Loading...
HomeMy WebLinkAboutHull & Associates Inc; 2004-02-05;AGREEMENT FOR LAND APPRAISAL CONSULTANT SERVICES HULL AND ASSOCIATES, INC. THIS AGREEMENT is made and entered into as of the ssh day of ~fibru3cq , 209, by and between the CITY OF CARLSBAD, a municipal corporation, ?City"), and Hull and Associates, Incorporated a California corporation, ("Contractor"). I RECITALS A. City requires the professional services of a Land Appraisal Consultant that is experienced in conducting appraisals relating to land secured financing, and appraisals for Assessment DistricVCommunity Facilities Districts. B. Contractor has the necessary experience in providing professional services and advice related to land appraisals. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. - TERM The term of this Agreement will be effective for a period of three years from the date first above written. The City Manager may amend the Agreement to extend it for one additional three-year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. I City Attorney Approved Version W4.01.02 4. Time is of the essence for each and every provision of this Agreement. TIME IS OF THE ESSENCE 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be thirty thousand dollars ($30,000) for AD No. 2003-01 College Boulevard and Cannon Road East and fifty thousand dollars ($50,000) for AD No. 2002-01 Poinsettia Lane East. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemntfy City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 2 City Attorney Approved Version W4.01.02 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of .the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". IO. 1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit: 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3 City Attorney Approved Version W4.01.02 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor wil I obtain occurrence coverage, excluding Profess ion al Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 4 City Attorney Approved Version #04.01.02 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. in the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (I) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: Lisa Hildabrand Finance Director Finance Department City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92009 (760) 602-2430 For Contractor: Bruce W. Hull, MA1 Principal Bruce W. Hull & Associates, Inc. I056 E. Meta Street, Ste. 202 Ventura, CA 93001 Email: Bhu1186686@aol.com (805) 641 -3275 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. City Attorney Approved Version #04.01.02 5 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of at1 agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 City Attorney Approved Version W4.01.02 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, 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, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version ##04.01.02 7 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement . 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR (kign here) (print name/title) ’ (e-mail address) ‘(sign here) (print name/title) ’ $b‘t w - bw, htMdT %*.L Cif6t 9b @ bQL* mq **By: La5LJ/! a&-ea &/I, SeJQ ~~~ (e-mail address) CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor ATTEST: W 0- City Clerk APPROVED AS TO FORM: RONALD R. BALL, City Attorney - Deputy City Attorney 8 City Attorney Approved Version W4.01.02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA 1 COUNTYOF P$&,ufi 1 before me, ~//LYM M dr~~flL~0 DATE NAME, TITLE OF OFFICER- E.G.., “JANE DOE, NOTARY PUBLIC” personally appeared, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person@) whose name@) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisherheir authorized capacity(ies), and that by hishedtheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) NOTARY PUBLIC SIGNATURE OPTIONAL INFORMATION THIS OPTIONAL, INFORMATION SECTION IS NOT REQUIRED BY LAW BUT MAY BE BENEFICIAL. TO PERSONS RELYING ON THlS NOTARIZED DOCUMENT TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT NUMBER OF PAGES 7 /-/* svc. &h&?@W dL SIGNER@) OTHER THAN NAMED ABOVE SIGNERS NAME SIGNERS NAME I RIGHT THUMBPRINT I EXHIBIT “A” SCOPE OF SERVICES Contactor will provide professional services and advice as described in Exhibit B for the City of Carlsbad’s Assessment Districts College/Cannon Road East and Poinsettia Lane East. City Attorney Approved Version #04.01.02 9 Exhibit B PROPOSAL FOR APPRAISAL SERVICES PREPARED FOR THE CITY OF CARLSBAD ASSESSMENT DISTRICT NO. 2003-01 (COLLEGE BOULEVARD AND CANNON ROAD EAST) CITY OF CARLSBAD STATE OF CALIFORNIA Submitted By Bruce W. Hull & Associates, Inc. 1056 E. Meta Street, Suite 202 Ventura, California 93001 11 5 E. Second Street, Suite 100 Tustin, California 92780 Exhibit B BRUCE W. HULL & ASSOCIATES, INC. REAL ESTATE APPRAISERS 8 CONSULTANTS November 2 1,2003 Mr. Jin Y. Kim Fieldman, Rolapp & Associates 2 100 Main Street, Suite 2 10 Irvine, California 926 14 Reference: Proposal for Appraisal Services Assessment District No. 2003-01 (College Boulevard and Canon Road East) Carlsbad, California Dear Mr. Kim: I am pleased to submit a proposal on the above referenced project. The following information is submitted for your consideration. , 0 Item 1 - Related experience and client references of Bruce W. Hull & Associates, Inc. 0 Item 2 - Names and resumes of persons to be involved in the project. Please note that both myself and my associate are MA1 appraisers. Item 3 - Scope of Appraisal Services. Item 4 - Public agency references for which appraisals relating to land secured financing have been performed. 0 Item 5 - List of completed appraisals for Assessment DistrictICommunity Facilities District projects. Item 6 - Appraisal Fee Quote. Item 7 - The City may utilized the appraisal in determining the feasibility of a bond issue. The report may be published in connect with the Preliminary and Official Statements. Item 8 - An Appraiser’s Certificate will be signed at the closing of the bond issue. 0 Item 9 - This firm has prepared a number of appraisal that are in conformity with both USPAP and CDIAC guidelines. In addition, we have provided input to the California Debt Advisory Commission in setting appraisal standards for CDIAC. I believe Bruce W. Hull & Associates, Inc. is a firm that would be well suited to perform the appraisal services required by the City of Carlsbad. The firm is small enough for direct and responsive communication with the principal at all times, but large enough to perform large mixed use projects. I believe the background of the company is diversified with such experience in working with various public agencies to provide the City with a comfort level. Respectfully submitted, BRUCE W. HULL & ASSOCIATES, INC. Bruce W. Hull, MA1 BWH:dh Attachment 1056 E. Meta Street, Suite 202, Ventura, California 93001 - (805) 641-3275 - Facsimile (805) 641-3278 115 E. Second Street, Suite 100, Tustin, California 92780 - (949) 581-2194 - Facsimile (949) 581-2198 Exhibit B ITEM 1 RELATED EXPERIENCE AND CLIENT REFERENCES Bruce W. Hull & Associates, Inc. provides a wide range and diversity of appraisal services. We have provided appraisal services to a variety of public agencies, lending institutions, developers, school districts, bond underwriters, and investment bankers. Bruce W. Hull has been a real estate appraiser since 1969 upon graduating from Westmont College, Santa Barbara, California. Please refer to the Qualifications of Bruce W. Hull, MAI (located in Addenda) for a partial listing of land secured appraisal assignments completed. ITEM 2 LIST OF ASSIGNED APPRAISERS The appraisers to be involved in this assignment will be Bruce W. Hull, MAI (principal) and Karen S. Siino, MA1 (associate). Bruce W. Hull will be the lead appraiser. Karen S. Siino will assist. A resume for each is located in the Addenda of this proposal. ITEM 3 SCOPE OF APPRAISAL SERVICES The scope of appraisal services should value the subject property on an ownership basis. Being residential lands, the best comparison would be that of similar lands with similar densities, size, and condition of lands. A Discounted Cash Flow Analysis may be considered due to the number of units within Calvera Hills. I would consider the Mello-Roos taxes (the tax rate being supplied to the appraiser according to the RFP) and would attempt to utilize comparable market data that sold with similar tax rates. If not available, I would attempt to estimate the impact of special taxes based on market actions. Specifically, this would relate to the collection of comparable land sales that may have different tax rates or have no special tax or assessment lien. A comparison (or paired analysis) between sales with special tax lien and those without would be accomplished to determine the impact of the special tax lien. If no such data were available, then I would consider the special tax lien and discount the amount by a present worth factor for a specified time to reflect a present worth estimate. The time and discount would be based on (1) interviews with builders who have bought and developed lands with special tax lien; and/or (2) typical time that a homeowner would occupy a home. 1 Exhibit B ITEM 4 PUBLIC AGENCY REFERENCES 0 Santa Margarita Water District - John Schatz, General Manager; (949) 459-6601 Jurupa Community Facilities District - Carole McGreevy, General Manager (909) 685-7434 City of Corona - Elray Konkel, Assistant City Manager; (909) 736-2376 0 City of Moreno Valley - Tom Breitkreuz, Special Districts; (909) 413-3130 ITEM 5 LIST OF COMPLETED APPRAISALS FOR ASSESSMENT DISTRICTWCOMMUNITY FACILITIES DISTRICTS A list of Assessment Districts/Community Facilities District assignments is included in the Addenda of this proposal. As noted several large scale residential communities have been performed throughout Southern California. Recently, I have completed several CDF assignments for the Cities of Oceanside and San Marcos, the Del Mar School District, and am currently working for the City of San Diego. ITEM 6 APPRAISAL FEE QUOTE A not-to-exceed appraisal fee is estimated at Thirty Thousand Dollars ($30,000). 2 Exhibit B PROPOSAL FOR APPRAISAL SERVICES PREPARED FOR THE CITY OF CARLSBAD ASSESSMENT DISTRICT NO. 2002-01 (POINSETTIA LANE EAST) CITY OF CARLSBAD STATE OF CALIFORNIA Submitted Bv Bruce W. Hull & Associates, Inc. 1056 E. Meta Street, Suite 202 Ventura, California 93001 115 E. Second Street, Suite 100 Tustin, California 92780 Exhibit B BRUCE W. HULL & ASSOCIATES, INC. REAL ESTATE APPRAISERS I CONSULTANTS November 2 1,2003 Mr. Jin Y. Kim Fieldman, Rolapp & Associates 2100 Main Street, Suite 210 hne, California 92614 Reference: Proposal for Appraisal Services Assessment District No. 2002-0 1 (Poinsettia Lane East) Carlsbad, California Dear Mr. Kim: I am pleased to submit a proposal on the above referenced project. The following information is submitted for your consideration. Item 1 - Item 2 - Item 3 - Item 4 - Item 5 - Item 6 - Item 7 - Item 8 - Item 9 - Related experience and client references of Bruce W. Hull & Associates, Inc. Names and resumes of persons to be involved in the project. Please note that both myself and my associate are MA1 appraisers. Scope of Appraisal Services. Public agency references for which appraisals relating to land secured financing have been performed. List of completed appraisals for Assessment DistrictKommunity Facilities District projects. Appraisal Fee Quote. The City may utilized the appraisal in determining the feasibility of a bond issue. The report may be published in connect with the Preliminary and Official Statements. An Appraiser’s Certificate will be signed at the closing of the bond issue. This firm has prepared a number of appraisal that are in conformity with both USPAP and CDIAC guidelines. In addition, we have provided input to the California Debt Advisory Commission in setting appraisal standards for CDIAC. I believe Bruce W. Hull & Associates, Inc. is a firm that would be well suited to perform the appraisal services required by the City of Carlsbad. The firm is small enough for direct and responsive communication with the principal at all times, but large enough to perform large mixed use projects. I believe the background of the company is diversified with such experience in worlung with various public agencies to provide the City with a comfort level. Respectfully submitted, BRUCE W. HULL & ASSOCIATES, INC. Bruce W. Hull, MA1 BWH:dh Attachment 1056 E. Meta Street, Suite 202, Ventura, California 93001 - (805) 641-3275 - Facsimile (805) 641-3278 115 E. Second Street, Suite 100, Tustin, California 92780 - (949) 581-2194 - Facsimile (949) 581-2198 Exhibit B ITEM 1 RELATED EXPERIENCE AND CLIENT REFERENCES Bruce W. Hull & Associates, Inc. provides a wide range and diversity of appraisal services. We have provided appraisal services to a variety of public agencies, lending institutions, developers, school districts, bond underwriters, and investment bankers. Bruce W. Hull has been a real estate appraiser since 1969 upon graduating from Westmont College, Santa Barbara, California. Please refer to the Qualifications of Bruce W. Hull, MA1 (located in Addenda) for a partial listing of land secured appraisal assignments completed. ITEM 2 LIST OF ASSIGNED APPRAISERS The appraisers to be involved in this assignment will be Bruce W. Hull, MA1 (principal) and Karen S. Siino, MAI (associate). Bruce W. Hull will be the lead appraiser. Karen S. Siino will assist. A resume for each is located in the Addenda of this proposal. ITEM 3 SCOPE OF APPRAISAL SERVICES The scope of appraisal services should value the subject property on an ownership basis. The District appears to have residential lands as well as large mixed-use, industrial, residential components. Because of the diverse land uses each need to be separated and valued. Because of the size of these developments a Discounted Cash Flow Analysis will be considered for each ownership. As part of the assignment, I would consider the Mello-Roos taxes (the tax rate being supplied to the appraiser according to the RFP) and would attempt to utilize comparable market data that sold with similar tax rates. If sufficient data is not available, I would attempt to estimate the impact of special taxes based on market actions. Specifically, this would relate to the collection of comparable land sales that may have different tax rates or have no special tax or assessment lien. A comparison (or paired analysis) between sales with special tax lien and those without would be accomplished to determine the impact of the special tax lien. If no such data were available, then I would consider the special tax lien and discount the amount by a present worth factor for a specified time to reflect a present worth estimate. The time and discount would be based on (1) interviews with builders who have bought and developed lands with special tax lien; and/or (2) typical time that a homeowner would occupy a home. 1 Exhibit B ITEM 4 PUBLIC AGENCY REFERENCES Santa Margarita Water District - John Schatz, General Manager; (949) 459-6601 Jurupa Community Facilities District - Carole McGreevy, General Manager (909) 685-7434 City of Corona - Elray Konkel, Assistant City Manager; (909) 736-2376 City of Moreno Valley - Tom Breitkreuz, Special Districts; (909) 413-3130 ITEM 5 LIST OF COMPLETED APPRAISALS FOR ASSESSMENT DISTRICTSlCOMMUNITY FACILITIES DISTRICTS A list of Assessment Districts/Community Facilities District assignments is included in the Addenda of this proposal. As noted several large scale residential communities have been performed throughout Southern California. Recently, I have completed several CDF assignments for the Cities of Oceanside and San Marcos, the Del Mar School District, and am currently working for the City of San Diego. ITEM 6 APPRAISAL FEE QUOTE A not-to-exceed appraisal fee is estimated at Fifty Thousand Dollars ($50,000). 2