Loading...
HomeMy WebLinkAboutContract 28454C�1�!`�i� �� f� � ��� � � REAL ESTATE APPRAI�AL REVI�R� CO1�TT`RACT �"' �`-" : THIS C�NTRACT, made and �nter�d in#o this � day of � a��,,�,�.J , 2003 by and between the City of Fort Worth (the "City"), through tts duly autharized Assistant City Manager and CQRNERSTONE APPRAISAL COMPANY the real estat� appraisers, whose business address is 504 W. 7� STREET. FORT WORTH, TEXAS 7610�_ {the "Contractor"). �n the event t�ie Cant7ractor is a firm, a partnership, or an arganizatiQn, the ser�rices ta be rendered under this contract will be per�ormed by the fallowing designated appraisers whos� qualifications are approved and of record with the City and who are employees or associates of the Contr�ctor in the pexformiance of tivs contract. M►i i� ROY L. RIDDEL. III /S� � _�-�X� 540 W. 7� ST., SITITE S34 FQRT �V�RTH. TX, 75147 KENNETH L. HCTFFMAN_ MAi 500 W. 7TH ST., SUITE 534, FORT WORTH. TX. 761.02 'WI'T1iTE�SETH IT IS MUTUAL,LY' AGREED by and between tlze parties hereto as follows: The Contractor shall �urnish to the City a written pro%ssional opinion, in the �orm of an appraisal review, as to th� adequacy of appraisals pr�gared to estimate the fai�r mairket value o£ certain paxce�s of real estate, or designated parts thereof, on aII parcels listed below under paragrapn 2, an FAA project number 3-4$-0085-1202 , iz� FORT W�RTH. TEXAS. at FORT WORTH MEACHAM INTERNATIONAL 1�IliPORT. 2. (a) For and i� consideration of services in furnishing said appraisal:reviews, tlne Contractor shall be paid �or each parcel th� sum set forth as follaws: PARCEL PTUI�YIBER AI�QUI�T Alliance Airport 1�Taise Mitigation 1VIa�s SEE ATTACHED EXffiBZT "A" SEE ATTACHED EX�IIBIT `B" (b) Statemen�s hy the Contractor �or payment for the aforesaid services shall be itemized and submitte� to the City, Appraisai revievv services will be p�rfornaed pursuant to the terms a.nd Condit�ons of af1 applieable Federal, state, and local l�ws, ordinances, rules, and regulations including, but not iimited to the Urriform Relocation Assista.nce and Real Property Acquisition Policies Act o� 197Q }(P.L. 91-646, as amendedl as_imta��m�nte�i by the United States Department of Transportation in 49 r�' 1� ��;r1 �?��. v�� �erm � �.', apgraisal reports as used herein sha�. inc�ude narrative, form, or v�lue f�dings appraisals as may be required by t�e City. 4. App:razsa.l review services will be perfarmed by a qualified employee or associate of the Cantractor. All review apprais�rs must be a qualified appraiser and meet the minimum standards as required by the City. The Contractor sha11 begin work upon receipt oi a formal n�tification by the City and shall fully compl�:te t�c r�view appraisals and furnish ta the City three (3) copies of such re�+iew appraisal wit.hin (S) wor�tang days after laaving been notified of th� start-up date of this contract through receipt of appraisal r�ports. 6. Contractor shall abide by d�cisions made by tha City on questions conc�rning acceptability o£ axay work pezfo:rmed on the project. All deci�ians made by the City are fina1. 7. Contractor sha11 correct any deficient work pecformed by himlk�er on the project at�d deliv�r carrecte�. work to airporc at his/trer own expense. Corrected wQrk sl�ail be delivered to the auport owner at the airpart office within 15 days from d�.te of rec�uest for correction of item. 8. It is fully understood and agreed tk�at in fk�e event the Cont:�actor shall faxl to perform the work withiri the time herein prQvided, the City may, at its sole option, consider the sezvices of tlae said Contractar ternunated, and, upon written notice ther�of by certified mail to the Contractar of s�ch te:rm�i�ation, shall not be liable for payment far appraisal rev�ews submitted after the date; provided, however, that upor� application by the Contractor, the City in the e�rent of exienuating circumstances, may, at its d�scret�on, expressly grant in writing an extension af time to the Contractor, 9. Upon receipt of appraisals frvm the City, the Contractar will perform an appra�saJ. review af each parcel ta determine that the appraisal meets acceptable standarc�s. The Contractor will be requu-ed to perform appraisal reviev�s of appra.isal reports submitt�d by property owners when requested by the Gity. A review of tlus type wiil receive campensatian based on the parcel amaunt �ar t.�.at parcel as set forth in Paxagraph 2. 10. After perFornung the appraisal review(s), the Contractor will recommend to the City the amount to be off�red to the property owner aud prepa.�e a l�eview Appraisal Report and Statement o£ 7ust Compansation and certification. Tha Cantract�r mus� si�n all review appraisal reports, being � responsible £or the accuracy of data and opiu�ions therein. 2 11. When an appraasal report is re3ected by the Contractor and returned to the appraiser hecause of error of deficiency, the Contractor wiIl be required to complete a subsequent review of ihe revised report wi�thonr additional compensataon. Fror� time to time the Contractor will be availab�e for conferences as found necessary to discuss the appraisal asp�� of tl�e project. 12. Negotiation of mutual acceptance of major changes in the scape, character, or estimated total cost of the work to be performed will be agreeable to il�e City and Contractor as such changes become necessary as the work progresses. 13. A review appra.isal %r each parcel contracted For in this agreement shall be submitted on ei�her the forms provided or as a complete narrative type of appraisal review, provided it complies with current Federal Aviation Adn�ini�tration appraisal revi�+ procedures as set forth in FAA Order S14Q.37 and 49 CFR Part 24. 14. The Contractor shall rnake field irtspec�ions of the comparable sales and the sublect property. The conditians of the sales shall be varified with tha buyer or the sell�r, or both, to the extent necessary to insure the accuracy af the data. Camparable sales data that is fixrnished to the Contractor or is made availabl� to it by the City if any, sha11 be persanally checked and verified bp the.Cantxactor as ta the accuracy arid completeness. 15. (a) The City shall have t�e right to t�rminat� this contract with regard tv any or a11 services pravided for herein in the event of changes in the a.irport's �lans which abviate tbe necessity oi any such review appraisal w�uich may be itavolved. Such temunations shall be given by the City to the Contractar by written notice by certified mail to the following address: 500 W. �7� STREET. SUITE �34_ FORT WORTH. TX. 76102,_ In such event, the aiiport wi11 be �iable to the Contractor far anly those ser�ices which have been randered prior to the date af mailin� o� such notices. (b} In. the evant of th� termination of any �r all o£the wark provided far under this cor�tract, the Contractar shall be paid a proportionate part of the fee pravided for with regard to the particular parcels tern�inated in proportion to the work and services actually completed an the parcel or parcels invalved as of the date of tem�ination. (c) Z7pon t�rmination of this contract, or any part thereaF, for a.ny reason pravided for herein, any and a,ll work actually performed by the Contraetor sha11 become the properiy of tha City. 16. This contract may be supplemented in the event the scope and character of the work as� provided far hereiza is materially changed due to substantially revised plar�s or addit�or�al work as may b� required by the City. In such ev�nt, the supple:m�ental contract cover�ng only such revisions or changes as agreed upon by #he Contractc�r and the City 5hall provide for equitable adjustments rega�rding the time of perfaz�mance including such apprapriate increase or decr�as� in the amount of compensation as was �rovided for in #he basic contract. 17. The Contractor warra.nts that no company nr person has been employed or retained, other tk�an a bona fide employee working solely for the Contractor, to solicit or secrxre this agre�ment, and that payment or an agreeme�t has not been made to pay ar�y companp, firm or persa�a, other �an a bona $de employee working solely %r the Contractor any %e, commission, percentage, brokerage fee, gift, ar any other consideration contingent upon or resulting from the award or making of this agreement. For breach or violation of this warranty,�the City shall have the right ta annul this agreement without liability. i 8. Any dispute concemi�ag a question of fact in connection with the work hereunder which is not otherwise dispas�c� of by tkus agreement, sha11 be decided by the City sub�ect only ta an appropriate appeal ta the caurt. 19. The Contractor agrees to inciemt�ify, defend and hold harmless the City, its officers, ag�nts, anc� emplayees fram any and all claims and losses occurring or resulting to any and a11 persons, firms, ar carporations furnishing work, serviees, mater�als, or �ugplies in connection with the performance of this contract, and from� any and a.�I claims and Losses occurring or resulting to a.ny person, firm, or carporation wha may be injured or damaged by the Contractor in the performanc� of this contract. 20. The parties hereto agree that the Contractor, and any agents and employees of the Contractar, in ihe performance of this agreement, shall a.ct in an independent capacity and not as officers, employees ar agents of the City. 21. This agree�nent ia na�t assignable by t�e Caniractor, either in whnle ar in part, and no portion of the vvork may be sublet or transf�rrcd to any ather person or persons without prior written approval a£ the City. 22. The Contractor shal� comply with �Zl Federal, state, and loc�l laws and ordinances applicable to tl�e wark. 23. Tt is mutually understood and agreed that no alteration or variatian of the terms of this cantract shall be va,lid unless made :m. wri�ag and signed by the pa.rties h�reto, and that no oral understanding or agreement not incorporateci herein nor any alteration or variation of the tertns hereof, uinless made in writing �betvveen fhe parties hereto, sha11 be binding an any and all of t�e parties hereto. 24. All information contained in the appraisal(s) and review apprais�, and all parts therev% are to be treated as a privileged communication, The Cvntractor shall 4 take all necessary steps to insure that there will not be any information d�vulged concerning the review appraisal except ta a duly autharized representative of the City or a duly au�horized representative of the Federal Aviatian Administration, or as otherwise required by caurt order. 25. The Contr�.ctor shall be available for eonsultation {in�cluding, �but not limited to , discussion of appraisa.f, review and other market in%rnzation, appraisal review notes, etc} with the City and Federal representatives after completion of this cont:ract, should the need arise. Said consultaYion shall be contracted for by a separate agreement is1 accordance with City's policies, and shall not �ceed $ SEVENTY FI�'E dallars ($75.00 ) per person per haur or $ SIX HiJNDRED dollaz�s ($600.00) per day per person. �6. The Conxractor agrees that during the performance af this cnntract equal employment oppartunities shall be provided far. all qualificd persor�s and that th�re shall �at be any discrimina.tion aga.inst any emplayee or applicant because a£ race, color, sex, re�Zgion, or national arigin. The Contractor and assocxated subcontractars shall comply with the Civil Rights Act of 1964 aud with Executive 4rder No. I 1246, dated September 24, 1965, or with such other executive ord�rs and sta�utes concerning n.andiscrirnination which may from time to time hereafter be promulgated. 27. The City, the Federal Aviation Administration, The Comptroller Genera� of the United States, or any of their duly authorized representat�ves, shall 1�ave access to any books, documents, papers, and recorcls vf th� Cantrac�or which are directly pertin.ent to tlus praject for the purpose of making audi�, examination, exce�pts, and transcriptions. 28. it is agreed b�etween the pa.rties hereto that in the perfarm�nce of the terms, conditions and prvvisians of this contract by the Contractor that time is of the essence. The Contractor shall be paid one-half the payment as prescribed in Paragraph � above u�on receipt of the review appraisa.l r�port. The ba.lance will be pa.id upon the Gity r�ceiving evidence that the review appraisal l�ad met all requirements. Payment of the balance will not be delayed�more than ninety (90j days after irutial receipt af the review appraisal repart unless the delay results firom deficiencies in the revie�v appraisal. In the eve:nt the review appraisal reports are not received by the date agreed to abo�ve, dam�ges shall be assessed at the rate of $ FIFTY dollars ($ 50.00 pe:r day until received. 29. Title VI Assurauces: During the performanc� of this contract, the Contractor, �or itself, its assignees and successors in interest (hereirnafter referred to as t�e "Contractor") agrees as fol[aws: (a) Campliance with Regulatians. The Contxactor shall comply with the Regulations relative io raandiscrimina.tian in F�derally assisted pragrams of 5 the Department of Transpartatian (hereinafter, "DOT") Tit�e 49, Code of FedeTal Regulations, Part 2I, as they may be amended from time to time, (hereinafter referred to as the Itegulations}, wluch are herein incorporated b� reference and made a part of this coz�tract. {b) l�Tond�scriminativn. The Contractor, with regard to the work parformed by it duri�g the contract, sha.fl not discriminat� on the graunds o� race, color, or natxonal vrigin in the selection and retention of subcontractors, including pracurements of materials and leases af equipment. The Cantrac�or shall not participate eiiher directiy or ind�rectly in the discriinination prohibitec� by �ectian 21.5 af the Regulations, including employment practices when the r,�ntract covers a� program set forth in Appendix B af the Regulatians. (c} Solicitations for Subcontr�cts, IncIading Procu�rements oi 1Vlaterials and Equipment. In al1 salicitations either by competitive bidding or negotiat�vn made by the Contractor for work ta �e performed under a subcontract, including pracurements of materials or leases af equipment, each potential subcontractar or supplier shall be natified by the Contractor of the contractor's obligat�ans under t,�is cantract and the Regulations relati�e to na:�d�iscriminatian vn the grounds af race, colar, Qr national origin. (d) Lifarmatiou and Repnrts. The Contractor sb.all provi�e all information az�d rep4rts required by the Regulations or directives issued pursuant th�reto and shatl permit acc�ss to its boaks, records, acco�nts, other sources of infarmation, and its facilities as may be determi:�ed by the airpart or the Federal Aviation Admini�tra.tian to be p�rtinent to ascertain compliance with such Regulation, orders, and instructions. Where any information required o£ a contractor is in the exclusive possession of anather who fails or refuse� �o furnish this inforn7ation, the Coniractor shall so certi�y �o the City or ths FAA, as appropriate, and shall set farth what efforts it has made io obtain the informa.tion. (e) �a�netians �'or Noncompliance. Jn tbe event af the Coniractar's noncompliance with the nondiscrimination. provisions of tlus contract, the City shall i�npose such contract sanctions as �it is ar the F,AA may determine to be appropriate, including, but not limited to : (1} Withholding a£ pa�ments to the Cantractar under the contract until the Contractor complies, a.ndlor, (2} Cancellation, termitaation, or suspension of the cantract, 'sn whole or in part. 0 (�} I�ncorpor�fio� ot' Provisions. The Contractor s�ia11 include the pro�isians af paragrapias 1 throu�h 5 in every subcantract, including procurements af materials and leases of equipment, unless exempt by the Regulatians or directives issued pursua,nt thereta. The Cantractor shall take such action vuith respect to any subcontract or procurement as the City or the FAA. may direct as a meana of enfarcing suc� provisians includin� sanctions far noncomplianc�. Pro�ded, howev�r, that in the event a contractar becomes involved in, or is threatened with, litiga�ion with a subcontractor or st��aplier as a result of such direction, the Contrac#or may request the City anter into such Iitigatian to protect the interests of the City and, in add�tion, the Contractor may request t�e Unit�d States to ent�r into such litiga#ion �o protect the interests of the United States. 30. ��c. r L�� � Drsaclvanta�ed Business Enterprise (DBEj Assurances {a) Policy. It is the palicy of the Department o£ Transportation {DOT) that DBE bu5iness enterprises as defined in 49 CFR Part 23 shall have the maximum oppartunity to participate in the performance of cantracts financed in whol� or in part with Federa,l funds under this agreement. Consequently, th� DBE rec�uirements of 49 CFR Part 23 apply to this agreement. (b) ,I DBE obli�ation. The Contractor agrees to ensure that �ority business enterprises as defined in 49 CFR Part �3 have th� maximum op�ortunity to participate sn the performance of contrac�s and subcontracts �inanced in whole or in part with Federal fi�nds provided under this agreement. In this regard, aIl contractors shall take a�l necess�ry and ;reasanable st�ps in accordance with 49 CFR Part 23 to ensure that m'snority busines5 enterprises ha�e the ma�mum apportunity to campete for and per%rm contract�. Contractoars shall not discriminate on the basis of race, color, �atianal arigin, or sex in the award and pe�forrnance of DOT-a�sisted contracts. IN WITNESS WHEREOF, th� parties hereta have set th�ir hands the day and y�a�- herein set �� £arth. � � Execu�ed this (� day af ��h,(°,� , 2003. CONTRACTQ�: Corners�ane A��raisal Comnanv , �� � By! ifoy L. Riddel, II� Title � � �� c r' I � � � a r - ' ais�= 7 . . .,� .,_ � ���� CI OF RTH Assista�it C anager Apprave � ta Form ar�d Legality .���'d_ _.,.. � � Assistant �ty Attarney C�-����� C����:�� 1�tlxa�i�a�i�n � y1f�� _a.�.�`_- ..,:.�.��.---.. ���� STATE OF TEXAS 0 COUNTY OF TAKIZANT BEFORE ME, the undersigned autharity, a Notary Public in and for the Stata of Te�as, on this day persanalIy appeared �a ,�� %�-, ��T% , known ta me to be tk�e persan whose name is subscribed tv the forc�going instrument, and acknowledged to me �hat the same was the act of t�ie City of Fart Warth and that he executad the same as the aci of the s�id Caty of Fort Worth For the puiposes and consi�eration therein expressed and in the capacity thsrein stated. � . GNEN LINDER IV�Y HAND AND SEAL OF OFFICE this J�� -� day of �� 2003. � `�' q�„ ' ., . � . . , �-a.. _ ��aRYrd�,y �� 1 Y �� �i��� ,� ; ; ;,.�, +Eur�i)r •�!.�Fi� S't�Te 4f i`�1(aS ' ���r�o�� ;��' ��� �:c�inor,�r�sn E�pir�s ' � ������ �uPy ��, ��U� � � I�� •u�f,. �d�_f �� - . --.� i4��aeLio�ie �i� 4 . STATE OF TEXA.S § COLTNTY OF TARRANT � � � A � otary Public in and £or the S�ate of Texas BEFORE ME, the under�igne�authoriry Notary Public in and for the State of Texas, on this day personally appeared � � c , lcnown to me �o be th� p�rson whose name is suY�scribed tv �he f regoing instrument, a�d acknawl�dged to rne that he executed the same as £ar the purposes and consideratio� therein express�d. � . 2003. GIVEN UNDER MY HAND AND SEA�L, OF OFFICE this �� day af .f.�/ � �.,.,�_,�..,�,.��,,.�,..� � F�AN� �tL�IfV 9 � � � r�at�ry �l� �TAY� ��' i�XdS � �"�� � ca�. �x�. c���i�4 , e..,,,......,.�. ,..,.-._.m.,..,.�..�...,..s�.,.._....�����..._...,..v: � _ -� �� L ��' �-� �- - k ..• . : _�..r Natary Public in an. ' for the State of Texas $ 1P,�IRCEL � �YVi��II�S RIAME 70'� 702 703 704 7'05 706 �a7 708 �as 71D 711 712 713 714 7'E 5 716 717 718 719 720 721 722 723 724 725 726 7Z7 5rseed, Shirley Brawn, Ka#heri�e Brown, Katherine [3avis, OI[ia M Davis, OI[ie M • PulGam, James Est°10 Oria P. Jones, �rginia Est Kumpe, Carra H Tr Kumpe, Carra �i Tr Joseph, Simone Sash, Joan� Srown, Dehra Chilies, Lil[ian & J Gillis Rarnas, �eonel Eiux Pa#ricia Scatt, Richard F !I Brittain, Jahn Kelly Gas�illa, Cirila Salas, Jacob Smith, Tony Clark, Mary Est °1�o Vivian Marie Artderso� Flav�ers, Hubert 8� Joanne Flowers, Hubert Esp�tia, Federica Odessa, �lowers °1fi Louis Washington 6enneti, Selma E � �erson, Orville Sr Greaiha�se, Charles Jr LO� C D 19 18 17 16 15 1 �4 13 92 91 90 9 8 6 5 4 3 2 20 19 18 17 96 9� 14 13 IEX(NI�I� .A 14�IEA��iIANi R�-�AS� 4 dA� � ����� ��s� ���C4C A�4�V'�OPI 8 8 8 $ 8 8 8 S 8 9 9 9 9 9 9 9 9 9 9 fi E 6 fi 6 6 6 6 Worth Hilis Addition Worth Hills Addition WortF� Hills Addition Worth Hills Add�iion Worth Hills Addition Warth Hills Addition Worth Hills Addition Worth Hills Additian Worth Hills Additian Worth Hills Addi�ian Wa�th Hills Add�ian Wflrth HiAs Addifiian Worth Hi[ls Addition Worth HilEs Addition Worth Mills Addition Warth Hills Addiiinn Worth Hills Addi#ian Wort�r Hills Add�tion Wo�th �iills Addition Worth Hiils Addition Worth Hilis Addition Warth HiUs Addition Warth Hills Addi�ior� Worti� F[ills Addifion Worth hiikls Addition Worth Hills Addition Worth Hills Additfon Page 1 of 3 ���� APP4�AlSAL COST AIDDIZG55 C�1"1( dr S�ATIE 33�fi Pearf Ave. 3308 Pearl A�e. 3310 Pearl Ave. 3312 Pea�l A�e. 3314 Pearl Ave. 3316 Pearl Ave. 3318 Pear� Ave. 3320 Pearl A�e. 3322 Pearl A�e. 3323 Pearl A�e. 3321 Pear[ Ave. 3319 Pearf A�e. 3317 �earl Ave. 3315 Pearl Ave. 3371 Pearl Ave. 33�9 Pearl.Ave. 3307 Pearl Ave. 3365 Pe�rl. Ave. 3303 Pear1 Ave. 3400 Pearl Ave. 3402 Pearl Ave. 3404 Pearl Ave, 3408 Pearl Ave. 3�08 Pearl Ar�e. 3410 Pearf Ave. 3412 Pear[ Ave. 34'14 PearE Ave. Fart Warth, Far� Worth, Fort Wotth, Fort Worth, Fort Wor#h, Fort Warth, Fort Worth, �ort Worth, Fart Worth, Fork Wa�th, Fort Worth, Fort Wart�, Fott Worth, Fort Worih, Fart Wor�h, Fort VVorth, Fart Worth, Fort Worth, Fort Worth, Fort Worth, Fort Worth, Fort Wortl�t, �ort Worth, Fort Worth, Fort Wnrth, Fo�t Wo�Ei�, Fart Warth, Texas Texas Texas Texas Texas �fexas Texas Texas 7exas Te3cas Texas Texas �exas '�exas Texas Texas Texas Texas Texas Te�s Texas T�cas TQacas Texas Texas Texas Texas ZIP 7fi108 751 Dfi 76106 78106 76106 7s�as 761a8 76106 76'[ 06 76'i 06 76106 76106 76106 76106 76106 �$706 7fi706 78906 TB906 76106 76108 76108 76'[ OB 76106 76106 76106 76'I {16 $300. QO $300.00 $300.00 $30�.00 $300.00 $300.Q0 $300.00 $�ao.00 $30�.00 �aoo.ao $300.04 $306.00 $300.�Q $30�.00 $30�.00 $300.�0 $300. Qa $300.60 $3Q0. a0 $300.00 $300.00 $340.00 $300.00 $300.00 $30�].40 $300.00 $3QD.04 728 729 734 73 "[ 732 733 734 735 736 737 X38 B00 8�1 802 $�3 $0.4 805 8Q6 807 808 $Q9 810 , 811 ' $'�2 813 814 815 $1S 817 818 8'E 9 szo �►IYAIIER� I�AIU�E Fost�r, Vemon Day, Lila S& Bar�ara Sie�rrart Day, Lifa 5 8� Bar�ara S#ewark Willis, Elgin Conejo, Coster Ganejo, Coster Perez, Alex Etux Patricia Ramirez, Antonia Abrego Rorfriquez, Raul Rodriquez, Raul Rodriquez, Rau! Lerrr�a, Genaro Et�.oc Magdalena Fareman, Glenda �tal Anguiano, Catalina C . Anguiano, Ca'ialina C Ftamirez, Isabei Rarnirez, Antonia Etux Isabel Rodriguez, Sandra Roberson, Lea Mahoney, Deborah Mahoney, Deborah Mars Hill Bap#is# Church �Ilison, Maxine (Cant) Est Ellison, Maxine Est Moi#ett, Co[urrt6us M C F fVleyer Ltd Rrinshp, Zitoon, Ataliah Hewit#, James R Et�c Versita Hewitfi, Jarnes R H�nritt, Jarnes R Hewitt, Jatnes R 5alas, Yolanda & Alfredo LOT IBL.qC1C AIQDIT14ii� 11 1 2 3 4 5 s 7 8 9 9U fi 5 5 5 5 5 5 5 5 6 5 Worth Hills ,Additian Worth Hills Additio� Wor#h Hills Additior� Worth Hi[[s Additian Worth HifEs Addirtion Worth Hi[[s Addition Worth HiIIs Addifiion Worth HilEs Addition V1lotth Hills Addition Warth Hills Addition Warth Hills Add�ian 20 98 17 36 �5 14 13 10 11 12 20 'E 9 18 17 16 15 14 93 12 11 2 9 9 9 _9 9 9 9 10 10 10 � 5 _5 5 5 5 5 5 5 5 4 Warth Hilfs Addition WorFh Hii1s Addition Worth �13lls Addition Wo�th Hifls Addition Worth Hills Addition Worth Hills Acfdition Worth Hills Add�fiion Worth Hil�s Addifi�n Worth Hi[Es Additian Worth Hills Addition Wo�th Fliils Addi�tion Worth Hills Addition Worth Hills Additintt Wor�h Hills Addition Worth Hills Addition Warth H�lls Addition Wo�th Hills Acfdition Worth Hills Addition Workh Hills Addition Worth Hif[s Adclition Worth HiEIs Addition �0.D��ESS 3�}18 Pearl Ave. 34D1 Pearl Ave. 3403 Pearl A�e. 34Q5 Pearl Ave. 3407 Pearl Ave. 3409 Pearl Ave. 341'I Pearl Avs. 3413 Pearl Ave. 3415 Pearl A�e. 3417 Pearl Ave. 3419 Pearl Ave. 3308 Ches#n�t A�e. 3312 Chestnut AVe. 3314 Chesinut A�e. 3315 C�esinut A�e. 3318 Chestnut Ave. 3320 Chestnut Av�. 3322 Chestnut Ave. 3321 Chestnut Ave. 3323 Chestnut Ave. 3325 Chestnut Ave. 340� Chestnut Ave. $402 ChesEn�t A�e. 34�4 Chestnut Ave. 3406 Chestnut i4r+e. 34Q8 Chesfiut Ave. 349D Ghestnt�tAve. 3412 Chestn�# A�e, 3414 Chestnut Ave. 3416 Ghesinut Ave. 3418 Chestnu# A�e. 3403 Chestnut Ave. CG41f dR S'�E44E Fart Worih, Texas Fart Worth, Texas Fort Worth, Texas �ort Wortn, rexas �'ort Worth, Texas �ort Worth, Texas Fort Worth, Texas Fort Wo�th, Texas Fort V4lort�, �'exas Fort Worth, Texa�s Fort Wart�, Texas Fort Worth, Texas Fort Worih, Te7cas FarE Worth, Texas �ort Worth, Texas Fort Worih, Texas Fori Worth, 'iexas Fort Worth, TPacas Fnrt Warth, Texas Fort Wa�th, Te�cas Fort Worth, 7E�acas Fort Worth, Texas Fort Wor#h, Texas Far# Worih, Texas Fort Warth, Texas Fort Wort�, Texas Fort Worth, Texas Fort WarEh, Texas Fort Worth, Texas Fori Worth, Texas Fort Wo�th, �exas Fort Wo�th, Texas �P 78108 7�106 78106 761QB 781D6 78'i 06 76'[ Q6 76'[ 06 76106 T6106 76106 76106 76106 76106 �s�o6 769U6 76906 7fi9 OB 78906 76106 781 [3�i 78106 76106 7B'� 06 76'E 06 76106 76106 76106 76'106 7$'106 78106 7610fi COST $300.00 $3D4.0� $300.00 $300. �0 $3�Q, 00 $300.00 $300A0 $30Q.00 �300. �0 $30�.40 $30D, 00 $300.00 $300.00 $300.00 $30�.QQ $30Q.Q0 $3�0.00 $300.00 $30Q.Q0 $34�, 00 $300.00 $3�O.Q0 $300.00 $300.00 $�oa.ao $300.00 $300.OD $300.00 $30Q.00 $3�Q.00 $300.00 $300.D0 Page 2 af 3 821 822 823 824 825 826 827 828 829 $30 83'1 832 833 834 835 836 837 $38 839 840 9Q1 9Q2 903 9�4 9Q5 906 90T 908 �VVA��FtS �7Af►�E � Chappel, Lilfie Ghap�nan, Myrtke Est �Haliday, Cornell �st Freeman, Dellis & Bennie Faye Hewitt, James R F[ores, Lusebio E#�oc Angeles Sanders, ! B �st Murd, I� 5& Larry Marshal[ Jr. Young, Ella Ray Dauglas Hewitt, James R Quezada, Jose � Ganzalez, David Hevvitt, James R �Hill, Sarr� � Fierden, .lohnnie S Etal Attn: Mary ,�gnew Hewitt, Versia Estate % Vem E Mallard C C F. Meyer Lim'r#ed l�artnership Conireras, Daniel IContreras, Daniel Contreras, Daniel � Salas, Maximina ,lamison, Helen Yer�mine, WalEy �Castillo, Man�el Becic, Trav9s Hunt, �ihert Hili, Harrrsond et ux 5haror�k � C. �. Meyer Limited Partne�ship �OT ��OG1C AQ�O'�BQW A����SS CITX & S'�A'�E �� I 4 I1�►orth Hills Addit9on 3407 C�estnut Ave. � Fort Worth, Texas 5 4 Warth Hiils Addikian 3�09 Chesint.� Aue. Fort Worth, Texas 6 4 Worth Hills Adcii�ion 3411 Chestnut Ave. Fort Worth, Texas 7 4 Worth Hills Addition 34'i3 Ghestnut A�e. Fori Wort�, Texas 8 4 Wot#h Hi[{s Addiiion 3415 Chestnut Ave. Fort Worth, T�xas 10 � 4 Worth Hills Addition 3419 Chestnut A�e. J Fort W�rth, Texas 10 4 �Airpa�t Acres 5500 Chestnut Ave. � Fort Wa�th, Texas 9 4 Airport Acres 3502 Ches#nut Ave. Fart Workh, Te3cas S 4 Airport Acres 3504 Chestnut Ave. Fort Worth, Texas 7 4 Airpart Acres � 350fi Chestnut Ave. Fatt Warth, Texas fi 6 � 4 Airport Acres 3508 Chestnui Ave. Fart Worth, Texas 5 4 �Airpart Aeres 3510 Chestnut Ave. Fort Wor�h, iexas 4 4 Airport Acres 3512 Chestnut Ave. � Fort Worth, Texas 3 4 Airport Acres 3a14 ChestnErE Ave. . Fort Worth, Texas 2 4 Airport Acres 3516 Chestnut Ave. Fort Worth, �e7cas 1 � 4 Airpart Acres 3518 Chestnut A�e. Fart Warth, Texas 19 5 �Airport Acres 3547 Chestnui Ave. Fort Worth, Texas 21 9 � Worth Hills Addition 3306 Chestnut A�e. � Fo�t Worth, �exas 22 9 Worth Hills Add�ian 3304 Chestnc,Et Ave_ ForE Warth, Texas 23 9 Worth Hilks Addition 3302 Chesinut Ave. ,�ort wo�n, Texes � � 20 4 Workh Hills Addition 3400 Colurn6us Ave. Fort Worth, Te�ras 19 4 � Worth Hills Addition 3402 Cnlumbus Ave. Fort Worth, Texas 'f'E � Warih Hills Addition 3420 Columbus Ave � Fo�t Worth, Teacas 1 � 3 Worth Hills Addition �34q1 Calurnbus Ave. Fori Wortf�, Texas 2 3 Worth Nifls Addi�ion 3403 Columbus Ave. Fart Worth, Texas 5 3 Worth Hills Addition 3409 C41um6us Ave. Fo�# Worth, Texas 6 3 � War#h Hi11s Addition 34'['[ Columbus A�e. Fort W�rt�, Texas 7 3 Warth Hills Adc�ition 3413 Columbus Ave. IFort Worth, TExas � � 1'OTA� ��I��l�►Ci �►I�A�4lIVV - -1 I _ - —I Page 3 of 3 �� 76106 76'{ 06 76106 1�s�os �76906 78108 76106 76'� 06 76106 76106 � 7fi14S 75106 761�6 76106 76'106 76106 �76906 76106 76106 76'E 06 COST $300. QO $3AO.OD $300. QO $3DD.OQ $300. QO $300.0(3 $300.00 $300.00 $3�0.00 $3�0. Q� $300.00 $300.�� $300.00 $30Q.00 $30Q.�4 $3Q0. DO $300.00 $340.40 $300.00 $300.00 � �i61�6 76106 76'106 761Q6 76106 76406 �76146 I761D6 $300.04 $30�.Q0 $30�.00 $300.0� $30fl.00 $300.00 $300.04 $300.Q4 _ $26,1��.�0 _i � , , � � � � , , � f , , ,k , � . iA.B � � I • ��. 1YICffQLAS � z a n s e �� ` ��Ui41�Y �: �q; _A��� _ � ,�� w �� _ I + ` '. z h �a m.tn . 'm.t a �'�r, � , i 3',� : :I f �. .r:� 6 � �� � � 1R.IC� g �� ;j � �Ts � � `� • � �' � \� . �. . .�� � a �o - � I„�__ Yj - ..; ie ;�r ;y-_ �,17 '` � 6 : !�" .. � ' _ Cry� rs —r �' � � � � .�- -'.. � ' 9 � ..9 _I�. Kyi :��; - I� ��R�j}" k� a' _i� _��1.. � g , ...78 --iT''f fTffj � I F�' � /�' ._ — � � 357H 8T s r ��L='. =° 1 �. �;� � � • '" 35TH ST --- - v � ;�' V „ A;�� �i;i ��n� irr - � ,�t ��� i f — ,� � . •.. • t! 9i. .� � Y'�"1' m.a �.a . F.fw_��..:" ' SF. ,� �l .�y . i � 13 't'' - :+'- d".�� ��d ' ~ri, fl � _=i ,� �q ' � , . � -�<..:;� i , - ' u.:�'; _► . r� f;�—� �- - J��_ _ iS 8 � � '° + '.76:�' -.q j�� � �. . sy. u4._ . � ts� � �-_- - _'$ � � 18 .: ' . , ifi �. _ `'��—' �s"�'� � � �s 77 '!1;� :'9i� T" '�� I 3 ' . r �i , i �'' � �i '�� - ,e .� r : te ��: !� ,��n � � i�l� � �x' Y I ',-` � � � � iV .8,. : �,:7i •- � :�I � �,iq''�- . 4�, � �� I �� j��.�:��=: - ''H" 7 � EB ;1� . �B . : �' � 1.�� z � G: � _ ':��.' .'X'M1_�': i ��:•;1' ` i �an� sr ; , � , . : �, � _..� 1, � _ 3anr sT .. �a se .�a �e� . � �a -�� - i� � :-, ,r .. 19 19 71 19 . ''. �i _ Jd '( �'�i i�� �� j ....L`�7, 76 16 70 �°�:18 �7tl ' 16�'_' � �i� �.Eih.f� '��z. --L f6 9 �'— . !��l��i 7e o 9 �8 ,� �_ o ie - r' ,;: �4, � � '•9:;� �:r'n . t7 s t7 e �z - a -. �77.n. ��3 �,� ,i:. i7.Ti � � •i �.`.+�lt .': � �s r � �s ' = r ta -.: _ . ,*,,;� . �;5.i a:t: ri.. ..,�, :.. ,�:.:t, , �s 6 s rg . � • .ts_ � � ' L='�—' - '— � � t.8 ' � - . y�4 !; ld;:. � zt 4 et � S. ze � •�: '�.. ti— f�• a� '� ar i � : �. 4 �, �"n ea a az a ee a � za� a= -zr�' , 'a a �a a ea a � ea, a: e� �� -_ � T 1 "4�0 1390 1CB `•_ 17 � . T3 18 t8 �g ��CLOSEU 13692 ��te ia �i 14 71 11 7F FJ }} ¢ 1� 77 �3 te i3 1@ 16 fe 1e 18 16 70 j 16 . 79 .' 19 71 � C 14 f1 �e a a s �e 9h;, 9� te ;, a ss ia a + .� � S7 8 � g g 7 C�" � ta $.. � � �g s � E CHOOI Q p F f8 i � 7 7 ¢ te �G W re 7 B- o t7 a N � 19 6 � 5 8 � 19 g 19 , 8 •� �}— �7B � 2B 6 6 5 5 � �� 6 . '. y � SSI. a�'y 2$ F � 28 a a 3 3 d P8 9 .0 . � �� � 5 i B fl9 34 � 41 �� 4:. 87 E3 2 2 2 g9 2 2 _�s B@•. . 3 � �8 8� 1 � 1 S 24 I �@4 � •.w 83. E H 23 aano sr "' za , aa �a i2 �e �e ia �a �3 � �(. �� ta �� �f �1 �A �� �q ` � �g— � ,�1e _. 15 IB 79 1H 75 19 76 \ +�q �. 1`?E'F�C'HRI`'1 Gl�� �' A��R • - �'"� r� pROP�RIT�S � F�E PURCHASE �--:� ,4�e.�� b FWISD UND�CTD�D CHUiiCHES $, THE IR DO NQT WAni TC PROPERTiES � PAR'iICTPAi� �� QEAD EIYDS-ATTEMpTED Tp COFlTACi IJIT!-1 �IO RE5POHSE � �aL�hD PRQOFI�iC � AVIGATIOn EASEME�T E�BTT B � - ,:_. �: �s 1 RC �� + ��a � a ,s i � te ' 77 6 i6 e . � ,S � 74 �� 8 �� / Y 78 fe ii � � w�sr �ona Au aea 13 i8 1� 17 T H �, ¢ 17 g T�. 18 7 d�J �a 6 f`I 80 6 �i ' __ I _ 's 19 � . „�$ � � , � 9 2�B 4BB �� � � 1�0 30@ � � � � F W � a C'iiy of �o� �o�th, Texas �y�� �r�d ���n�;� ����t�r�����;�r� DATE REFERENCE NUMBEl� LOG NAME PAG� 2125103 **�o� ��,$4 30C4RNER � 1 afi 1 SUBJECT AWARD OF CONTRACT TO �P���l� AI�PRAI�AL ��f1+1PA�lY FOR REVIEW APPRAISAL ASSIGNMENT FOR THE NOISE MITIGATION PRG�R�AM AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT (DOE 3932) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a real estate appraisaf review contract with Cornerstone Appra'rsal Campany in an amount not to exceed $27,000. DISCUSSION: On September 10, 2002 (M&C G-13729), t�e City Council accepted a grant firom the Federal Aviatian Administration (FAA} in the amount of $4,000,000. The City's matching portion is $444,�444. The grant is for Phase IV (Meacham West Area) and in�olves the �ontinuation of the acquisition of 117 parcels of la�d located within the �5 decibel LDN (day-night sound level) zone. In compliance with FAA regulations, prior to iniiiation of negotiations with landown�rs, an appraisa[ firm is required to appraise the parcels to establish just compensation for the fee simple acquisition of t�e proper�ies. These appraisafs wil! be completed in accordance witl� the awarcf of the contract on Decem�e� 17, 2D02 (M&C C-19�93} to DFW Advisors, Ltd. Company. Also, in compliance with FAA regulations, a review apprai5al firm is requir�d to review the appraisal reparts as campleted by DFW Advisors, Ltd. Company to concur with the appraised market �alue �nc! just compe�sation amount and pro�ide written reporis based on its re�iew. MIWBE - A waiver of the goal for MIWBE subcontracting re�uirements was requested by the department and appro�ed by the MIWBE Office. This project is located in COUNCIL DISTRICT 2, Mapsco 48W. FISCAL INFQRMATIONICERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Airports Grant �und. � MQ:k Su6mitted i'ar City Maflager's O�ce by: Marc Ott Origingting Department Head: Douglas Rademaker Additianal Information Contact: � I+UND (to) 8476 1 6157 I (from) I ��1� ACCOiT1V'I' I C�NTER I AMOUNI' I CITY S�CR�TARY 539120 055218807010 �Z�,000.00 APPROVED 2/25/03 � Doug�as Rademaker 6157 �