HomeMy WebLinkAbout86-91 RESOLUTION•
RESOLUTION NO. 86-91
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH W.D. SCHOCK CO. INC.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor. and City Clerk are hereby
authorized and directed to execute a Professional Services
Agreement with the W.D. Schock Co. Inc. for land/easement
acquisition, property management and relocation assistance in
conformance with the Uniform Relocation Assistance Act, a total
project price of $801,000.00, the city's share is $40,055.00. A
copy of the agreement authorized for execution hereby is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 7th day of May , 1991.
-ATTEST:
!j
Flt
S..;
may. City Clerk--;
APPROVED:
By :C///f `l
41/2/2
Mayor
:4a
T
LAND ACQUISITION
PROPERTY MANAGEMENT AND UNIFORM RELOCATION ASSISTANCE
PROFESSIONAL SERVICES AGREEMENT
This AGREEMENT, entered into this 7th day of May
1991, by and between the City of Fayetteville Municipal Airport
(hereinafter referred to as the "Airport") and W. D. Schock,
Company, Inc., a corporation doing business in the State of
Tennessee (hereinafter referred to as the "Firm").
WHEREAS, the Airport desires to engage the Firm to render
certain administration and management services, for land
acquisition
Acquisition
at
the Fayetteville Municipal Airport as
A
follows:
Services, Relocation Services, Property Management
Services, Sales Assistance Services and Demolition; and
WHEREAS, the Firm has extensive experience in administration,
management, land acquisition projects, and is well qualified to
provide such necessary technical, planning, and management
services.
NOW., THEREFORE, in consideration of the premises and the
mutual covenants contained herein, the parties hereto mutually
agree as follows:
1. Job Title: Mr. Schock, of the Firm, shall perform the
service of and shall be referred to as, the Principal
and shall report directly to the Airport Manager.
2. Scope of Services: The Firm shall perform all services
necessary to the owners and tenants of the properties to
be acquired according to the Real Properties Acquisition
Policies Act of 1970, 42 USC 4601, as amended (Part 24)
for the Airport's Land Acquisition Project for acquisition
made necessary for compliance with PART FAR 77, protection
of imaginary surfaces and runway protection zones.
The Firm'sother services shall include but are not limited to the
following:
1
2A. PROPERTY ACQUISITION AREAS/PRIME CONSULTANT & SUB -CONSULTANTS:
1. ABSTRACT
2. SURVEY
3. APPRAISER TITLE LETTER WITH 10 YEAR PROPERTY HISTORY
4. INTRODUCTORY LETTER TO PROPERTY OWNER
5. APPRAISERS
6. REVIEW APPRAISAL
7. PERMITTED CORRECTIVE WORK
8. UPDATE PRE -TITLE AND OWNER RESPONSIBILITY REPORT
9. MAKE OFFER
10. CLOSING
11. FILING SALE
12. 1099
13. CHECKLIST PART I
14. LETTER TO PROPERTY OWNER TO VACATE 90 DAYS/2 MONTHS
RENT.
15. FINAL TITLE LETTER
16. FAA TITLE LETTER
17. ANY OTHER NECESSARY WORK/DUTIES TO COMPLETE TASKS
2B. RELOCATION SERVICES
1. RELOCATION INITIAL MEETING
2. RELOCATIONS PROCESS - ASSESSMENT INTERVIEW AND FORM
PROCESSING
3. INSPECTIONS
4. CHECKLIST PART II
5. AND ALL REQUIREMENTS OF THE FEDERAL UNIFIED
RELOCATION ACT, (as amended)
2C. PROPERTY MANAGEMENT
1. DEMOLITION OF PROPERTY
2. SECURITY
3. FAA 5100-13
4. MAINTAIN PROPERTY
2D. THE FIRM SHALL ALSO PROVIDE THE FOLLOWING AS STATED IN EXHIBIT
"A" OF THIS AGREEMENT:
1. RELOCATION PLAN
2. LAND ACQUISITION/EASEMENT AND RELOCATION POLICIES MANUAL
3, SUB -CONSULTANT SELECTION PROCESS
4. RELOCATION APPEALS PROCEDURE
NOTE: The Firm shall also provide a briefing for Staff and all
sub -consultants regarding the responsibilities and scheduling of
the Project.
The Firm shall prepare all reports, and documentation necessary for
final FAA approval of the project. The "Request for
Qualifications" used in selecting the Firm are made a part of this
document as Exhibit "C". The scope of services may be amended,
modified, supplemented, or limited by the Airport at any time. In
the event of any such change, the rate of compensation payable to
the Firm shall be adjusted by negotiation. The Firm shall provide.
the following services:
a. Identification of the extent of need for special services
to families or persons who have social or health problems
which would impede their relocation into decent, safe, and
sanitary housing within their means;
b. Consult with, advise and provide assistance to families,
individuals, or nonresidential establishments, which have
special relocation problems, the nature of which might be
minimized by the provision of special services;
c. Coordination with appropriate public or private agencies
to provide welfare, health, rehabilitation, legal aid,
counseling, and institutional or correctional services.
d. Development and dissemination of information to displaced
families to advise them of services available from public
or private agencies or officials in a position to provide
such services.
e. Development and implementation of a sales assistance
program under the Relocation Act including manuals for
implementation approved by the Airport and the FAA.
3. Terms of Agreement: This agreement shall take effect
from date of notice t� proceed, from the Airport to the
Firm and shall be subject to cancellations without cause
by the Airport or by the Firm upon thirty (30) days
written notice; provided, however, the Airport may
terminate the Agreement immediately upon the giving of
written notice, for cause.
4. Conditions of Performance: The Firm will be paid at the
rates and charges outlined on the attached Exhibit "B"
covering Phase I (phase I consists of existing Granted
funds made available to the Airport from the FAA) of the
Land Acquisition and Relocation Project. A revised
Exhibit "B" for additional phases shall be submitted for
Airport approval, prior to notice to proceed for any
Granted funds made available to the Airport after the
calendar year 1991.
The Firm shall also be paid at the rates and charges
outlined on Exhibit "A" for reports and consulting
services described in Section 2D of this contract. The
Airport shall provide office space and parking at its
discretion. This space may consist of the first property
acquired which would be suitable for this purpose.
5. Compensation: The Firm will be entitled to a contract
price under this Agreement as shown in the attached
Exhibit "A" and "B" which includes all out-of-pocket
expenses. These are "not to exceed" figures. The payment
schedule for the Firms land acquisition and relocation
fees shall be as follows:
NOTE: It is clearly understood by both parties that should funds
for the Project not be forthcoming from the FAA that this contract
immediately becomes null and void with no compensation due the Firm
from the Airport.
Land Acquisition:
25% upon receipt of appraisals
25% offer meeting
50% closing
Relocation Assistance:
25% after first interview
25% after delivery and acceptance of the three (3)
comparable properties
25% upon approval of claim forms
25% upon delivery of completed file
ALL OTHER FEES ARE DUE WHEN EXPENSED AND APPROVED BY THE AIRPORT
6. Automobile: The Firms personnel shall utilize their own
automobiles for all required travel.. The Firm shall not
be entitled to reimbursement for automobile mileage.
7 Method of Payment: The Firm shall submit to the Airport
on a bi-weeklybasis, an invoice, in duplicate, for
•
payment detailing the work performed by the Firm during
the previous two weeks and detailing the amount due. The
Airport shall pay such invoices within 14 days after
receipt from the Firm.
NOTE: Due., to the large expenditures which will be made necessary
by this Project, it shall be necessary to advise Staff two weeks in
advance of all anticipated expenses that will require immediate
payment or which exceed $10,000.
8. Compliance with Laws: All present and future federal,
state and locallaws applicable in the performance of this
Agreement shall be complied with, in all respects, by the
Firm as shall all present and future rules and regulations
of the Airport and any other governmental agency.
9. Affirmative Action: The Firm assures that, to the extent
applicable, it will undertake an affirmative action
program as required by 14 Code of Federal Regulations Part
152, Subpart E, to ensure that no person shall on the
grounds of race, creed, color, national origin, handicap,
•
•
or sex be excluded from participation in any employment
activities covered in 14 Code of Federal Regulations Part
152, Subpart E. The Firm assures that no person shall be
excluded on these grounds from participating in or
receiving the services or benefits of any program or
activity covered by said subpart. The Firm assures that
it will require that their covered sub -organizations
provide assurances to the Firm that they similarly will
undertake affirmative action programs and that they will
require assurances from their sub -organizations as
required by 14 Code of Federal Regulations Part 152,
Subpart E, to the same effect.
10.. DOT Title VI Assurances - Obligations of the Firm: During
the performance of the Agreement, the Firm for it, its
assigns and successors in interest, agrees to execute
Exhibit "D" Certification for real Property Acquisition
and further agrees as follows:
a. Compliance with Regulations: The Firm shall comply
with the Regulations relative to nondiscrimination
in Federally -assisted programs of the Department of
Transportation (hereinafter "DOT") Title 49, Code of
Federal Regulations, Part 21, as they may be amended
from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by
reference and made a part of this Agreement.
b. Nondiscrimination: The Firm, with regard to the
work performed by him during the term of this
Agreement, shall not discriminate on the grounds of
age, sex, race, creed, color, handicap or national
origin in the selection and retention of
subcontractors, including procurement of materials
and leases of equipment. The Firm shall not
participate either directly/indirectly in items
prohibited by Section 21.5 of the Regulations.
c. Solicitations for Subcontractors. Including
Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or
negotiation made by the Firm for work to be per-
formed under a subcontract, including procurement
of materials and leases of equipment, each potential
subcontractor or supplier shall be notified by the
Firm or the Firm's obligations under this Agreement
and the Regulations relative to nondiscrimination on
the grounds of age, sex, race, creed, color,
handicap or national origin and all FAA regulations.
d. Information and Reports: The Firm shall provide
copies of all information and reports required by
the Regulations or directives issued pursuant
thereto, and shall permit access of information, and
their facilities as may be determined by the Airport
or the Federal Aviation Administration to be
pertinent to ascertain compliance with such
regulations, orders and instructions. Where any
information required of the Firm is in the exclusive
possession of another who fails or refuses to
furnish this information, the Firm shall so certify
to the Airport or the Federal Aviation Adminis-
tration, as appropriate, and shall set forth what
efforts it has made to obtain the information.
e. Sanctions for Noncompliance: In the event of the
Firm's noncompliance with the nondiscrimination
provisions of this Agreement, the Airport shall
impose such contract sanctions as it or the Federal
Aviation Administration may determine to be
appropriate, including, but not limited to:
(1) Withholding of payments to the Firm under this
Agreement until the Firm complies, and or
(2) Cancellation, termination or suspension of this
Agreement, in whole or part.
7 14
•
Equal Employment Opportunity: In the carrying out
of the contract work, the Firm shall not
discriminate against any employee or applicant for
employment because of race, creed, color, sex, age,
handicap or national origin. The Firm, as
appropriate, shall take affirmative action to ensure
that applicants are employed, and that employees
are treated during employment, without regard to
their race, creed, color, sex, age, handicap or
national origin. Such action shall include, but not
be limited to, the following:
employment, upgrading, demotion or transfer;
recruitment or recruitment advertising, layoff or
termination; rate of pay or other forms of
compensation; and selection for training, including
apprenticeship. The Firm, as appropriate, agrees to
post in conspicuous places, available to employees
and applicants for employment, notices to be pro-
vided by the Government setting forth the provisions
of this nondiscrimination clause. The Firm shall,
in all solicitations or advertisements for employees
placed by or on behalf of the Firm, state that all
qualified applicants shall receive consideration for
employment without regard to race, creed, color,
sex, age, handicap or national origin. The Firm
shall incorporate the foregoing requirements of
this paragraph in all subcontracts for services
covered by this Agreement.
g. Disadvantaged Business Enterprise (DBE) Assurances:
POLICY. It is the policy of the Department of
Transportation (DOT) that disadvantaged business
enterprises as defined in 49 CFR Part 23 shall have
the maximum opportunity to participate in the
performance of contracts financed in whole or in
part with Federal funds under this agreement.
Consequently, the DBE requirements of 49 CFR Part 23
apply to this agreement.
DBE OBLIGATION. The contractor agrees to ensure that
DBE's, as defined in 49 CFR Part 23, have the
maximum opportunity to participate in the
performance of contracts and subcontracts financed
in whole or in part with Federal funds provided
under .this agreement. In this regard, all
contractors shall take all necessary and
reasonable steps in accordance with 49 CFR Part 23
to ensure that disadvantaged business enterprises
have the maximum opportunity to compete for and
perform contracts. Contractors shall not
discriminate on the basis of race, color, national
origin, or sex in the award and performance of DOT -
assisted contracts.
Incorporation of Provisions: The Firm shall include
the provisions of these paragraphs (a) through (h)
in every: subcontract, including procurement of
materials and leases of equipment, unless exempted
by the regulations or directives issued pursuant
thereto. The Firm shall take action, with respect
to any subcontract or procurement, as the Airport or
the Federal Aviation Administration may direct as a
means of enforcing such provisions including
sanctions for non-compliance; provided, however,
that in the event the Firm becomes involved in or
is threatened with litigation with a subcontractor
or supplier as a result of such direction, the Firm
may request the Airport to enter into such
litigation to protect the interests of the Airport,
and, in addition, the Firm may request the United
States to enter into such litigation to protect
the interest of the United States.
11. Work. Product: All maps, drawings, plans, specifications,
records, reports, test results and any other work product
generated or prepared as a result of the work effort
rendered by the Firm under this Agreement are and shall
remain the sole property of the Airport; the Firm shall
have no interest therein. The Firm acknowledges that the
contractual fee paid under this Agreement is compensation
in full for his rights in the intellectual property out-
lined in this paragraph.
12. Confidentiality: All reports, documents, plans,
specifications, information or date, given to or prepared
by or assembled by the Firm under this Agreement which
the Airport requests to be kept confidential, shall not
be made available by the Firm to any individual or entity
without the prior written approval of the Airport.
13. Conflicts of Interest: Neither the Firm's employees nor
any member of their family shall have any direct or
indirect interest, financial or otherwise, in the
business of any individual, entity or corporation
involved in this project, directly or indirectly
involving the Airport. The Firm warrants that it
presently has no interest which would conflict in any
manner with any of its duties and responsibilities
under this Agreement. The Firm warrants that it has
not employed or retained any company, firm or person,
other than bona fide employees working solely for them
to provide the necessary relocation assistance and
distribution of relocation payments and that it has not
paid or agreed to pay any company, firm or person other
than bona fide employees working solely for the
relocation agency, any fee, commission, percentage,
gifts or any other consideration, contingent upon or
resulting from the award or making of this agreement.
For breach or violation of this warranty, the Airport
shall have the right to annul this Agreement without
liability.
10
t5
4.-'
14. Assignability: The Firm shall not assign any interest in
this Agreement nor subcontract any services to be
provided hereunder, without the prior written consent
and approval of the Airport.
15. Cancellation of Agreement: The Airport may terminate
this Agreement at any time, without forfeiture, waiver or
release of any other rights of the Airport upon default
or breach of the Firm in the performance of the work to
be provided by the Firm under this Agreement or in the
observance of or compliance with any of the terms and
conditions of this Agreement, or if the Airport
determines that the services rendered or work performed
by the Firm is unsatisfactory in any way. The Airport
may give the Firm immediate notice of such termination
at any time and in any manner. Upon notice of such
termination, the Firm shall immediately cease or cause
to be ceased all services or work. The Firm shall
invoice and be paid for only those services rendered and
work performed through the date of termination which are
reasonably satisfactory to the Airport. Notwithstanding
the above, the Firm shall not be relieved of liability to
the Airport for damages sustained by the Airport by
reason of any breach or default of this Agreement by the
Firm and the Airport may withhold any payments to the
Firm for the purposes of set-off for such damages so
sustained by the Airport. Should the Airport terminate
this Agreement, the Firm shall cease or cause to be
ceased all services or work and shall invoice and be
paid for only those services rendered and work performed
through the date of termination. In the event of
termination of this Agreement by the Airport, any
reports, documents, plans, specifications, information or
data shall be returned to the Airport. The Firm shall
have the right to terminate this Agreement only for
substantial failure of the Airport to perform in
11
•
accordance with the terms of this Agreement.
16. ..Insurance: The Firm shall provide insurance coverage
as follows:
Comprehensive Public Liability and
Comprehensive Property Damage, Including Vehicular
Public Liability $500,000
Bodily Injury $500,000 combined -.single limit
Property Damage $500,000 combined - single limit
The Airport requires the following to be named as
additionally insured:
The City of Fayetteville
The City of Fayetteville Board of Directors
The Airport Board
The City of Fayetteville Airport Management Staff
The Firm will furnish the Airport with proper
certification that such insurance is in force, and will
furnish additional certification as evidence of changes
in such insurance not less than thirty (30) days prior to
any such change if the change results in a reduction of
coverage, and no more than five (5) days after such
change if the change results in an increase in coverage.
The foregoing minimum limits of insurance shall be
subject to revision upon determination that adjustments
are necessary for the protection of the Airport and the
Firm shall agree that it will adjust and maintain
insurance in the revised amounts prescribed from time to
time.
The Firm hereby waives any right of recovery this party
or these parties may have against the City of
Fayetteville arising from any loss, damage or
destruction which may occur, during the dates covered by
this Agreement, to any property owned or controlled by
the Airport.
12
17. Airport Responsibility: The Firm is an independent
contractor and will be responsible for any professional
errors or omissions made by the Firm in performing
services under this agreement.
18. Effect of Partial Invalidity: Should any section or any
part of any section of this Agreement be rendered void,
invalid or unenforceable by any court of competent
jurisdiction, for any reason, such a determination shall
not render void, invalid or unenforceable any section or
part thereof of this Agreement.
19. Compensation to Displaced Families:. The compensation and
method of payment to the displaced families, individuals
and businesses shall be determined by the Firm and
approved by the Airport. The cost of the compensation to
these displacees, will be requested by letter from the
Firm to the Airport and, after approval by the Airport,
these payments for these fees will be disbursed
accordingly.
20. Choice of Law: This Agreement has been made and entered
into the State of Arkansas and the laws of Arkansas shall
govern its validity and interpretation.
S y
:ATTEST:
E._Sherry Tho as City Clerk
w4'..
"h..is.. _ -r
CITY[Eh9'AY� .��I KANSAS
By:
Fred orsanger, Mayor
W. D. BScchhocckk,_ Co. ,,Inc /
By : /��./C ✓c .Uiyt �2:1/r/
W. D. Schock , P.te-rooa�r
13
EXHIBIT "A - 1"
FYV RELOCATION PLAN
W. D. SCHOCK COMPANY, INC.
OUTLINE
* PROJECT BACKGROUND/INTRODUCTION
* AREA DESCRIPTION/GENERAL DATA
* PROJECT INVENTORY AND CHARACTERISTICS
* INVENTORY OF REPLACEMENT DWELLINGS.
* CORRELATION ANALYSIS
- PROBLEMS/SOLUTIONS
- BUSINESS & FARM OPERATIONS
IMPACT OF OTHER COMMUNITY PROGRAMS
- RELOCATION METHODOLOGY
-.DISPLACED FAMILY SCHEDULE
* EXHIBITS & MAPS
* TABLES OF REAL ESTATE ACTIVITY
* GRAPHICS AS REQUIRED
Page 1 of 6
4
•
EXHIBIT "A - 2"
FYV LAND ACQUISITION/RELOCATION AND AVIGATIONAL EASEMENT
POLICIES AND PROCEDURES MANUAL
W. D. SCHOCK COMPANY, INC.
OUTLINE
* PURPOSE AND INTRODUCTION
* SCOPE AND ELIGIBILITY
* DEFINITIONS
* APPRAISAL AND REVIEW
* ACQUISITION OF REAL PROPERTY AND EASEMENTS
* PROPERTY MANAGEMENT/DEMOLITION PROCEDURES
* RELOCATION ELIGIBILITY (NOTIFICATIONS)
* GENERAL RELOCATION RIGHTS & BENEFITS
* RELOCATION ASSISTANCE PAYMENTS
* MOVING EXPENSE PAYMENTS
* RECORDS RETENTION
* APPENDICES
- APPRAISAL FORMAT
- APPRAISAL CERTIFICATION FORM
- COMPARABLE AREAS; LAND ACQUISITION & RELOCATION
- OTHER FORMS & STANDARD LEI I ERS
Page 2 of 6
•
EXHIBIT "A - 3"
FYV SUB -CONSULTANT SELECTION PROCESS
W. D. SCHOCK COMPANY, INC.
•
THIS ASSIGNMENT APPLIES TO ALL ACQUISITIONS AND EASEMENTS UNDER OUR
CONTRACT FOR LAND ACQUISITION SELECTION OF PROFESSIONAL SERVICES REQUIRED
BY 49 CFR PART 24 AND IN ACCORDANCE WITH OMB CIRCULAR A-18 AND FAA ADVISORY
CIRCULAR 150/5100-14B. THE APPLICATION OF SELECTION SERVICES PROVIDED BY W.
D. SCHOCK COMPANY, INC. INCLUDES: LOCAL ADVERTISEMENTS, REQUESTS FOR
QUALIFICATION STATEMENTS, REVIEW OF STATEMENTS, RATING AND GRADING SHEETS,
RECOMMENDATIONS FOR AIRPORT STAFF AND FAA APPROVAL AND DEVELOPMENT OF
SUB -CONTRACTS. SUB -CONTRACTS FOR PROFESSIONAL SERVICES INCLUDE:
•
•
•
•
•
APPRAISERS
REVIEW APPRAISER
ABSTRACTOR FIRM
SURVEY COMPANY
TITLE COMPANY
LEGAL SERVICES FIRM
- CLOSINGS
- TITLE WORK
- DEEDS/RECORDINGS
- (OPTION FOR CONDEMNATION)
Page 3 of 6
44,
EXHIBIT "A - 4"
FYV RELOCATION APPEALS PROCEDURE
OUTLINE
* PURPOSE AND INTRODUCTION
* DEFINITIONS
* LAW GOVERNING RELOCATION APPEAL PROCESS
* CAUSE OF DISPUTE OR CLAIM OF APPEAL
- DETERMINATION OF INELIGIBILITY
- DISPUTE OVER CLASSIFICATION
- ELIGIBILITY DATES
- HARDSHIP STATUS
- RELOCATION PAYMENTS
- NON-RESIDENTIAL MOVING EXPENSES
* PRE -APPEAL PROCEDURE RULES
* APPEAL PROCEDURE RULES
* APPEAL BOARD SELECTION/MEMBERSHIP/QUALIFICATIONS
Page 4 of 6
CLASSIFICATION
Principal
Project Officer
Finance Officer
Project Manager #1
Project Manager #2
Senior Consultant #1
Senior Consultant #2
Consultant
Secretary
,TOTAL MANHOURS
EXHIBIT "A" -5
FYV SCHEDULE OF ESTIMATED MANHOURS
W. D. SMOCK COMPANY, INC:
A-1
RELOCATION
PLAN
40
48
4
40
0
24
32
8
16
212
A-2
LAND ACQ.
RELOCATION
POLICY MANUAL
56
72
4
48
24
32
32
8
16
292
A-3
CONSULTANT
SELECTION
Note: W. D. Schock Company, Inc.
Manhours Above
Are Not to Exceed
Page 5 of 6
72
72
6
24
16
38
40
4
16
288
A-4
RELOCATIO
APPEALS
PROCDURES
32
24
2
8
0
8
16
4
8
102
1.
Exhibit "A"-6
CONSULTANT SERVICE COSTS
FYV LAND ACQUISITION STUDIES & REPORTS
Direct Salary Cost
Title
Principal
Project Officer
Finance Officer
Project Manager #1
Project Manager #2
Senior Consultant #1
Senior Consultant #2
Consultant
Secretary
W. D. SCHOCK COMPANY, INC.
Hours
Rate/
hour Coat ($)
200 44.74 8,948.00
216 34.62 7,477.92
16 27.00 432.00
120 18.27 2,192.40
40 14.00 560.00
102 15.39 1,569.78
120 12.50 1,500.00
24 9.13 219.12
56 8.00 448.00
Total Direct Salary Cost
2. Labor and General & Administrative Overhead
Percentage of Direct Salary Costs 116.14%
3. Direct Nonsalary Expense
Transportation
Per Diem
Printing
Other/Advertising
Total
$5,850.00
3,500.00
650.00
3,400.00
Direct Nonsalary
4. Subtotal of Items 1, 2, and 3
Fixed Payment
0.10 & of item 4
6. Subcontract cost (specify)
Total Cost
Items 4, 5, plus 6
Page 6 of 6
Expense
23,347.22
$27,435.46
$13,400.00
$64,182.68
6,418.27
$70,600.95
S.
t
• W. D. SCHOCK COMPANY, INC.
May 1, 1991
(Revised)
EXHIBIT "B"
LAND ACQUISITION, RELOCATION ASSISTANCE AND EASEMENT ACQUISITION FEES
FAYETTTEVILLE MUNICIPAL AIRPORT, UNIT COST ESTIMATE
1. LAND OR EASEMENT ACQUISITION, PER UNIT COST:
* File Preparation
Notification Letter Certified
* Appraiser Notification & Assignment
* Preliminary Title Schedules
* Tax Information Research
* Appraisal Consolidation/Review
* Offer Preparation
* Homeowner Offer Meeting
* Homeowner 90 day Offer Period
* Offer Acceptance Meeting
* Closing Preparation of Info to Attorney
* Set Closing Letter
* Prepare Informational Report for Condemnation Attorney
* Close Land Acquisition File/Audit Info
TOTAL UNIT COST: $2,500.00
NOTE: Land acquisition and easements obtained through condemnation proceedings shall
be at standard $2,500.00 fee; except that depositions, court and travel time plus reasonable
expenses for each case shall be invoiced at an approved multiplier for each W. D. Schock
Company, Inc. employee called to witness or attendance.
2, RELOCATION ASSISTANCE, PER UNIT COST:
* File Preparation
* Assessment Interview/Forms
* Comparable Case Study
* Eligibility Letter & Meeting
* Replacement Housing Claims
Moving Cost Claims
* Close File/Audit Back-up Data
TOTAL UNIT COST: $2,750.00
NOTE: Relocation base fee of $2,750.00 per unit doesn't include Last Resort Housing
letters & calculations, nor appeal process of eligibility or comparable. If required or
determined add to unit cost $650.00 for Last Resort Housing and $600.00 for the appeal
process. • .
Page 1 of 2
,
EXHIBIT "B". (Cont'd.)
May 1, 1991
(Revised)
3. .ATTORNEY'S FEES AND CLOSING COSTS. PER UNIT:. (Land Acquisition or Easements)
(Local Attorney Firm)
* Abstract Review/Research
* Advisory Title Report
* Title. Corrective Work
* Preliminary Title Letter
* Preparation of Deed
* Preparation of Closing Documents
* Releases/Checks/Record Deed
* FAA Title Letter
TOTAL UNIT COST:
$ .300,00
Note: Does not include condemnation attorney's fees or expert testimony.
4. APPRAISALS AND REVIEW APPRAISER:
Appraisals and Review Appraiser shall be managed and assigned by W. D. Schock Company. The
unit costs anticipated subject to final negotiations areas follows:
* Appraisals, for Land Acquisition
* Review Appraisals, Land Acquisition
* Appraisals for Easements and Review
Appraisal, Easements (allowance)
S. ABSTRACTING: .'
$ 500.00
. $ 250.00
$90,000.00
f .
Local firms will be selected for these services. However, they may not be needed for each
acquisition or easement. Title insurance maybe substituted for these services.
* Abstracting/Title service per unit . . . . . . $ 250.00
(Includes alternative for title insurance)
6. PROPERTY MANAGEMENT, SECURITY AND DEMOLITION:
The above services shall be the overall responsibility of W. D. Schock Company through .local
participation. We will provide time cards, office management and invoices for an 8% management
fee. Out estimates for this project are outlined below:
* Property Management (allowance) , , . . . .-. . . $45,000.00
* Security.Costs (allowance) $35,000.00
* Demolition Costs per unit $ 3,000,00
* Property Inspections (allowance)-. . . . . . . . . $10,000.00
Page 2 of 2
E XH I B S T
{ � Y •tCn
-
NOTICE TO INTERESTED ACQUISITION/RELOCATION AND APPRAISAL CONSULTANTS
CITY OF FAYETTEVILLE, ARKANSAS
RFQ NO. 91-2
REQUEST FOR QUALIFICATIONS
The City of Fayetteville, Arkansas is hereby soliciting statements of
qualifications and experience from Consultants who can provide the following
services: negotiation and acquisition of easements and property; perform
relocation assistance functions; perform review appraisals and acquire and
independently engaged appraiser, familiar with local property values, to
perform property appraisals. The acquisition of this property will
facilitate obstruction lighting and removal project required for FAR PART 77.
The amount of property is tentatively -estimated to consist of 25 parcels with
two small mobile home parks (estimating 25 house trailers) and 26 other homes
and structures. These are located on approximately 25+ acres of property
fronting U.S. Highway 71. Avigation easements for approximately 60 parcels
are also to be included in this project. Fayetteville Municipal Airport
currently has a portion of necessary funds under a Federal Airport
Improvement Grant, and work is ongoing on a multi -year application for the
remainder of necessary funds to complete the project. At this time,
individual survey and plats are being prepared so a determination can be
established on PART 77 penetrations and necessary acquisitions.' This project
is dependant on funding from the FAA and will result in the use of a minimum
of two grant projects over a minimum period of two years to complete the
work. All work contemplated by this request shall be in conformity with 49
CFR PART 24 as amended.
INSTRUCTIONS TO SUBMITTERS
A. Preparation of Submittal.
I]
Each submitter must provide the following information and should be
concise and responsive.
The format of the submittal should be structured as follows:
1. Background - Organization
Please provide some background on your organization:
a. How it is organized.
b. How do airport consulting services relate to other services your
firm offers?
2. Background'- Airport Land Acquisition and Relocation Services
Provide some background on the airport land acquisition and
relocation services your firm provides:
a. How is this area of your firm organized?
b. What services does your firm offer to its airport clients?
1
Ta
}
b
C. If no specific airport services have been performed, list any
such services your firm has performed for the State and
Federal Highway Program. 4n
d. List the amount of court experience compiled by your firm,
include the number of instances you personnel have been called
upon to provide expert witness testimony
3. Please list your existing airport clients, as well as other airport
clients for whom you have completed assignments in the past 3
years.
a. Describe the relationship briefly, and indicate the service
you provide for each client.
b. Provide references from at least three current or former
clients.
4. Personnel - General
a. How many people are involved in your firm's airport consulting
business?
b. How is this group organized? What are the levels of
experience?
c. Is your department divided into groups providing different
specific services, such as those described in question 2(b)?
If so, how many people work in each area?
5. Personnel - Specific to the Fayetteville Municipal Airport (FMA)
a. How would your work with the FMA be organized and staffed.
b. What individual would have overall responsibility? Who would
have day-to-day responsibility? What person or persons would
Airport Staff coordinate with? What person or persons would
be assigned to project office for property owner contact?
c. Provide brief resumes on the persons listed in (a) and (b)
above. Indicate the client relationships on which they have
worked in the past 3 years.
d. Include a statement that recognizes the various personnel to
be utilized as the review appraiser and the negotiator on the
project. UNDER NO CIRCUMSTANCES CAN THESE TWO%.,FUNCTIONS BE
PERFORMED BY THE SAME PERSONNEL.
6. Current Project Schedule/Workload
Please identify any aviation related clients to whom you are
currently under contract to provide consulting services and
indicate the nature of the services you are providing to each of
them.
2
n
7. Describe your firm's file maintenance procedures and indicate'how
these procedures will be utilized for audit functions.
8. Describe your firm's understanding of the scope of the project and
identify and discuss any changes in the scope you feel the
City might wish to consider. Discuss projects of a similar
nature your firm has undertaken and the success of such programs.
MINIMUM SCOPE OF SERVICES
A.) Consultant
shall thoroughly review
and
prepare in
a
timely and
professional manner
a Relocation Plan which
will
be realistic
and
adequate to
provide timely, orderly and efficient relocation of displaced persons as
required by City and Federal regulations for the amount of funds, available in
each grant.
B.) Consultant shall perform all services and transactions in a professional
manner to comprehensively and sufficiently document services performed to
meet all local, state and federal standards, and, shall be, accomplished
pursuant to the highest ethical standards and accepted principles and
techniques in the negotiation, purchase and handling of real estate and
relocation transactions.
C.) Consultant shall provide personnel fully versed in Federal acquisition
and relocation procedures to assist in planning and participate in public
meetings.
D.) Consultant shall engage the services of qualified real estate appraisers
and insure that each appraiser fully complies with all Federal requirements
of the Uniform Relocation and Real Properties Acquisition Policies,. as
amended.
E.) Consultant shall provide qualified staff to conduct an appraisal review&
and recommendation of Fair Market Value of each property to be acquired.
F.) Consultant shall provide staff knowledgeable in all Federal acquisition
policies and requirements of the Uniform Relocation and Real Properties
Acquisitions, as amended to purchase each property identified in the project
scope.
G.) Consultant shall provide staff knowledgeable with all Federal relocation
policies and requirements of the Uniform Relocation and Real Properties
Acquisitions Act, as amended, to provide relocation assistance to each
residential and business occupant in the properties identified for
acquisition.
H.) Consultant shall provide staff for management of acquired occupied
properties, establishing a fair market rental value of each acquired unit,
securing rental agreements and collecting rents, when and where appropriate
if necessary.
I.) Consultant shall provide staff to effect the removal of the acquired
structures, by sale, demolition, or otherwise with all work being
accomplished in accordance with applicable City codes and ordinances and
Federal labor and wage requirements when required by the scope of the current
grant project.
3
.
. U
J.) Consultant shall be in compliance with all Affirmative Action Plans
conforming to Federal and City requirements. Consultant shall require
compliance of same by all contractors and subcontractors furnishing labor,
supplies or services. Consultant shall make good faith efforts to secure
DBE's in all subcontracted services and such efforts, if unsuccessful, shall
be fully documented in writing and submitted to Airport Staff.
K.) Consultant shall maintain accurate records by parcel of contract
expenses for all acquisition and relocation functions related to service
contracts. Consultant shall be expected to. represent FMA on all audit
functions, when requested.
L.) Consultant shall maintain an on -site project office sufficiently staffed
to provide timely and responsive acquisition and relocation services for
projects in excess of 10 parcels. office shall be available at appropriate
times and located conveniently to the affected community, as coordinated by
Airport Staff.
M.) Consultant shall provide estimates of cost to be utilized in a grant
application for the next portion of property to be acquired. This will
require working closely with the engineer developing the plats. The time
line for this application is very compressed, it should be fully understood
that this work is imperative and time is of the essence.
N.) A Consultants Certification will be required to be signed by the winning
submitter, the text of which is identical to the Certifications required by
the Federal Aviation Administration to assure that all work is performed in
accordance with regulations. ".
NOTE: Although plats are not complete on the necessary parcels/easements at
this time, a preliminary map is available upon request from the Airport. It
should also be fully understood that the majority of the property/relocation
work will take place outside the Fayetteville City Limits, this will impact,
the adjoining community of Greenland. Fayetteville's relationship with
Greenland is of the utmost importance and every effort is to be made to
accommodate Greenland's citizenry in the most professional and conscience
manner possible.
IBASIC SCOPE OF SERVICES PROVIDED BY CITY OF FAYETTEVILLE AND
BY THE AIRPORT STAFF
A.) Provide appropriate legal services, (an estimate of time required is to
be provided by the winning submitter).
B.) Review, concur and issue checks for acquisition and relocation payments
requested by the Consultant.
C.) Review, concur and pay all bills incurred and approved byfConsultant in
connection with contract services for the project.
D.) Reimburse Consultant for approved administrative expenses.
E.) Review, approve and submit all reimbursement requests "prepared for
Federal funds on behalf of the sponsor.
4
t
F.) Furnish Consultant
acquired.
with required engineering drawings for parcels'to be
All of the work proposed, herein will be funded in part by a grant from
the Federal Aviation Administration under the Airport Improvement Program
(AIP). Therefore, all proposals submitted must meet all of the requirements
of that program including, but not limited to, Equal Opportunity Employment
requirement, Equal Access requirements, all State and Local regulations and
more specifically the Department of Transportation's Disadvantaged Enterprise
regulations 49 CFR, Part 23.
The successful firm selected shall be subject to the provisions of
Executive Order 11246 (Affirmative Action to Ensure Equal Employment
Opportunity) and to the provisions of Department of Transportation
Regulations 49 CFR PART 23. The bidder shall make good faith efforts, as
defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to contract or subcontract 10% of the dollar
value of the prime contract to small business concerns owned and controlled
by socially and economically disadvantaged individuals (DBE). In the event
that the bidder for this solicitation qualifies as a DBE, the contract goal
shall be deemed to have been met. Individuals who are rebuttably presumed to
be socially and economically disadvantaged include women, Blacks Hispanics,
Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The
apparent successful competitor will be required to submit information
concerning the DBE's that will participate in this contract. The information
will include the name and address of each DBE, a description of the work to
be performed by each named firm, and the dollar value of the.,contract. if
the bidder fails to achieve the contract goal stated herein, it will be
required to provide documentation demonstrating that it made good faith
efforts in attempting to do so. A bid that fails to meet these. requirements
will be considered non -responsive.
The Consultant or Subcontractor, by submission of an offer and/or,
execution of a contract will be required to certify that it:
A. Is not owned or controlled by one or more Citizens or
Nationals of a foreign country included in the list of countries
that discriminate against U.S. Firms published by the office of the
United States Trade Representative (USTR);
B. Has not knowingly entered into any contract or subcontract for
this project with a contractor that is a Citizen or National of a
foreign country on said list, or in owned or controlled directly or
indirectly by one or more Citizens or Nationals of a foreign
country on said list;
C. Has not procured any product nor subcontracted for the supply of
any product for use on the Project that is produced in a foreign country
on said list.
D. Unless the restrictions on this clause are waived by the Secretary
of Transportation in accordance with 49 CFR 30.17, no contract shall be
awarded to a contractor (consultant) or subcontractor with is unable to
certify to the above. If the contractor knowingly procures or
subcontractors for the supply of any product or service of a foreign
country on the said list for use on the Project, the Federal Aviation
5
Administration
contract at no
may direct, through the Sponsor, cancellation of the
cost to the Government.
All submitters shall assume that all work proposed herein will be
performed in conjunction with the engineer selected to complete survey and
plat work.
All qualifications submitted shall be developed in accordance with the
City of Fayetteville Professional Contract Policy, a copy of which is
attached to this invitation for proposals and made a part hereof.
All qualifications submitted shall be signed by a principal owner of the
consulting firm and be in such form as to provide ease of review by the City.
Seven complete sets of qualifications shall be submitted. The
submittals shall be mailed or hand delivered to the Purchasing office located
on the third floor of the City Administration Building at 113 W. Mountain
Street, Fayetteville, Arkansas or you may mail your qualifications to the
following address:
Ms. Peggy Bates DATE AND TIME
Purchasing Officer I.
113 W. Mountain Street March 18, 1991
Fayetteville, Ar. 72701 11:00 a.m.
=v
Qualifications received after the date and time referenced above will
not be accepted and will not be considered. Any questions regarding this
notice may be addressed to Dale Frederick, Airport Manager at (501) 521-4750.
az
A review/selection committee will be established from the following
individuals: Airport Manager; Assistant Manager; Airport Board Members;.
and/or members of the City of Fayetteville Board of Directors and other City
Staff as may be designated will review all qualifications submitted. The
number of proposals to be considered for oral presentation, if oral
presentations are deemed necessary, will be reduced to three (3) or less as
decided by the review committee. Firms submitting qualifications and not
selected for oral presentations will receive a courtesy letter .thanking them
for their interest in the project.
If oral presentations are deemed necessary, the firm(s) selected to make
oral presentations will be notified of a date certain to appear before the
review committee. The purpose of the oral presentation is to provide the
Consulting firms with an opportunity to expand upon their written
qualifications and answer any questions which the review committee may have.
The oral presentations shall not be considered as an negotiating session, but
rather a time for the Consulting firms to present supportive information
about their written proposal and thereby assist the review/selection
committee in making a final decision.
The review/selection committee using the Professional Contract Policy as
a guide will make a recommendation to the full City Board for the final
decision. This project is funded under the F.A.A. Airport Improvement
Program (AIP). The amount may very depending upon the final review of
project price by the F.A.A..
. J
i rA R �Y .•
Review of Submittal Contents: Please assure that the specific' questions
posed on pages one and two are completely and thoroughly answered.
Submittals should address, as a minimum, the following areas:
1. Qualifications: Each proposal should include detailed information
regarding qualifications for the completion of the project:
0 Size and general experience of the firm.
0 Overall experience with Airport -related work.
0 Specific experience of key personnel to be assigned
to the project.
Subcontractors, if used, must be listed with information on their
organization, capability and experience.
2. WORK PLAN: A proposed work
plan indicating methods and general
time
frame for accomplishing each phase
of the work shall be
presented in
each
proposal. This should include a narrative description of
how the work
scope
will be executed as well as other
facts concerning the
approach to
scope
which the proposer deems pertinent.
3. PAST PERFORMANCE: Past performance shall be considered a significant
factor. If there has been no previous performance with this City, the
professional firm's past performance records with others will be used,
including quality of work, timely performance, diligence, ability to meet
past budgets, and any other pertinent information. Firms will provide a
list of similar jobs performed and persons to be contacted for, information.
4. SCHEDULE: Services should begin promptly upon Notice to Proceed.
Proposers shall indicate •the schedule which is to be met to complete all
proposed work. It is the City's intent that the project begin as soon as
possible.
Proposal Evaluation
The top -rated firm will be selected by a committee appointed to review
all proposals in accordance with the Professional Contract Policy.
Negotiation
After selection of the top -rated firm is completed, the City will
negotiate to achieve the most advantageous contract for the City. The
successful firm will submit a "price per parcel" cost on a form that will be
provided for that purpose. If, after reasonable effort, a contract cannot be
negotiated, the negotiations with the selected firm shall be terminated. The
firm will be requested to submit in writing a best and final offer. A n y
contract negotiated shall include a Not to Exceed dollar clause.
Due to the compressed time frame involved with this project, any firm
responding who cannot meet the schedule dates listed in Exhibit "A" of this
solicitation, shall be considered non -responsive and shall not be considered.
CONTACT PERSON
Proposers having questions regarding the proposal phase of this project or
desiring to make a site inspection for further project clarification to
assist them in determining a work plan should contact Mr• Dale Frederick,
Airport Manager, phone (501) 521-4750•
7
E
H
H
H
w
H
H
H
r -I
H
H
C.
07
01
0%
0%
O,
H
H
H
w
rn
0%
a%
0%
ON
0%
0)
ON
rn
.D
H
H
H
H
H
H
0%
IT
IT
H
H
H
N
N
C.
0%
H
0%
N
N
N
N
H
N
N
O
4
H
N
•
.
.
•
$4
0
it
ro
ro
m
0
w
z
z
z
4<
z
0
H
E-'.
u
H
a
a
4
oH
�+
E
O
r�-I
O
w
H
a
-H
m
w
H7
HN
o
0.i
.rI
Qwaxa
°
a
C)
V°
V
�
0
.n
It
z
W��
rt
vxj
0
.0
O
H
H
it
-r4
1V
0
(OHa
ns
VI
0
ro
frI
m
Q.
•
$4
04
c
00N�C
-el
-H
iJ
r -I
0
(0
a)
W
O
N
O
a)
0
•
it.C
0
a)
4)
w
Z
u
o
-ra
$4
4)
$410
N
01W
0
C
0
4)
09
04
z
014J
$4.I
WV
$4
a)
N
1J
r-1
N
U)
=
-r1
C
O.C
a)
z
C
0
9
al
U
ro
ro
0
O
C
m
W
0
m
0
a)
a)
ro
m
w
0
-H
o
-rl
0
-r1
3
,v
m
w
>,
-H
m
N-♦
N
z
$4
H
0
H
ri
W
it
E
it
>a
C
a)
PC
-r4
11
O'
C
it
00
ro7
0
w
a
wC
$CO
0
-r+
0USIU
0
0
4410
H
-r1
m
a)
ro
00
•JJ
040
C
-H
0
4J
r104
U
4
•ra
•H
C
a)
m
C
a)
H
C
r
•r1
0'
H
!L•rl
4J
O
JJ
C
Ia
7
0
1J
H
040
U
-40
0.040
C
4J
C
1J
Ia
a'
V
m
-r1
ro
a)
0
Ol
H
1J
ro
0.
W
U
N
ro
U
>.
01
•ri
+J
0
Ia
-r1
C
m
4004C
;J
C
tT
-ri
U
a)
C
N
04
..
a
It
y.1
y
•H
4.)
0
•r{
U
>1
m
•H
3
-r4
O
Ia
E
C
1J
4
a
a)
it
ro
C
PI
O.C.
(/3(0
to
4j
-H
m
e
ro
ary)
U
a)H•ri
m
0
a
a)
00
040
a)
01
$4
ro
H
>
a)
N
•r1
0
'O
0
'O
0
4J
m
b
a)
a)
is
(0-r1
>.
<-H
4)W01
-H
JJ
C
04
is
m
0.
>
0"
C
H
C
0'
C
c
m
S -I
04
•
•Hy
W
JJ
rom>
-HSLO(0.NBrow°a)0
01.40
.40
a
4)
40
•1
4)
40
a)k•A'i
a)
�.?i
En
w
Gaza
W
Vau
�aHw
)
C
000
c
0
0
-p
-rq
a)
0
•rl
E
(I
>r4
a)
Hr
-1
r-1
>
4J
>
0
.0
a
b
m
b
0
0
a)
••
-0
0)
•
iQ
a
H
m
x
0(0.0
• a
O
ro
.A
U
'O
m
W
tr.C
•H
•n.
O
ro
A
C
U)
0
0
0
0
0
0
0
0
0
Q r
.
. •
EXH=BST •'D••
CONSULTANT CERTIFICATION FOR REAL PROPERTY ACQUISITION
W.D.Schock Co.. Inc. AIP #3-05-0020-11
Consultant's Name Project Number (if available)
Acquisition of easements/property/& relocation for Part 77
Project Description
Section 509 (d) of the Airport and Airway Improvement Act of 1982,
as amended (herein called the Act), authorized the Secretary to
require certification from sponsors that they will comply with
statutory and administrative requirements. In turn, the City of
Fayetteville requires the same assurance from any Consultant
providing services for the Airport. The following list of
certified items includes major requirements for this aspect of
project implementation. However, the list is not comprehensive,
nor does it relieve the Consultant from fully complying with all
applicable statutory and administrative standards. Every certified
item must be marked. Each certified item with a "no" response must
be fully explained in an attachment to this certification. If the
time is not applicable to this project, mark the item "N/A."
General requirements on real property acquisition and relocation
assistance are in 49 CFR 24. The project Grant Agreement contains
specific requirements and assurances on the Uniform Relocation
Assistance and Real Property Acquisition Policies Act of 1970, as
amended (Uniform Act).
1. Good and sufficient title will be prepared and presented to the
City. The Consultant's attorney (or sub -contracted attorney) will
prepare and will present to the City title evidence on the
property.
Yes X No N/A
2. If defects and/or encumbrances exist in the title which is to
be obtained by the Consultant that will adversely impact the City's
intended use of the property, these will be identified and
extinguished, modified or subordinated prior to presentation of
said title to the City.
Yes
3. Property in
property map.
opinions, land
project documer
X No
the project w:
The property
surveys, the
station.
N/A
11 be in conformance with a completed
map will be based on deeds, title
approved airport layout plan, and
Yes %< No N/A
4. For any acquisition of property interest in runway protection
zones and areas related to FAR Part 77 surfaces, property interest
will be obtained for the right of flight and right of ingress and
egress to remove obstructions. Interest will be obtained for the
right to restrict the establishment of future obstructions.
Yes K No N/A
• IC
5. Appraisals will include valuation data to estimate the current
market value for the property interest acquired on each parcel and
will be prepared by qualified real estate appraisers hired by the
Consultant. An opportunity will be provided the property owner or
representative to accompany appraisers during inspections.
Yes X No N/A
6:'Each appraisal will be reviewed by a qualified review appraiser
to recommend an amount for the offer of just compensation. The
written appraisals and review appraisal are available to FAA for
review.
Yes X No N/A
7. A written offer to acquire each parcel will be presented to the
property owner for not less than the approved amount of just
compensation.
Yes X No N/A
8. Efforts will be made to acquire each property through
negotiation with no coercive action to induce agreement. If
negotiations are successful, project files will contain supporting
documents for settlements.
Yes K No N/A
9. If a negotiated settlement is not reached, condemnation will be
initiated and the Consultant will make arrangements through the
City to assure a court deposit not less than the just compensation
will be made prior to possession of the property. Project files
will contain supporting documents for awards.
Yes k No N/A
10. If displacement. of persons, business, farm operations or
nonprofit organizations is involved, a relocation assistance
program will be established. Displaced persons will receive
general information on the relocation program in writing, notice of
relocation eligibility, and a 90 day notice to vacate.
Yes X No
il. Relocation assistance
housing, and payment of nece:
provided within a reasonable
occupant in accordance with the
Consultant.
N/A
services, comparable replacement
;sary relocation expenses will be
time period for each displaced
Uniform Act will be provided by the
Yes X No N/A '
12. I certify that, for the project for which I have be contracted
and identified herein, the responses to the foregoing items are
correct as marked, and that the attachments, if any, are correct
and complete.
SIGNED: Ur/ .� /6f!?/L DATED: 4 'Y A/. /77/
W. D. Schock 7
W. D. Schock Company/ /A/C
irJ
W.D. Schock Company, Inc.
Aviation Management Consultants
July 27, 1992 �� 1
Mr. Dale Frederick
Airport Manager 2' ; - 9�
Fayetteville Municipal Airport
113 W•. Mountain Street
Fayetteville, AR 72701
RE: Contract Amendment No. 1 Property Management
Exhibit B. Item 6
Dear Mr. Frederick:
Please accept this letter Amendment No. 1 to our contract dated May
1, 1991 revised Exhibit B, Item 6, Property Managment, Security and
Demolition. This Amendment is necessary to clarify the property
management allowance under Item -b, Exhibit B for invoicing of our
personnel used in the property management as necessary. Since
W. D. Schock Company was unable to obtain the services of a
property management firm, we had to assume the role of property
management under our contract, having minor items of.work completed
by subcontractors.
Our services for the property managment for land -,acquisition will
not .exceed $9,500.00 and tis,'within ..our ,:property management
allowance budget of $45,000.00 per Exhibit.B to the contract. This
letter amendment is necessary to clarify our participation. in the
property managment section for billing purposes, on an -hourly rate,
plus multiplier..
Recommended and Accepted:
William D. Schock
President
W. D. SCHOCK.
Recommended:
COMPANY, INC.
Accepted, Date ad t / S pVL
Airport Management Staff �1
ley,
Dale Frederick .Ci of Fayetteville
City Manager=
Land Acquisition • Relocation • Part 150 Implementation
Post Office Box 10 Greenland, Arkansas 72737 Phone: 501-521-6852
44
t.W.tD �sCHOCK COMPANY, INC.
CONTRACT AMENDMENT NUMBER 1, PROPERTY MANAGEMENT
EXHIBIT B. PARAGRAPH #6
ATTACHMENTA, LETTER DATED JULY 27, 1992
JULY 27, 1992
PERSONNEL RATE/HOUR
Baugh, John (Prior to August 15, 1992) $1200
Baugh, John (Effective August 15, 1992) $13.22
Wilson, Vicki (Prior to July 23, 1992) $7.50
Wilson, Vicki (Effective July 23, 1992) $7.92
OVERHEAD FACTOR
Rate 126%
FIXED PAYMENT
Rate 10%
EXHIBIT "B" (Cont'd.)
May 1, 1991
(Revised)
3. ATTORNEY'S FEES AND CLOSING COSTS. PER UNIT: (Land Acquisition or Easements)
(Local Attorney Firm) -
' Abstract Review/Research
' Advisory Title Report
Title Corrective Work
' Preliminary Title Letter
' Preparation of Deed
` Preparation of Closing Documents
Releases/Checks/Record Deed
' FAA Title Letter
TOTAL UNIT COST: S 300.00
Note: Does not include condemnation attorney's fees or expert testimony.
4. APPRAISALS AND REVIEW APPRAISER:
Appraisals and Review Appraiser shall be managed and assigned by W. D. Schock Company. The
unit costs anticipated subject to final negotiations are as follows:
* Appraisals, for Land Acquisition . . : . . . . . . $ 500.00
* Review Appraisals, Land Acquisition . . . . . . . $ 250.00
* Appraisals for Easements and Review
Appraisal, Easements (allowance) . . . . . . $90,000.00
5. ABSTRACTING:
Local firms will be selected for these services. However, they may not be needed for each
acquisition or easement. Title insurance may be substituted for these services.
* Abstracting/Title service per unit . . . . . . . . $ 250.00
(Includes alternative for title insurance)
6. PROPERTY MANAGEMENT. SECURITY AND DEMOLITION:
The above services shall be the overall responsibility of W. D. Schock Company through local
participation. We will provide time cards, office management and invoices for an 8% management
fee. Out estimates for this project are outlined below:
* Property Management (allowance) . . . . . . . . . $45,000.00
* Security Costs (allowance) $35,000.00
* Demolition Costs per unit $ 3,000.00
* Property Inspections (allowance) . . . . . . . . . $10,000.00
Page 2 of 2
I
f
a-•— r0 T -
-. ..S Cs
1
. Cam. r. .t. ay ./ V:—.—.rt'-.6 — S�aI.L _ — ate'+�f
CITY OF FAYETIEVTL.LE
CONTRACT/LEASE REVIEW
PTtO.TECT Land Acquisition Contract Amendment/Property Mgmt. Section
Dale Frederick Airport
NAMb/FKOJtC:f MANAUtK UIVISIUN/UTYAK'IMhNI
Please review the attached contract/ease between City of Fayetteville
and W. D. Schock Company .
City Al one
Unte Comments
Finance Director Dale Comments
St
I
Date
Date
> /3-9v
ate
Comments
Comments
Comments
PLEASE RETURN TO THE PROJECT' MANAGER OR DESIGNATED PERSON
WHEN THE REVIEW PROCEDURE HAS BEEN COMPLETED.
The purpose of this amendment is to amend the language only in Exhibit "B"
item #6 (see attachment) to allow for direct payment of prpperty management
services to the W. D. Schock Co. The consultant has been unable to attain
these services locally"and"has"'been"(and will continue) to provide these
services directly. No"increase"of"funds is necessary to initiate this r..
amendment.
Airport Staff requested this contract amendment to the agreement.
i
I
M1 ;.
l_ i
• I .�s7 0
.
Of
CITY OF FAYETTEVILLE
REVIEW FORM
PROJECT: Land Acquisition Project
PROJECT MANAGER: Dale Frederick
DEPARTMENT/DIVISION: General Government/ Airport
rtO
t/,o60
•
MICROFILMED
Please review the attached contract and/or change order between the City of Fayetteville and
W.D. Schock Company, Inc.
Authorizing Signature Date Comments
i
City Attorney/;//1 ( 3 — 3
Finance Director 99-/0 -q5
ACcnun+ Lny 1lamayY,
Purchasing Manager Y � - q
Budget Coordinator -
IM UMMY
ADA Cootuwawr
RETURN TO PROJECT MANAGER WHEN REVIEW PROCESS HAS BEEN COMPLETED.
To Mayor for final signature, then to City Clerk, with a copy to Airport.
�_ me Direct��
Administrative Services Director
SECOND AMENDMENT
TO PROFESSIONAL SERVICES AGREEMENT
DATED MAY 7, 1991; BETWEEN THE
CITY OF FAYETTEVILLE MUNICIPAL AIRPORT
AND W.D. SCHOCK COMPANY, INC.
c THIS SECOND AMENDMENT is entered into this /5 day of
1993, by and between the City of Fayetteville
Municipal Airport (hereinafter referred to as the "Airport") and W.D.
Schock Co., Inc., a corporation doing business in the State of
Tennessee (hereinafter referred to as the "Firm").
WHEREAS, the Airport and Firm entered into an agreement dated May
7, 1991, which provides for certain professional technical,
administrative and management services, relating the Airport's FAR
Part 77 implementation projects; and
WHEREAS, the parties hereto desire to amend said agreement by
modifying the scope of services and compensation section of the
agreement, as provided by the Federal Aviation Administration in the
following manner:
A. SECTION 2. SCOPE OF SERVICES:
1. The Firm will provide plans and specifications for -the
demolition and removal of concrete, trees, fenceline and debris on
the West side of Highway 71.
B. SECTION 5. COMPENSATION:
1. Compensation for providing plans and specifications for the
demolition/removal project will be in the amount -of $1,060.00 (One
Thousand Sixty Dollars and 00/100).
•
z
r .
C. All other terms and conditions of the agreement dated May 7, 1991
shall apply to the first amendment, and second amendment and shall
remain in full force and effect until canceled by either party in
accordance with the agreement.
APPROVED:
ATTEST:
/y� V
T sS4d
William *,S D. Schock, President
W. D. chock Company, Inc.. tie:� 'I
APPROVED: ATTEST:
Fr Hanna, Mayor
City of Fayetteville, Arkansas Title: