Loading...
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: