Loading...
HomeMy WebLinkAboutA3911 - LIPMAN STEVENS MARSHALL THENE APPRAISALS MO 6102 Lipman, Stevens, Marshall & Thene Real Estate Appraisal Review Airport-FAA Project AIP 21 AGREEMENT #3911 REAL ESTATE APPRAISAL REVIEW CONTRtiM06111, 2-18-98 Contract No. __� / 8 THIS CONTRACT, made and entered into this day 1998, by and between PALM SPRINGS REGIONAL AIRPORT (hereinafter referred to he "Airport"), and LIPMAN, STEVENS, MARSHALL&THENE, the real estate appraiser located at 401 "B" Street, Suite 2101, in the City of San Diego, State of California (hereinafter referred to as the "Contractor"). The services to be rendered under this contract will be performed by the following designated appraisers those qualifications are approved and of record with the Airport owner and who are employees or associates of the Contractor in the performance of this contract. NAME ADDRESS Thomas O. Marshall, MAI Lipman, Stevens, Marshall & Thene 401 "B" Street, Suite 2101 San Diego, California 92101-4244 WITNESSETH IT IS MUTUALLY AGREED by and between the parties hereto as follows: 1. The Contractor shall furnish to the Airport a written professional opinion, in the form of an appraisal review, as to the adequacy of appraisals prepared to estimate the fair market value of certain parcels of real estate, or designated parts thereof, on all parcels listed below under paragraph 2, on FAA project number AIP 21, in Palm Springs, California. 2. (a) For and in consideration of services in furnishing said appraisal reviews, the Contractor shall be paid for each parcel the sum set forth as follows: PARCEL NUMBER AMOUNT PARCEL NUMBER AMOUNT For For Phase 1: 501-355-001 $3,000.00 Phase II: 680-072-006 $2,700.00 501-355-002 680-073-005 501-355-003 680-073-006 501-355-005 501-354-008 680-072-005 680-072-009 680-072-012 No amounts shall be due for Phase II unless and until Airport notifies Contractor to proceed with the Phase II review appraisals. 159/014084-011213137966.1 a01/30/98 (b) Statements by the Contractor for payment for the aforesaid services shall be itemized and submitted to the Airport. 3. Appraisal review services will be performed pursuant to the terms and conditions of all applicable Federal, state, and local laws, rules, and regulations including, but not limited to the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646, as amended) as implemented by the United States Department of Transportation in 49 C.F.R. Part 24. The term appraisal reports as used herein shall include narrative, form, or value findings appraisals as may be required by the Airport owner. 4. Appraisal review services will be performed by a qualified employee or associate of the Contractor. All review appraisers must be a qualified appraiser and meet the minimum standards as required by the Airport owner. 5. The Contractor shall begin work on Phase I upon receipt of a formal notification by the Airport and shall fully complete the review appraisals and furnish to the Airport three (3) copies of such review appraisal within twenty (20) working days after having been notified of the start-up date of this contract through receipt of appraisal reports. Contractor shall be notified in writing whether Airport determines to proceed with Phase 11, no later than one (1) year after Contractor submits appraisals on Phase I. In the event Airport notifies Contractor to proceed on Phase 11, Contractor shall deliver the Phase 11 review appraisals in the same manner and within the same timeframes as the Phase I review appraisals. 6. Contractor shall abide by decisions made by the Airport on questions concerning acceptability of any work performed on the project. All decisions made by Airport are final. 7. Contractor shall correct any deficient work performed by him/her on the project and deliver corrected work to Airport at his/her own expense. Corrected work shall be delivered to the Airport owner at the Airport office within 15 days from date of request for correction of item. 8. It is fully understood and agreed that in the event the Contractor shall fail to perform the work within the thne herein provided, the Airport may, at its sole option, consider the services of the said Contractor terminated, and, upon written notice thereof by certified mail to the Contractor of such termination, shall not be liable for payment for appraisal reviews submitted after the date; provided, however, that upon application by the Contractor, the Airport in the event of extenuating circumstances, may, at its discretion, expressly grant in writing an extension of time to the Contractor. 9. Upon receipt of appraisals from the Airport owner, the Contractor will perform an appraisal review of each parcel to determine that the appraisal meets acceptable standards. The Contractor will be required to perform appraisal reviews of appraisal reports submitted by property owners when requested by the 159/014084-0112/3137966.1 a01/30/98 -2- Airport. A review of this type will receive compensation based on the compensation schedule set forth in Paragraph 2. 10. After performing the appraisal review(s), the Contractor will recommend to the Airport the amount to be offered to the property owner and prepare a Review Appraisal Report and Statement of Just Compensation and certification. The Contractor must sign all review appraisal reports, being responsible for the accuracy of data and opinions therein. 11. When an appraisal report is rejected by the Contractor and returned to the appraiser because of error or deficiency, the Contractor will be required to complete a subsequent review of the revised report without additional compensation. From time to time the Contractor will be available for conferences as Airport determines is necessary to discuss the appraisal aspect of the project. 12. Negotiation of mutual acceptance of major changes in the scope, character, or estimated total cost of the work to be performed will be agreeable to the Airport and Contractor as such changes become necessary as the work progresses. 13. A review appraisal for each parcel contracted for in this agreement shall be submitted on either the forms provided or as a complete narrative type of appraisal review, provided it complies with current Federal Aviation Administration appraisal review procedures as set forth in FAA Order 5100.37 and 49 CFR Part 24. 14. The Contractor shall make field inspections of the comparable sales and the subject property. The conditions of the sales shall be verified with the buyer or the seller, or both, to the extent necessary to insure the accuracy of the data. Comparable sales data that is furnished to the Contractor or is made available to it by the Airport, if any, shall be personally checked and verified by the Contractor as to the accuracy and completeness. 15. (a) The Airport owner shall have the right to terminate this contract with regard to any or all services provided for herein in the event of changes in the Airport's plans which obviate the necessity of any such review appraisal which may be involved. Such terminations shall be given by the Airport to the Contractor by written notice by certified mail to the last known address of the Contractor. In such event, the Airport will be liable to the Contractor for only those services which have been rendered prior to the date of mailing of such notices. (b) In the event of the termination of any or all of the work provided for under this contract, the Contractor shall be paid a proportionate part of the fee provided for with regard to the particular parcels terminated in proportion to the work and services actually completed on the parcel or parcels involved as of the date of termination. 159/014084-011213137966.1 W1/30/98 -3- (c) Upon termination of this contract, or any part thereof, for any reason provided for herein, any and all work actually performed by the Contractor shall become the property of the Airport. 16. This contract may be supplemented in the event the scope and character of the work as provided for herein is materially changed due to substantially revised plans or additional work as may be required by the Airport. In such event the supplemental contract covering only such revisions or changes as agreed upon by the Contractor and the Airport shall provide for equitable adjustments regarding the provide time of performance including such appropriate increase or decrease in the amount of compensation as was provided for in the basic contract. 17. The Contractor warrants that no company or person has been employed or retained, other than a bona fide employee working solely for the Contractor, to solicit or secure this agreement, and that payment or an agreement has not been made to pay any company firm or person, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gift, 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. 18. Any dispute concerning a question of fact in connection with the work hereunder which is not otherwise disposed of by this agreement, shall be decided by the Airport subject only to an appropriate appeal to the court. 19. The Contractor agrees to indemnify and save harmless the Airport, its officers, agents, and employees from any and all claims and losses occurring or resulting to any and all persons, firms, or corporations furnishing work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the Contractor in the performance of this contract. 20. The parties hereto agree that the Contractor, and any agents and employees of the Contractor, in the performance of this agreement, shall act in an independent capacity and not as officers, employees or agents of the Airport. 21. This agreement is not assignable by the Contractor, either in whole or in part, and no portion of the work may be sublet or transferred to any other person or persons without prior written approval of the Airport. 22. The Contractor shall comply with all Federal, state, and local laws and ordinances applicable to the work. 23. It is mutually understood and agreed that no alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and that no oral understanding or agreement not incorporated herein nor 159/0140840112/3137966.1 a01/30/98 -4- • any alteration or variation of the terms hereof, unless made in writing between the parties hereto, shall be binding on any and all of the parties hereto. 24. All information contained in the appraisal(s) and review appraisal, and all parts thereof, are to be treated as a privileged communication. The Contractor shall take all necessary steps to insure that there will not be any information divulged concerning the review appraisal except to a duly authorized representative of the Airport or a duly authorized representative of the Federal Aviation Administration, or as otherwise required by court order. 25. The Contractor shall be available for consultation (including, but not limited to discussion of appraisal, review and other market information, appraisal review notes, etc) with Airport and Federal representatives after completion of this contract, should the need arise. Said consultation shall be contracted for by a separate agreement in accordance with Airport policies. 26. The Contractor agrees that during the performance of this contract equal employment opportunities shall be provided for all qualified persons and that there shall not be any discrimination against any employee or applicant because of race, color, sex, religion, or national origin. The Contractor and associated subContractors shall comply with the Civil Rights Act of 1964 and with Executive Order No. 11246, dated September 24, 1965, or with such other executive orders and statutes concerning nondiscrimination which may from time to time hereafter be promulgated. 27. The Airport owner, the Federal Aviation Administration, The Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the Contractor which are directly pertinent to this project for the purpose of making audit, examination, excerpts, and transcriptions. 28. It is agreed between the parties hereto that in the performance of the terms, conditions and provisions 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 2 above upon receipt of the review appraisal report. The balance will be paid upon the Airport receiving evidence that the review appraisal had met all requirements. Payment of the balance will not be delayed more than ninety (90) days after initial receipt of the review appraisal report unless the delay results from deficiencies in the ]review appraisal. 29. Title VI Assurances: During the performance of this contract, the Contractor for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: (a) Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department: of Transportation (hereinafter, "DOT") Title 49, Code 159/014094-0112/3137966.1 a01/30/98 -5- of Federal Regulations, Part 21, as they many be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated, by reference and made a part of this contract. (b) Nondiscrimination. The Contractor, with regard to the work performed by or during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subContractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (c) Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subContractor, including procurements of materials or leases of equipment, each potential subContractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (d) Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Airport or the Federal Aviation Administration to be pertinent to ascertain compliance with such Regulation, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Airport or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. (e) Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Airport shall impose such contract sanctions as it is or the FAA may determine to be appropriate, including, but not limited to: (1) Withholding of payments to the Contractor under the contract until the Contractor complies, and/or, (2) Cancellation, termination, or suspension of the contract, in whole or in part. (f) Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or 159/014084-0112/3137966 1 a01/30/98 -6- directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Airport or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subContractor or supplier as a result of such direction, the Contractor may request the Airport to enter into such litigation to protect the interests of the Airport and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 30. Disadvantaged Business Enterprise (DBE) Assurances (a) Policy. It is the policy of the Department of Transportation (DOT) that DBE 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. (b) DBE Obligation. The Contractor agrees to ensure that minority business enterprises 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 minority 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 perfonance of DOT-assisted contracts. 31. Miscellaneous Provisions. (a) Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. (b) Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 159/014084-0112/3137966.1 aD1/30/98 -7- (c) Notice. Any notice, demand, request, document, consent, approval, or communication either parry desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Director of Transportation, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person designated on the execution page of this Agreement. (d) Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. (e) Integration; Arnendrnent. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. (f) Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. (g) Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. (h) Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing parry in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 159/0A084-0112/3137966.1 a01/30/98 -8- (i) Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY: CITY OF PALM SPRINGS, a municipal corporation L City Manager ATTEST: City Clerk APPROVED AS TO FORM: j�ll �OdQL - Sy =P City A iontt ey-) CONTRACTOR: LIPMAN, STEVENS, MARSHALL & THENE By: Name: j �v,�r� D. 11i1�2 s/ xc ova i Title:�/�,v By: Name: Title: Address: 401 "B" Street, Suite 2101 San Diego,California 92101-4244 15 9/0140 84-01 12/313 796 6.1 a01/30/98 -9-