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 �