,. � � � �� _% �r' yr"/ _ Gon��act l�u��osi�a�ion . /.� _— % S�� ��-� � nat� ��i�7ro2 �.____ � � - AsSistant C � ty Ff �ta . - --� -_�..�,.�y.�...���� - - 12 � -_. '�`�� Q���� �Y � li ����� ' `� U'�o `��1='YW �r C`ity of'.�ort YVo��h9 ii'exas �+ �� ��- � �, - �� �;�; �� � � I Co�����a���� DA7E � REFERENG� NUMBER LQG NAM� PAGE 12/18/01 �_��g�� 55COSTS � ofi 1 sus,rECT APPROVAL OF MEMORA DUM OF AGREEMENT WIT THE FEDERAL AVIATION ADMINISTRATION F�R REfMBURSEMENT OF COSTS ASSOCfATED WITH TH� RELOCATION OF CERTAIN NAVIGATIONAL A{DS IN CONNECTION WITH THE EXTENSION OF RUNWAYS 16L134R AND 16R134L AT FORT WORTH ALLIANCE AI RPORT RECOMMENDATION: I# is recommended that ihe City Gouncil authorize the City Manager to execute a Memorandum ofi Agreement with the Federal Av�ation Administratian (FAA) setting forth the terms of reimbursement of costs associated with the reEocation of certain navigational aids in cannection vviih fh� extensian of runways 16L134R and 16R/34L at Fort Worth AI[iance Airpart. DISCUSS[ON: On 5eptember 18, 2D01 {M&C G-1338D}, the City Council aufhorized the submiss�on of a grant applica�ion in the amount a� $6,523,141 to ihe FAA for Phase II o� the Fort Worih Alliance Air�ort Runway Extension Praject. The grant was r�cai�ed on Sep�ember 26, 2001. The grant agreement project descriptiort includes reimb�rsement of costs incurred by the FAA for a Navigational Aid (NAVAID) Study that includes an engineering plan for the FAA's facilifies. The estimated cost of the study is $40,4a0, which will be paid to the FAA from a�iafian grant funds. Reimbursement will be based an actual project costs incurred by the FAA. FISCAL INFORMAT[ONICERTIFICATfON: Th� �inance Director certifies that funds are available in the current operating budget, as appropriated, of the Grants Fund. MG:k Submitted fur City Manager's or��ce ny: Mikc Grooiner Originating Deps�rtmen# Aead: Lisa A. Pyles Additioual In%rmation Contact: Lisa A. Py[es FUND I ACCOUNT I CENTER I AMOUNT I C1TY SECRETARY (to) � �i4a � 5403 I (from) GR76 5403 539120 055218731010 $44,40D.40 APPROVED 12/1$/01 :�'�I��' �'���� � f �nr�� ���r�l�, �`ex��s ����� �n�l ������� �n�r��������a� � I �����r� ' RrFf.-RE�f�� rv��nnr��r �_c�c� r�,��,nr-_ ��r� - � ��18101 �-�[ g�� � �S�C}�T� � � nf 1 I s�r��i:�:c:T � A�PF�UVA� �F� Nt��+tDF�A�DL�EVI QF ��F���fV1��VT VViTH T�-E� FE��#��IL A11E,4�IC�N ADNIJNI��'l�A�l�� FOI� R�INIB�JF���Nf�kV�' C?� �C3��� A���C]�fAl`�1� �lVfTH T��f� � ' ��L��A�fC3�l �� �ERTAR�I �lA1�I��T1�'�fd,�� �0.1D� IfV �O�1N��TCDfV 1+VITFi T�fF ' j ��?�7�N�M0�+! �� l�U�l�l�1Y� ���r�4F� A�1D ��R�3�4� AT F��7 Vd��2TH A�.�fI�N�� I � AIRPORT � ���C�hA��i�E�ATI��I: k� �s rc�o�r�menda� #l�a� ll�a �i�y �oun�il �u1�o�iz� [!�e �Et�+ [�+1art��er to e�c��ul� a M�rriorandu� of ; Agreemant wi�h tY�e �`e����l A�ri�tian Adrr�En�strat�orr ��AA) �ettir�g forth kl�� terr�� �� f�im�urse��rr# a# co��s �sso�i�#ed vv�Et� lh� rel�caliot� of certain navlc�aii�naf aids ir� connection with #k�e �xt�nsi�r� of r�1�w�y� 16Ll34R and 1�R134L at F�rr 1N�rt� �ali�nc� Ai�p�rt, b�SCU�SI��l: �n ��ptemb�� �I�� ���1 �iv�&� fi4'�338�}, the ��ty ���r�cil au#horl�e� fh� subrnission o� � �rant �ppflc�tlon I� #4�e �rr�a�nt of $6,52�,`!4� to tE��e �'� far F'1���� II oF la�� �ort Wortl� �Ili�nc� �1ir�a�rl R�nway Exker���ar� l�ro��ct, ihe gra�t was rec��ved o�� �e�t�mber �6, �00�, �`I�� grant a�re��r�rrt pro�e�k de��rfpi�io�� i�cl�c��� re�rrrb�rsem�ni of costs ir�c�rre� b� the FAA far � f�1�vG��tiorlal �1id (�IA�V�1li�� S#ud�r �hat i��l�des er� engin�eri�� p1�r� For tY�e FAA`s faclll�ie�, Tf�e �sfin3ated cost of the skud� i� ��F�,4D�, w�ici� wil[ b� p�id to th� F�1A fram av�a�ior� gr�nt �unds. Rei�l�urser�eni wil� be bascci �an �c�u�l �r�j��t c��ks i��urr�ed by tl�� �AA. F f��Ak. 1 f��QF���#T1�]NJ�E RTfFI�ATI�N' ��he Financ� €�irect�r c�riifres tl��� funds ar� �vaifa�ie in the ���rr�n! operatin� b�d��i, as �p�r�ptialed, o� tl�e �r�nts �und, ' MC:k �q�111i�SiK1I �{}I' CftY 1►ia�nger's c�m�k i���; ` n��k� c.�f�fl�,�F {]rf�Yux[iu� Depa�inicnr I lea�}� Lis� A. Pyl�� AddlFiraf�ul InF'urntis�#avq ��olll�eR: Lisd A. I�yINs F'll�yp ��i�s) f ii 14 0 f I I ACCi3i.INT � �ENTI:kt, � r1f�[�i'-T�T I _ 1 i�i�J I [Fronr} I GR7G a39�20 sa��� I � - C�I'r�� 5�;�'�tTTARY � (',,+�'�i���l:k� �•� .,'� 1 ,��.11���� �. 4/ 1 � ��� � 0��218731�10 $40.4�0_OQ I , �; �yi� ��l'frJul� � : Sa�rfUlr�xq nl 1hn � �� �;•�„�f1r.'k�F�au MEMo To: Hettie Lane From: Teresa Ann Johnson, City 5ecre�ary's Office Date: January 24, 2002 Subject: FAA Attached are (4) Memos of Agreemenis, for Federal Aviation Administration. Signatures, except the above referenced contracting party, hav� b�en affixed. Please obtain the necessary signature(s) and then return the copy stamped "�fficial Recoxd City Secreiary For� Worth, TX," to the Qffice of the City Se�retary for the assignment of a contract number. Thank you in advance �ox your cooperation. Tf you have any questions, please call me: Teresa Ann Johnson/Ext. 6153 ' � 01-23-�2 P�2 :2� I PI SW-471 C,i�'Y ��������Y �]'j - ' . �� ��TRACi Rs� . _ % � DTFA07-02-Y-032b3 MEIVIORA�lTDUM OF AGREE11�El�T BETWEEN FEDERAL AVIATYOl� ADMII�ISTRATY01� {FAA) , � CYTY OF F4RT WORTH, TEXAS ARTICLE I. PARTIES The parties to this Agre�ment are the Federal Aviation Adrninistration (FAA� and the City of Fort Worth, Texas. ARTICLE 2,. SCOPE a. Purpose: The City of Fort Worth plans to extend runways 16L134R, 16R134L and associated Taxiways at Fort Warth Alliance Airport (AFW), Fart Worth, Texas, herei�aftar referred to as the Project. The purpose nf this Agreement between the Federal Aviatior� Administration {FAA) and the City of Fort Worth is to pz'epare an engineering plan, that identifies an.d coordinates all of the FAA required site preparatian, integration, instailation, and systenl transitions required ta support the Airport's Project. b. Specific goals and objectives ta be accomplished: The specific goal of this agreement is to support the Airport's plan to ex�end Runways 1bL/34R, 1,400 feet to the north and 16R/34L, 2,784 feet to 4he narth for total of 11,000 feet at�d extend assoczated taxiways. TI�e project will require the relocation of many FAA systems and their associa�ed in€rastructure. The Projec# will impact the airport operation, which wiil require risk management, cantingency planning and project managem�nt to proteci the FAA.'s interests. The Airport's planned aetivities require the FAA to provide Engineering Services {planning, coordination, electronic, civil and mechanical engineering review) c. 11�anagement of the proje�t: o�i�7roa V �������, °}��V °�� C�� ������ ' � �6 �������, _ � �. - �;,: . . SW-471 DTFA�7�02-Y-03263 d. Ro1es and responsihilities: (1) The FAA wili perform, at the City of Fort Worth's expense, the follav�+ing_ a. The FAA will develop an Engineering Plan for the FAA systems, infrastrueture, and operations, in caordination with the City's Project. b. The FAA will meet with the City as required, to caordinate anc� discuss praject planning and engineering. c. The FAA wi11 review and cornment on the City's pians and specifications for the Project. d. The FAA will idenkify, to the best of their ability, known infor�nation at the time and all materials required accomplishing the�FAA portion of the Pxoject. These items will be documented in a tabular list that identifies at a minimum, �he descrip�ion, manufacture typelmodel ar part number, quantity required, unit o�issus, and estimated costs. e. The FAA will identify any special and uniqtie eomponents, material and equipm�nt as required far the Proj ect. (�} City of Fort Wor�h a. The City of Fort Worth wil! piovide the �unds for tlie Project. b. The City of Fart Worth will �ro�ide to �he FAA detailed infarmatian {exhibits, diagrams, dra�vings, photographs, plans, elevations, caardinates and heights) for all tlie propased, planned or related praj�cts in the airport. c. The City ofFort Worth will pravide to the FAA, 4 sets each of draft designs and specifica�ions for their caozdinatian and review. The City of Fort Worth will provide a rnaximum of 15 warking days for the FAA ta re�iew and cansolidate their corr�ments back to The City of Fort Wo�-th. The City of Fort Worth will pro�ide to the FAA, written mitigation to each bf #he FAA'S COT27II1�Ilf5� SiF�geS�lOriS, and/or requirements within 15 working days of FAA�S SU�3Iril55fOri Of COiIIIIl�ritS d. The City of Fort Worth will provide the FAA any known changes in the Projects plans ar specifications. 011� i/02 2 sw-�� i nT�Ao�-o�-�-0�263 e. The City of Fart tiNorth is responsi.ble for facilitating, documenting, and mitigating issues as identzfied by the FA.A. in. a timely manner, Parties are bound by a duty of good faith and best effort in achieving the goals af the Agreement e. Cuntributions of the Parties: Personnel and Summary Costs: 1 The following is the estimated costs for �'AA personnel, genera! supplies, and travel, that will be incurred by the FAA for this project are as fallows: {a) The table below includes the Estimated costs. . � ., � � {� �n��a ��nrr� . -� '�, � �1r:uci��i{_���,r'�1�:�:ii�€ti�.�:��;�;��� �#T�r��., ,`:��r�: .�:�P1��.�.� � T�;�fin�:#:�i�Cc��. i C.i'vt! 1�'ig}t�er 1 �ll $ tiS.lX} � 6,�llU.i.A1 Nbchat�ic�V�lec�ri�all�gulealr�g 1 �!U � �S.U(] � 3,4(XI.U[l N1�c�rmic ]�� 1 `l4U � ��.lJ(1 � `1U,4(][).E)[) H�actN�na�ar�xrt 1 4(} � �5.(Xl � �,q(IU.UU 'lec�ca! �xrt �attclr�ngileview 1 4U � �5,UU � 3,41X1.(JU �,��,��� :.. *' "�.�.aty-'i, ;��,,-3��-' ���`�J �ry� s;���.r, '��,�:: -�:, f ( i�l, supply materlals atxi lr"dt�spatatirn � � . �E�.; �'" - � �� � � . ' ' i �� . i�` }� ` : ;� 4� ,i:,� �' ix }�:'�, ,�f�'�'� ,r�4'�'� 5P�'ViC�S �Cl'tile � �f p�tiil�lgi�1� -+i �i I��• F � ,:�" �� � �^: � � �_ '� � ��*. ; , . •f {� ' � :�'�i r�%;' ��'��y�" �C �7�i.p�,.] -'rr �5��;;�'c`�•��^-1,�•.,s.n.d'� F.;,�.; i,i•.R��.,:.i_ �i�.�Q�n�"" J �w'�'? ""x�'l.l..`-'Y �LL ��, ��;�'+1?_ . ;.� A7 _ I .,3.. -.��,! � .'. _�_�'�r, ?ii�� /kr�',�;i . V, �.�.y ,,.., � . - .+~' • r� '�',i_ y.�,�.,l,,;��'� : y �''j ��'�jt� T �' � ' .:_.,L�,'': �`'��{ '��. y':s.'� w ���.{� alt�d ;`-:�s:�- x5' ;��,•.: , .. -�:�+%ti'1 �;,.,.t��i.��b 1� e� Cc��.34�lmile k �." ; r �: ; _ ; ��.. � i, '� �,UUu.UU 'ira�lM�l . ...7; 1-y.; : �.,.•�.��� •�,ti•Vti:.�Y� _ =,' ° -iidrtr.y a�a,:�+'�i,X�s.±..� ���rT"di+�l �' .� ' , f L� .�1,�4•V,f��lI� _R!u�;��`�'�'"�':i � . . -Y'Lll. � ".Y �rri" _"� ����� To� r�a�t� � f, Type of Agreement: 1 � 4d1,QljIi.UU � � �,�.� —. - � - —, This Agreement is an "other transaction". It is not intended ta be, nar shall if be construed as, a partnership, cotporation, or other b�siness organization. 01/'17102 3 S W-471 DTFA07-02-Y-03263 ARTYCLE 3. EFFECTYVE DATE and TEFtM The effectiv� date of this Agreement is the date on which the FA.A ar fhe City af Fort Warth, whichever is ]ater, signs i#. This Agreement shall continue in effect until the last bill is paid ar un#il earlier terminated by the parties as pro�ided herein. ARTICLE 4. MILE,�TONES Nat required under this Memorandum of Agreement. ARTICLE 5. REPORT7NG REQUIRElVIENTS Not required under this Memorand�m of Agreement. ARTICLE d. INTELLECTUAL PROPERTY Not xequired under this Memarandwm of Agreement. ARTICLE 7. LEGAL AUTHORITY This Agreement is entered into under the authori�y of 49 U.S.C. I��(1) and {m}, which authorizes agreernents and other transactians on such terms an.d conditions as the Admizustrator determines ��cessary. ART�CLE S. POINTS OF CONTACT ANI Memorandum of A�rec�►cnt Coordination Victoria Borrego Fort Worth NAS Implementation Center, ANI-620 Phon� number: 817-222-4553 Emal�. Victoria.Borrego rr,FAA.GOV Techn�ca� Coordination Diep Ngo, ANI-680 Fart Worth NAS Implementation Cen#er, ANI-680 Phane Numher: S 17-222-4464 Email: Diep.Ngo(cr�FAA,GOV 0�117ID2 4 S W-471 DTFA07-42-Y-03263 City af Fart Worth POC Mike Groomer Assistant City Manager • 1000 Thorockmorton Fort Worth, Texas 76102 Phone nurnber: 817-871-6I40 FAA Coz�tractin� Officer Leslie Cuevas Logistics Division, ASW-50 Federal Aviation Adminisrxation Southwest Region Headquarters Building Fort Warth, Texas 76193-0050 Phone: 817-222-�k341 Et11ai1: leslie.cuevas(cr�,Faa.gov ARTXCLE 9. FUND�NG AND PAYMENT a. The City of Fart Warth is responsib�e far the �chral expenses incurred an th.e Project, which is estimated at ($ 40,40�.0�). The �AA will nat contribute any funds ta the cost af performance under�this MOA. Obligation wi11 be chargeable to appropriation code: 2/K82R.9182DH/2�471X/OOOXSA�331�cxx, w%ere xxxx is the object class and OOQ is the CAF code. b. Administrative avernead has been waived for this MOA. c. The City Of Fort Worth wiIl reimbtirse the FAA in arrears for tlie actual proJeet costs zncurr�d by the FAA, provided, however, that upan ravocation or terrninatior� af the AGREEMENT for any cause, the City of Fort Warth will reimburse t4�e FAA for all necessary liq�idating expens�s. d. The FAA hereby identi�ies the FAA Accounting Di�ision, ASW-42, Fort Wnrth, Texas, as #he billing office for this Agreement. The Ie�rel of detail included in the billing will be that normally' provided by the �AA and available from FAA accounting records. " � � � a���7�02 � � S W-471 DTFA07-Q2-Y-03263 Bil�in� Off �e DOT/FAA Southwest Region Headquarters Resource Mazaagem�nt Division, ASW-40 Attention: Ms. Dena McDani�l, ASW-42E5 F�rt Warth, Texas 7C193-0042 Phone number: 817�222-5488 FAX: 8 i 7-222-5953 Email: dena.a.mcdaniel(a7,faa.�ov e. The City oi F�rt Worth here�y identifies the office to which fhe FA.A will render bi11s far the actual cost incurred is as follows: Tim Ward President, Aliiance Air �ervices 2221 Alliance Blvd Suit� 100 Fort Worth, Texas 7�i177 1'hone number 817-890-1000 £ The amounts set forth in this AGREEMENT are estimates. If during the caurse of the Agreement actua! costs are expected to exceed the estimated amaunt, the FAA will notify fhe (Spansor), in writing, to gain w�ritten approval before proceeding. g. Billings will be sent quarterly and are due �5 days from the billing date. Late charges may be assessed on delinquent payrnents and will apply to the overdue payment for each bill for ea�h 3D-day period or portion thereof that payment is delayed as follows: {1) The U.S. Treasury shall assess inter�st on the basic amount dua at th� prevailing rate fixed. (2) Penalties shall be assessed on the unpaid partion of basic charges and averh�ad remaining mo:re than 90 days past due at the rate of 5 pepcent per annum. (3} Administrative charges shall be assessed whe�. the debt becomes delinquent 45 days from �he billing date at a fix�d standard rate of $12 per naanth. a���7�02 � s .. ; .:. SW-471 DTFAQ7-q2-Y-03263 ARTICLE 10. LIMTTATiON OF FUNDS Nat required under this Memorandum af Agreement. ARTTCLE il, APPROVAL OF SUBC�NTRACTORS Not required under this Memorandum nf Agreement. ARTICLE 12. AUDITS Not required under this Metnorandum of AgreEment. ARTiCLE 13. CHANGES, MODT�`ICATIONS Any changes to thzs Agreement shall be formalized by an appropriate written amendment that shall outline in detail the exact nature of the change. Any amendment to this Agreement sha11 be ex�cuted in wri�ing and signed by the authorized repres�ntativ� of each party, It is the responsibility of each party to ensure the parties signing this Agreement or any subsequent amendment to tl�is Agreement have autha�ity to da so. ARTICLE 14. TERNIINATION In addition fa any other ternunation rights provided by tius Agreement, either parky may terminate this Agreement at any time prior to its expiration date, wit� ar withaut cause, a�id without incur.ring any li�.bility or obligation to the ierrriinated party {other than payment of amounts due and owing and performance af obligations accrued, in each case on or prior to the termination date} by giving thc other party at least thirty (34) days prior written notice of terminatian, Upon receipt o� a notice of termination, the r�ceiving party shall ta�ce immediate steps to stop the accrual of any additional obligations, which might raquire payment. ARTTCLE 1�. ORDER OF PR:�CEDENCE In the e�vent af any inconsistency between the terms af the Agreement, the inconszstency shall be resolved by giving preference in the following order: (a) The Agreement, (b} T�e Attachments. Q 11'171Q2 7 S W-471 DTFA07-02-Y-03263 ARTiCLE 16. CONSTRUCTION OF THE AGREEM�NT This Agreeznent is an "other transaction" issued under 49 U.5.0 1 Q6 (1} and (m) is not a procuremen� cantract, grant or cooperative agre�ment. Nothing in this Agreement shall be construed as incarporating by reference or implication any provision of Federal acquisition Iaw or regulation. Each party ackz�owledgas that al� parties hereto participated equally in the negotiation and drafting of this Agreement and any amendments thereto, and that, accordingly, this Agreement shall not 6e construed more stringentIy against one party than agaiz�.st the other. ARTICLE Ii. DISPUT�� Where passible, disputes wi�l be resolved by informal discussion between th.e parties. If the parties are unable to resolve any disagreement through good faith negotiations, eith�r party may terzninate this Mernorandum Qf Agreement as set farth in Article I4 ("Termination"}. ART�CLE 18. WARRANT�ES The FAA makes no express or implied wananties as to any matter arising under this Agreement, or as to the o�mership, merchantability, or fitness for a partieular purpose of any property, including any equipm�nt, de�ice, or software tl�at may be provided under this Agreement. ART�CLE 19. ZNSURANCE N�t required under this iVlemorandum of Agreement/Understanding. ARTICLE 20. LIlVUTATION QF LYABILITY a. With regarc� ta any liability which may arise out of work under this agreement, each party expressly agrees that it shall be soleiy and exclusively liable for the negligence of its own agen#s, ser�vants, and/or employees and that n.eitl�er party laolcs to the ather to save or hold harmless �'or the cansequences of any nagligence on the part of one of its own agents, sertrants, an�/or employees. Neitk�er party is hereby waiving any rights or protection it presently enjays by reason a� any applicable state ar federal law. a�i�7ro2 s SW-471 DTFA07-02-Y-03263 b. Excegt for damage to or destruction of FAA property caused by the FAA or any FAA personnel, the City of Fort VVorth agrees to reimburse the FAA for any damage to or destnzction of FAA property arising out of work under this Agreement. ARTICLE 2x. LOWER TIER AGREEMENTS Not required under this Memorandum of Agreement. ARTICLE 22. CXVIL RIG�ITS ACT The City of Fort Wortk� shall cornply with Title VI a�fihe Civil Rights Act of I964 relating to nondiscriminatian in federally assisted pxagrams and provide a certification to that �:ffect. ARTICLE 23. OFFICIALS NOT TO BENEFiT AMS Ciause 3.2.5-1, "Offczals Not to Benefit" and Clause 3.2.5-7, "Disclosure Regarding Payments to Influence Certain Federal Transactions" ara attached hereto and incorporated by reference info this Agreement. ARTICLE 24. PROTECTIDN �F INFORMA�YON The parties agree that they shall take apprapriat� measures fo protect proprietary, privileged, or otherwise confidential information that may corne into their possession as a result o£ this Agreement. ARTICLE 25. SECURITY 3.13-3 Contractar PersonneI Suitability Requiremenfs {JUNE 2001) (DEVIATION) (a) This clause applies to the extent that this contract requir�s eontractor employees, subcantractors, or consultants to have access to: FA.A: (1) faciliiies, (2) sensitive in.format�on, and/or (3) resources xegardless of the location where such access occurs, and none of the exceptions FAA Order 1600.72 chap#er 4, paragraphs 403 g, 403-i-1, and/or 409 pertain. {�) Cansistent with FAA Order 160D. 72, the FAA Servicing SecL�rity Elerneiit (SSE} ha� approved designated risk levels for the following positions und�r the contract: Positian Risk Le�vel ALL �OSITIONS LOW a���7��2 s SVd-471 DTFA07-02-Y-03263 (c) Not later than fifteen {15) days after contract award (or date of rr�odification, if this provision is included by modif cation to an existir�g contract), for each contractar employee in a lisied position, pro�ided, no previous background in�estigation can be supported as described helow, the contractor shall submit the follawing dac�mentation to the Servicing Security Elements {SSE) for an emplayment suitability deterr�ination. -5tandard Form (SF) $SP, Questionnaire for Pub�ic Trust Positians, revised 5eptember 1995. The SF'-$5P sha11 be completed {all questions ansurered) in accordance with the instruction sheet. -C}ne single sheet fingerprint card (FD-2S8). The FAA SSE �rill provide informatian pertaining to t�e location of fin�erprinting facilities. All fingerprint cards shall be written in ink or typevwritten �vit� all answerable question blocks completed, ' and shall be signed and dated within the 60 day period preceding f�e submission. The type of investigation condticted will be detcrmined by the positian. risk level designation far aIl dufies, fitncfians, and/or tasks performed and�shall serve as the basis for grantfng a favarabie emgioyment suitability autborization as described in FAA �rder 1.60�.72. Ii an employee has had a previaus �o�ernment-directed background investigafian completed by a Federal Government en�ity, which meets the requirements af Chapter 4 of FAA Order � 60D.72, ii wi11 be accepted by FAA. However, the FAA reser�es the right to conduct �urther investigations, if neeessary. For eacl} contractor employee for which a previous bac�Cground investigation was completed, the Contractar shall provide in writing to the SSE in a sealed envelop the name, date of birth, place of birth, and social security number of the employee, the name of the investigation entity, type of background investigation conducted, and approximate date the previous background investigation was campleted. The Con.tractox sha11 submit the req�ired inforrnation in a sealed en�elape with a transmittal letter referencing the conttact number and this request to: Department of Transportation Fed�ral Aviation Administration ATT`N: Investigations & Tnt�rna! Securi�y Brarxch Fort Worth, TX 76193-D710 The transmittal letter shall also include a list of the names of contractor employees and thei� positions for which completed forms were submitted. A copy of the transmittal letter must be forwarded to the contracting officer at the same time the original is submitted ta the SSE. o� �� 7ioz -. � o SW-471 DTFA07-02-Y-Q3263 (d} The eantractor shall submit tl�e information required by Section (c} of this Clause for any new emp�oyee not listed in the Contractor's initial fifteen { 1 S} day submission who is hired into any position identified in Section (b) of this Clause. (e) No contractar employee shail work in a high, rnoderate, or low risk posi#ion unless the SSE has received alI forms necessary ta cond�ct any required in�estigation and has recc;ived authorization from the Contracting �fficer that the contractor employee may begin work. However, if this provision is added by modification to an existing contract, contractor employees performing in the pasitions lrsted above may continue to work on the contract pending: (1} the submittal of al� necessary �arms within fifteen (15) days and (2) appraval af the forms by th�e SSE. If thare is any SSE canditions such as res�ricted , access to sensitive informa#ion or facilities imposed by the SSE, they are Iisted below. (CO, IF THE SSE TMPOSES NO CONDITIONS, STATE "NONE") If the necessary forms are not submitted by the Contractor to the SSE within f fteen (I 5) days of the modification, the contractor employee shall be dezued access to FAA facilities, sensi#ive information an.dlor resources until s�ich time as the forms are submitted to the SSE and the Contracting Officer has authorizec� th� coiltractor employee to begin work. {� The Contraetor shall subrnit mon#hly reports providing the fallowing information to the Contracting Officer on or before the fifth day of each monih: A compl�te listing by fiill name in alphabetical order without the social security number of all contractor employees wha had access ta a FAA iacility, seansitive information aa�d/ar �esaurces anytime during tl�e repart period. {g} The Contractor shall natify the Contracting Officer witlxin one (I) day after any contractor employee identified pursuant to Section (b) of this Clat�se is terminated from performance on th� contract. (�} The Contracting Officer may a1so, after coordinatian �+ith the SSE and other security specialists, require contractar employees to sub�►it any ather security information (i�cl�ding additionai fingerprinting) deemed reasnnably necessary to protect the interests of the FA.A. In this event, the Cantractor shall pravide, or cause each of its employees to pravide such security ir�forrnati�n to the SSE Officer, and the same iransmittal letter requirements �f Section (c} of this Clause shall apply. (i) Failure to submit infarmation required by fhis clause within the time required may be determined by the Contrac#ing Officer a material breach of the contract. (j} If, subsequent to the effective date of this contract, the security classification or security requirements under this contract are changed by the Government and if the 011171�2 � 11 SW-471 DTFA47-02-Y-03263 changes cause an increase or decrease in security casts or otI�erwase affect any other term or conditian af this contract, the contract sha�l Ue subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (k) The contractor agrees to insert terms that conform substantiall� to the language of this clause, inctuding this paragraph (k) but excluding any reference to th� Changes clause of this contract, in al1 snbcontracts under this contract that invalve access and where the exceptions under Chapter �k, paragraphs 403g, 4�3i-1, and 409 of FAA Order 1600.72 do not apply. {End of Ciause) AGREED: Federal Aviation Administration By: Titie: GONTRACTING OFF�CER Date: �� �����'�� �� �..,�_'-� � '1'' ���.�%� � .;�,�..�� ��_�_�� Contzact Authoriza�ian ,__ /� ��/�— �� _ pate City of Fort Warth, x By: ` Title: ASSTSxANT CZTY MANAGER Date: �� a 3 l o�` A�PROVED AS TO FDftt� AND LEGALITY: -� C� Ass�:stant C� t.y �ta - J�1 D I - -- _. _ _ . �__ - ,�...� I Z r /� 0 / . a1«7roz � �z ._ - - -- - 1 U��Q��Q� °���UQ� C�B�° �L�'���� _ �9 „��I::•tlYY4 Y��.,....