Loading...
HomeMy WebLinkAboutThe Irving Group; 2011-11-14; PEM564PEM 564 AGREEMENT FOR DEVELOPMENT OF A PROFESSIONAL STRATEGIC PLAN FOR REAL PROPERTY ASSETS (THE IRVING GROUP) THIS AGREEMENT is made and entered into as of the /£/.""! day of , 20 / /. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and The Irving Group, a California Corporation ("Contractor"). RECITALS A. City requires the professional services of a real estate consulting firm that is experienced in developing real estate strategic plans and valuation of properties. B. Contractor has the necessary experience in providing professional services and advice related to Real Estate Strategic Planning. 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 one (1 ) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one year period or part thereof in an amount not to exceed fifty thousand dollars ($50,000) per Agreement year. 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. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will not exceed eighty-two thousand six hundred dollars ($82,600), including a flat fee of seventy one thousand, eight hundred twenty five dollars ($71 ,825) for the work and/or services specified in item 1 of Exhibit "A", attached hereto and made a part hereof, and, a not-to-exceed contingency allowance of ten thousand, seven hundred seventy-five dollars ($10,775) for the work specified in item 2 of Exhibit "A". 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 City Attorney Approved Version 5/12/11 PEM 564 a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Payments for the work shall be made incrementally based upon completed items of work as described on an invoice submitted by the Contractor to the City and, as verified by the City Property and Environmental Management ("PEM") Director, or his designee. No work shall be performed against the contingency allowance, identified above, unless and until a written scope of work and/or services has been approved by the City PEM Director, or his designee, and written authorization to proceed on such contingency work has been issued in writing by the City PEM Director, or his designee. 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 indemnify 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. 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 by any negligence, recklessness, or willful misconduct 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. City Attorney Approved Version 5/12/11 PEM 564 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-:VM". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages 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 Liability 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation 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. If box is checked, Professional Liability City's initials Contractor's initials Insurance requirement is waived. 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 will obtain occurrence coverage, excluding Professional 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. City Attorney Approved Version 5/12/11 PEM 564 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 Coverage. 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. 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 (1) 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 City For Contractor Name Joe Garuba Name Simon Terry-Lloyd Title Municipal Property Manager Title Vice President Department PEM Address 4320 La Jolla Village Dr, Ste 420 City of Carlsbad San Diego, CA 92122 Address 405 Oak Avenue Phone No. (858)999-0306 Carlsbad, CA 92008 Phone No. (760)434-2893 City Attorney Approved Version 5/12/11 PEM 564 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 Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 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 all agents, employees, subcontractors and consultants whose services are 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 (10) 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. 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 City Attorney Approved Version 5/12/11 PEM 564 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 seq.. 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 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. City Attorney Approved Version 5/12/11 PEM 564 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 /(si(sign here) CPO CITY OF CARLSBAD, a municipal corporation of the State of California City Manager or Mayor or Division Directori as authorized by the Cit ATTEST: LORRAINE M. WOOD City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorn r ey DEBORAH L. HOOAPP I COMM. #1949919 1 Notary PuWic • CaMomia § San Diego County My Comm. Expires Aug. 27,2015 City Attorney Approved Version 5/12/11 PEM 564 EXHIBIT "A" SCOPE OF SERVICES 1. All work as outlined in the response to RFP 12-01 revised 11-4-11, incorporated herein as Exhibit "B", for a lump sum fee of seventy one thousand, eight hundred twenty five dollars ($71,825). 2. Other related consulting work as may be requested by the City from time-to-time, although not guaranteed, for an amount not to exceed ten thousand, seven hundred seventy five dollars ($10,775). All work done at City's request (over and above the scope of work defined in Exhibit "B"), shall be billed on a monthly basis, using the following rate schedule: Title Founder & President CFO President-CM Division Project Manager Director Analyst Researcher Hourly Rate $ 420.00 $ 180.00 $ 270.00 $ 150.00 $ 90.00 $ 60.00 $ 48.00 City Attorney Approved Version 5/12/11 State of California County of On personally appeared > CALIFORNIA ALL-PURPOSE ) CERTIFICATE OF ACKNOWLEDGMENT (here insert name and title of the who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Ware subscribed to the within instrument and acknowledged to me that ft^/s^e/they executed the same in n^s/Pv^r/their authorized capacity(ies), and that by rifc/h^r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 'f- DEBOKAH L. HODAPP ICOMM. #1949919 i Notary Public - California § San Diego County -i Myjfrnm. Expires Aug^ 2015^ (Seal) ' OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: dl Individual(s) I I Attorney-in-Fact Q Corporate Officer(s) [U Guardian/Conservator I | Partner-Limited/General [U Trustee(s) [J Other: representing: Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: '—O form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other [ j Additional Signer(s) [ | Signer(s}Thumbprint(s) D © Copyright 2007 Notary Rotary, Inc. 925 29th St., Des Moines, IA 50312-361 2 Form ACK03. 10/07. To re-order, call toll-free 1-877-349-6588 orvisitusonthe Internet at http://www.notaryrotary.com Exhibit "B" to PEM 564 Response to Proposal: RFP # 12-01 (Revised Scope) For the City of Carlsbad Professional Strategic Plan for Real Property Assets From the Irving Group IRVING November 4, 2011 Table of Contents Section 2: Guiding Principles & Assessment Criteria 3 Phase 1: Review and Analyze City Portfolio of Underutilized Properties 3 Phase 2: Develop Guiding Principles & Assessment Criteria 3 PhaseS: Prioritize Disposition of Assets 3 Phase 4: Highest & Best Use for all Properties 4 Section 3: Fixed Fee to Perform Requested Services 5 Free Breakdown by Scope of Work 6 Section 4: Hourly Rate Schedule -Additional Work 7 The living-id ;•• ••••••»?».. to RFP 8 12-01 Section 2: Guiding Principles & Assessment Criteria The Irving Group fosters collaboration among the stakeholders involved in our various client engagements because we realize that decisions pertaining to real estate have a lasting effect for those involved and can be emotional, particularly in a Charter City where the efficient use of City land is critical and due to the anticipated community involvement in the process. The City of Carlsbad is the leading municipality in our region and we want to ensure that the decisions generated from our evaluations of the listed properties maximize the benefits for future generations of citizens living and working in the City. Phase 1; Review and Analyze City Portfolio of Underutilized Properties•j >/ « To help develop a comprehensive knowledge of the listed properties we will tour each site with City personnel who are able to provide background information and answer questions. Attendees from the Irving Group to include: President, President of CM Division, Project Manager and an Analyst. After the physical inspections are complete, our staff will do a comprehensive title, initial cost, ongoing expense and local area analysis of the sites. We will require a single point of contact at the City for questions and requests for clarification. (Two weeks) Phase 2: Develop Guiding Principles & Assessment Criteria Developing a shared view for the strategic plan's principles and criteria requires active involvement from each stakeholder involved. An initial meeting, or workshop, will help to foster collaboration and an environment of open communication. We will seek to develop a deeper understanding of the City's goals for this project and try to reach consensus with the stakeholders involved prior to developing a plan. Following the initial meeting, our team will draft a strategic plan reflecting the principles discussed and seek all feedback from the City once this draft is completed. We anticipate several rounds of revisions but will seek to complete the process within ten business days. (Four weeks) Phase 3: Prioritize Disposition of Once the "lens" for evaluating the assets has been established we will commence the comprehensive assessment process. We take into consideration a number of components including: the Carlsbad General Plan, City Charter, Envision Carlsbad, Community Vision, specific property locations and surrounding uses, soil reports, remediation and abatement work, appraisals, previous evaluations, financial records, market data and stakeholder input. Our analysis is a complex process and will require hundreds of hours of work from our team. Each asset will be evaluated on its unique merits and this analysis will be presented to the City in order of priority. The Irving Grc, The Irving Group has a uniquely objective view for commercial real estate. Unlike other brokerage firms, we do not provide sales or leasing services for property owners. This is a key differentiator for our firm because there will be no conflict of interest in our evaluations as there will likely be from other brokers who may advise a sale in anticipation of receiving a listing for disposition. (Three weeks) 4: Highest & Use for all Properties Developing the highest and best use for each property is an involved process that is both a science and an art. At this point in the project we will have developed extensive knowledge pertaining to each asset and understand what current uses will benefit the area. Advancing these thoughts to the future vision for the City will help to ensure they meet the highest and best use for future generations. The Irving Group's team of specialists will have a series of meetings to decide which properties should be considered a top priority for the City. Each property will then be ranked based on their highest and best use. The diverse background of the experienced personnel in our team creates an ideal environment for a 360 degree assessment and SWOT (Strengths, Weaknesses, Opportunities, Threats) analysis of each property which is critical for a project of this nature. We will make recommendations on the best vendor for the City to collaborate with in each particular scenario. Our extensive experience working with listing brokers, developers and companies who have successfully worked in public/private partnerships provides the City with the insight and objectivity necessary for a successful implementation strategy. (Three weeks) Please see "City of Carlsbad: Work Plan & Schedule" document for the proposed workflow. Section 3: Fixed Fee to Perform Requested Services Request for Proposal f«t Professional Strategic Plan for Red Property Assets RFP Section 6 - Cost Proposal Cost Proposal firm Name: The irvng Grojp "-a Joila *?, Sute 250,. S3fi Diego, CA 921 ,'1 f :, ,- f':f i;-'i«-« J ii t'l $ $71 ,,82! -r^f.y Rate for aodi:-:ral (Rate Schedule may be Please see Section 4 ::-:*l f.sirc Craig A. Irving * t|s, President & Bou rit^ October!?, 2011 j-:/ it'.'ilp Free Breakdown by Scope of Work 1) Review and analyze City Portfolio of underutilized properties: Tour Facilities Principal President - CM Division Project Manager Analyst Review Title, Cost Basis, Area Principal Project Manager Director Analyst Researcher Hours Expense 2) Develop Guiding Principles & Assessment Criteria w. Stakeholders Initial Meeting Principal CFO President - CM Division Project Manager Plan Development Principal CFO President - CM Division Project Manager Discussions, Revisions, Final Agreement Principal CFO President - CM Division Project Manager 8 8 8 8 32 2 15 20 40 40 117 149 ; 4 4 4 4 16 6 3 6 20 35 3 2 3 20 28 79 $2,800.00 $1,800.00 $1,000.00 $400.00 $6,000.00 $700.00 $1,875.00 $1,500.00 $2,000.00 $1,600.00 $7,675.00 $13,675.00 $1,400.00 $600.00 $900.00 $500.00 $3,400.00 $2,100.00 $450.00 $1,350.00 $2,500.00 $6,400.00 $1,050.00 $300.00 $675.00 $2,500.00 $4,525.00 $14,325.00 ' ff 12- 3) Prioritize Disposition of Properties per Established Criteria Principal CFO President - CM Division Project Manager Director Analyst Researcher 10 $3,500.00 5 $750.00 15 $3,375.00 40 $5,000.00 40 $3,000.00 80 $4,000.00 80 $3,200.00 270 $22,825.00 4) Present Highest & Best Use Ranking the Properties Section 4: Hourly Principal CFO President - CM Division Project Manager Director Analyst Researcher Total Rate Schedule - Additional Work 15 $5,250.00 10 $1,500.00 16 $3,600.00 30 $3,750.00 20 $1,500.00 60 $3,000.00 60 $2,400.00 211 $21,000.00 709 $71,825.00 Hourly Rate Craig Irving Casey Kinslow John Dempsey Simon Terry-Lloyd Courtney Murphy Founder & President CFO President - CM Division Project Manager Director Analyst Researcher $420.00 $180.00 $270.00 $150.00 $90.00 $60.00 $48.00 IRVING Review & Analyze Subject Properties SsVivJifw "R^; Ccft~^ Sa&k-s, Vkmstyfer £sd Develop Guiding Principles Si Criteria sas with fttiih^i-ioide^: Prioritize Disposition of Assets Present Highest & Best Use . ::.<-; & ^f^j^yst Secernme^dations City of & 2 weeks PK»* i 1, AiaesHiient Prctceu fot Cotfi Aitcf: fll Evaluate a-ieveiJab* data incSud recsrgi, market data • Etaltchoidcr :nput Phase IV: Highest & Best Use for all Properties (3 weeks) bt TicTeafft pvt 2, Pi esent OpBOfturtitie* to the City with Recornmemtatioiis for Thicrf Party V«»doi ImpJemenf Strategy