Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC16-095 J.S. Lengel and AssociatesAGREEMENT FOR SERVICES
BETWEEN EAGLE COUNTY, COLORADO
A}ID
J.S. LENGEL AND ASSOCIATES, INC.
THIS AGREEMENT ("Agreemenr") is effecrive u, orw h? irv a y'4r+rc1/
, 2016 by and between
J.S. Lengel & Associates, Inc. a Colorado Corporation (hereinafter'tontractor') and Eagle County Cotorado, a
body corporate and politic (hereinafter "County'').
RECTTALS
WHEREAS, Eagle County desires to obtain a permanent easement for purposes of a public paved trail and
lemporary conslruction and staging easements across portions of rhe Rcd Mountain Ranch Partnership properties
identified by the Eagle County Assessor's Office as parcel numbers 1939-2?+00-{Xl and 1939-252-02-001 (rhe
'?roperg"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has thc time, skill, expertise, and
experience necessary to provide the services as defined below in paragraph I hereof; and
WHEREAS, this Agreement shall govem fte relalionship between Contraclor and County in connection with the
Sewices.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
l. Services or Wgfk. Contraclor agrees to diligently providc all services, labor, personnel and materials
necessaqr to perform and complete 0re services or work described in Exhibit A ("Senrices" or "Work') which is
sltachcd herelo and incorporated herein by reference. The Services shall be performed in accordance with the
provisions and conditions of this Agreemeni.
a. Contractor agr€es to frrrnish the Services no laler than May 13, 20t6 and in accordance with the
schedule established in Exhibit A. By signing below Conraclor repr€sents that it has the erpertise and personnel
nBccssaD/ to properly and timely perform the Services.
b. ln fte event of any conflict or inconsistency between the terms and conditions set forth in Exhibir
Aand the terms and conditions set forrh in this Agreement, the lerms and conditions set forth in this Agreement
shall prevail.
2. Counlv's Reprcscntative. The ECO Trails DepartmenS's designee shall bc Contractor's contacl with
respect to this Agreement and performance of the Services.
3. Term of the Agreement" This Agreement shall commrnce upon the date first written above, and subject to
the provisions of paragraph I I hcreofl, shall continue in full force and clfect through the Dccember 31,2016.
4. Extersion or Modificstion. Any amendments or modifications shall be in uriting signcd by both panics.
No addilionat services or work performed by Contractor shall be the basis for additional frmRWSt ldeW14|ORM
until Contractor has obtained written aurhorization and acknowledgement by
C16-095
accodance with County's intsrnal policies. AccordinglS no course of conduct or dcalings bctrryeen the parties, nor
verbal change orders, express or implied acceptance ofalterations or addilions to the Scrviccs, and no claim that
County has been unjustly cnriched by any rdditional scwicct rvhetheror not therc is in fact any such unjua
enrichment, shall bc thc basis ofany incrcasc in thc compensation payable hercunder. tn thc cvent that wrancn
authorization and acknolledgmcnt by County for such additional scrvices is not timely executed and issued in strict
accordance whh this Agreemenl Contractor's dghts with rcspcct to such odditional services shall be dcemed waivcd
and such failure shall result in non-paymcnt for such additiolal seryices or work performcd,
5, C.QEt&nsation. County shall compensate Contractor for the pcrformancc of the Services st the hourly rate
of Sl?5 per hour and as set forth in Exhibit 4.. The pcrformancc of lhc Scrvices undcr this Agreemenr shall not
rxcc*d St0'000. Contractor shall not be entitled to bill at overtime and/or double time rates for rvork done outside
of normal business hours unless specifically authorized in writing by County.
a. Pa5rment will be mrde for Services satisfactorily pcrformed within thiny (30) days of receipt of a
proper and 0ccumie invoice from Contrnctor. All invoiccs shall include detail regarding the hourc spen! task
pcrformcd, rvho pcrformed each task and such othcr dctail as County may rcqucsl.
b. lf, at any time during the term or sfter termination or expiration of this Agrccmcnt, County
reasonably delermines that any paymenl made by Counly lo Contractor rvas improper because the Services for
which payrnenl was made were not pcrformed as set fonh in this Agreemeng then upon written notice of such
dctermination and requcst for reimbunemcnt from County, Contractor shall forthwith return such paymen(s) lo
County. Upon termination or expiration of this Agreemcng uncxpcnded funds advanced by County, ifany, shall
forthwith bc rclumed to County.
c. County wilt not withhold any ta\cs from monies paid to lhc Contractor hereundcr and Conuacror
agrees to bc solcty rcsponsiblc for the accurate r€porling and paymcnt of any taxes rcl*ed to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in tlris Agrement, County shall have no
obligptions under this Agrecment aftet nor shall any palmcnls be madc to Conlracror in respect of any period after
Decembcr 3l of any year, withoul en appropriation thercfor by County in accordancc with a budgct adopted by thc
Board of County Commissionen in compliance with Article 25, title 30 of the Colorado Reviscd Statutes, the Local
Government Budget Law (C.R.S. 29-l-l0l et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec.20).
6. Subcontractor:s. Contractor acknolledges that County has enlered into this Agrccrnent in reliance upon thc
particular reputation and expcrtise o[Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any ofthe Scrvices or additional services rvithout County's prior rvrittcn consent, which may be
wilhhcld in Counly's sole discretion. County sball have the right in its reasonable discretion to approve all
pcrsonnel assigned lo the subject Project during the perhrmancc of this Agrcemcnt and no pcrsonnel to whom
County has an objectloq In its rcasonlblc discrctioq shall bc ossigned to thc Project. Contractor sholl requirc each
subcontraclor, as approved by County and to the extent ofthe Services to be performed by the subcontractor, to bs
bound to Contractor by the terms of ttris Agreernent, and to assume torvard Contmctor all the obligarions and
responsibilitiss which Contractor, by fris Agreemen! assumes lsrvard County. County slrall have the right (but not
lhc obligntion) to cnforcc thc pmvisions of this Agrcerncnt against any subcontractor hired by Contracor and
Coalrsclorshall cooperate in such process. The Contractorshall bc rcsponsible forthe acts and omissions of its
ngents, employccs and subconkocton.
2
Eaglc CountyG'ocrd Srwiccs tinal 5Jl.l
7. llrsurance. Contractor agrees lo providc and maintain at Contracloy's sole cost and cxp.nssr the following
insurance soveragc whh limits of liability not lesE than thoge sbted bsloly:
Tyles of Insurancc,
i. Wo*erst Compensation insurance as required by larv.
ii. Consultant will mainuln any personal auto ceysrage as :nay be requircd under Colorado
law. The parlies acknowledge that Consultant is not driving in connection with thc Servicel
iii. lntentionally Onitt*d
iv. Professional liability instrance rvith prior acts coveraEe for all Services required
hereunder, in a form snd wilh an insurer or insurers salisfactory to County, with limits of tiabiliry of not
less than $500,000 per claim and $ I ,000,000 in tlre aggregate. In the event the professional liability
lnsurance is on a cluims-made basis, Contructor warrants that any retroactive date under the policy sholl
prscede the effective date of this Agreentent. Continuous coverage will be maintained during any
applicable statute of limitutions for the Services,
Other Requirements.
A certificate of insurance reflecthrg the profcssional liabiliry insurance is attached as
nrhibit B.
ii. Contractor's certificate$ ofin:urance shall include *ubconractorg ifany, as arlditional
insurcds under its policies or Contraclor shall furnish to County s€parate ccilticarcs and cndonements for each
subconmdor,
iii. The insurancc provisions of this Agrcement shall survive expirarion or tcrmination
hrreof.
iv. The parties hereto undcrsland and agrce that rhc County is relying onr and does
nol waive or intend lo waive by any provision of this Agreement, the monetaqr limitations or righis, immunities and
prolcctions provided by thc Colorodo Governmental lmmuniry Act, as fiom timc to time smended, or otherwise
arailablc to CountS is affilioted entities, sur:cc:rsun or ossigns, irs elected cllicials, cmployces, agenr and
volun@r,
v. Contraclor is not entitled to workers' compensation benefis except a:;
provided by the Contractor, nor to unemployment insurance benefits unless unrmploymenl compensation cov€rage
is provided by Conracrcr or some othcr cntily. The Conbactor is obligatcd to pay all federal and state incomc tax
on any monelr paid punuant to this Agreement
8. lndemnificade!. The Contractor shall indemnifr and hold harmless Coanty, and any of is oflicers, agenrs
and employecs tgainst any losses, claims, damages or liabilhies for rvhich County may bccome subject to insofu as
any such losses, claims, damages or liabilities arise out of, directly or indircctly, this Agreement, or arc based upon
any perlbrnnnce or nonperformance by Conlractor or any of its subcontractor hereundeq md Conrsclor shall
rcimbursc County for rcasonable anomcy fccs and costs. legrl and other expcnses incuned by County in conncction
with invcstigating or dcfcnding any such loss, claim, damogc, liability or ocrion. This indsmniJicadon shall not
3
Lgtc County Cjcncnl Srniccc Find 5/14
apply to claims by third parties against the County to lhe extent thar Counry is liable to such third party for such
ctaims without regard to the involvement of thc Contrgctor. This paragraph shatl survive expiration or teminalion
hereof.
9. Ownershin of Documents. All documcns (including clectronic filcs) and marerials obtained during,
purchased or prepored in the performance of lhe Services shall remain ahe property of the County an<l are ro be
delivcred to County beforc final payment is made to Contractor or upon earlier terminstion of this Agreement.
10. Noticc. Any notice required by rhis Agreemcnt shall bc deemed properly delivered rvhen (i) pcrsonally
delivere4 or (ii) whcn mailed in the United States mail, fitsr class postage prepaid, or (iii) when dclivcred by FedEx
or othcr companble courier service, charges prcpaid, to the parties at their respective addresses listed belorl or (iv)
(v) rvhen ransmined via e-mail with confirmation of receipl Either party may change its address for purposes of
ttis paragmph by giving livc (5) days prior written notice of such changc to rhc othcr party.
COIINfi:
Eagle County, Colorado
Anention: Ellie Caryl, ECO Trails Program Manager
5fi) Broadrmy
Pcrt OIIicc Box 1070
Glpsum, CO 8lf3?
Tclcphonc 970-328-3523
E-Mail: cll ie.caryl@eael€county.us
With a copy to:
Eaglc County Ailomcy
500 Broadway
Post Officc Box 850
Eaglc, Co 81631
Tclephone: 970-328-86E5
E-Mait: etty@caglecounty.us
CONTRACTOR:
Jon Lengel, MAI
J.S. Lcngcl & Associatcs, lnc.
P.O. Box 2082
Eagle, CO 8163t
Tetephone : (97 O) 328 -7 337
E-Mail: jons.lengel@gmail.com
: l. Tqnnination. County may tenninate this Agreement, in whole or in parg at any time and for any reason,
witlr or without causc, and without pcnal:y thcrcfor wirh sevcn (?) calcndar days' prior *.rincn notice io thc
Confactor. Upon termination of lhis Agreement, Conlractor shall immcdiatcly provide County with all documents
as defined in paragraph t hereof,, in such format as County sball direct and shall return all County owned mateilats
and documents. County shall pay ConFactor for Services salashctorily performed to the date of termination.
,2. Venue. Jurisdiction andi$pplipable Lau:, Any and all claims, disputes or conlroversies related to this
Agrcemcnt, or brcach thereof, shall bc litigatcd in thc Disrrict Court for Eagle Counry, Cotorado, which shalt be thc
sole and exclusivc forum for such litigation. This Agreenrent shall be construed and inlerpreted under and shatl be
governed by the lam of the Statc of Colorado.
4
Eiglc Conoty Ga|ctdl Scrviccs Find 5Jl4
13. Execution b.v Counterparts: Electronic Signatur.cs. This Agreemeni may be cxcculcd in two or more
counlerpsrts, each of which shnll be deemed an origina!. but all of whicb shalt constitut€ one and the same
instrumenl The partics spprove the use of electmnic signaturcs for c.rccution of this Agrecmenr Only rhe following
hvo forms of electronic signatures shall bc pcrmined to bind the panics to this Agreement: (i) Elcctronic or
facsimile delivery of a fully executed copy of rbe:ignature page; (ii) the image of the signature of an authorized
signer inserted onto PDl" format docum€nls. All documenls must be properly notarizcd, if appticable. All use of
clcctronic signaturcs shall be govcrncd by thc Uniform Elccrronic Tramactaons Act, C.R.S. ?+? t.3-l0l to l2l.
14. Othcr Contract Requircments and Confactor Reprrsentations.
a- Contractor has familiarized itself with the nature snd extent of the Services to be provided
hereunder and the Property, and with all local condilions, federal, state and local laws, ordinances, rules and
rcgulations that in any manncr affect cost, progrcsst or pcrformnncc ofthe Services.
b. Contractor will make, or cause to be madq examinalions, investigations, and lests as he deems
neccssary for thc performance ofthe Serviccs.
c. To the extent possible, Conlmctor has correlated the results ofsuch obscrvalions, examinotions,
investigations, te$s, reports, and data with thc terms and conditions of this Agreement.
d. To lhe exlent possible, Contractor has given County writen notice of all conflicts, erors. or
discrcpancie.s.
e. Contractor shall be responsible for the comptetcncss and accuracy oftho Serviccs and shall
cotr€ct, at is sole exPense, all significant crors and omissions in performancs of ths Seryices. 'Ihc fact that thc
County has accepted or approved lhe Services shall not relievc Contractor of any of its responsibilities, Conuactor
shall perform the Services in n skillful, professional snd comptent manner and in accordance with the stsndard of
care, skill and diligence applicable to contractors pcrforming similarservices. Contractor reprcsents and $trrants
$8t it hss the expertisc and personnel necessary m properly perform the Services and shatl comply with the highcst
standards of customer seryice to the public. Contraqor shall providc approprastc supcryision to is cmployces to
ensure the Services are performed in accordance with this Agreement. This paragnph shall survive termination of
this Agrecment.
f. Contractor agrccs lo rvork in nn expeditious rnanner, within thc sound cxcrcisc of its judgment and
profcssional standards, in the perfonnancc of this Agrccrnent 'l'ime is of the essence with respect to this
Agreement.
g. This Agreement constitutes an Eg€ement for performance of the Services by Contractor as an
independent contraclor and not !s an employee of County. Nothing contained in this Agreemenl shatl be deemed o
creatc a relationship olemploycr-employeu, masler-servtnt" partnership, joint venture or any other relationship
betrveen County and Contmctor excrpt that ofindependent Gontractor. Contractor shall have no aulhority to bind
County.
h. Contracaor rePrcsents and warrants thal at dl timeJ in the performance of tftp Scrvices, Contnrctor
shall comply with any and all applicable larvs, codes, rules and regulations.
i. This Agreernent contains the entire agrecmeff ht$ecn the parties with respecr to the subject
matler hereof and supersedes all o$er agreements or undershnding betrvcen thc parties rvith respect thereto.
5
Elglc County Gcncrd Scrvlccs Finrl 5l!4
j- ContEctor shall not assign any portion of this Agreemenl without the prior r,vritten consent of the
county. Any attcmpl to assign this Agreemenr without such cons€ni shatl be void.
L This Agrcemenl shall be binding upon and sball inure to the bcnefit of the parties herero and rheir
rcspcctivc pcrmittcd assiglrs and successors in intercst. Enforcement of this Ag:cement and all rights and obligations
hcreundertre reserved solely for the parlies, and not to any thid party.
l- No frilure or delay by either party in the exercisc of any right hereundrr shtlt constilute n rvaiver
thcreof. No rvaiver ofany brcach shall bc decmed a waiver ofany prcceding or succeeding breach.
m. The invalidity, illegality or unenforceability of rny pmvision of this Agreement shalt not affcct rhe
validity or cnforceabiliry of any orher provision trercof.
n. The signatories to this Agreement aver to their knowledge no emptoyee of tlre County hos any
gcrsonal or bcncficial intcrest whatsoever in the Services or Properly describcd in this Agrcemcnl Thc Contractor
has no bsneficial interest, direct or indirect" lhat would conflict in lny manner or degree with the perhrmance of the
scrviccs and contractor shall not employ any person having such knorvn inter€sts.
o, The Conkactor, ifa natural pcrson cighteen (l 8) years ofagc or older, heteby swcars and affirms
undcr pcnalty of perjury that he or she (i) is a citizcn or othnyise larvfully prescnt i:r thc Unitcd States pursuanr ro
fedcral larv, (ii) to the extent applicable shall comply rvirh C.R.S. 24:76.5-103 prior to rhc cffective dare of this
Agrcement.
15. Prohibitions on Government Contracts.
As used in this Section l5' the term undocumented individual will refer to lrose individuals from foreign countries
not legally within the United Slates as set forth in C,R.S. 8-l7.5-101, et. seq. lfConmclor has any employees or
subcontmclorgContraclorshatl complywithC.R.S.S-t?.5-l0l,et.seq.,sndthisAgrccmcnt Byexecutionofrhis
Agreement, Contractor certifics that it docs not knowingly emptoy or connad rvith an undocumcnted individuat
who rvill pedorm under ftis Agreement and that Contractor will participals in the E-veri$ program or other
Departmcnt of Labor and Employrncnt program ("Department Program') in ordcr to confirm thc cligibiliry of all
employees who are newly hired for employment to perform Seryices underthis Agreement.
a. Contractorshall not:
i. Knowingly employ or conlracl with an undocuraented individual lo perform Services
undcr this Agrccrncnfi or
ii. Enter into a subcontract that fails to ceniry to Contractor that the subcontractor shafl not
knowingly employ or contract with an undocumentcd individual to perform work under rlre public conbact for
scrvices.
b. Contractor has confirmcd the cmplo;rment cligibility of alt cmployees who arc netvly hircd for
employment to pcrform Scrviccs undcr this Agrcement through participation in rhc E-Veri$ hogram or Deparlmcnt
Program, as administered by the Uniled States Department of Homeland Securiry, Information on apptying for rhe
E-verifr prognm can be found at:
htto://www.dhs.sovlxprevprot/orocra ms/gc 1 18522 1678 lFgshtm
6
E!gl. County Gcncrat Scrviccs Finol 5ll4
c. Contractor shall not use either the E-verify pnryram or other Department Program procedures to
underlake pre-employment screening ofjob applicrnts rvhile the public contract for services is being performed.
d. !f Conhactor obtains actual knowledge that a subcontractor performing rvork under the public
conlnct for services knowingly employs or conbacls with an undocumented individual, Conuactor shall be required
lo:
i. Notify the subcontractor and County rvithin 0rree (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting wirh an undocumented individual; and
ii. Terminate the subcontract rvith the subcontrrctor if within three days of receiving thc
noticc rcquired pursuant to subparagraph (i) of thc paragraph (d) the subcontractor does not stop employing or
contracting with thc undocumented individusl; cxcept that Contractor shall not lcrminate lhc contract with the
subcontractor ifduring such three (3) days the subcontractor provides informatiun lo establish lhat the subcontractor
has not knowingly cmployed or contracted rvith rn undocumented individual.
e. Contraclor shall comply with any reasonablc rcquest by the Depafiment of l,abor and Employment
made in the course of an invcstigotion that the departmcnt is undertaliing pursuant to its authority estabtished in
c.Rs. 8-r7.5-102(5).
f. lf Contractor violates these prohibhlons, County nay terminate the Agreement for breach of
contracl. lf thc Agreement is so terminated specilically for brcach of this provision of this Agreemcnt, Contractor
shall be liabte for actual and consequential damagcs to County as rcquired by larv.
g. County rvill notify the Colorado Secretary of Stale if Conuactor violates 0ris provision of this
Agrcemcnt and County terminates the Agreement for such breach.
IRfl9TOF rAGE INTENTTONALLY LEFT BI^/|NXJ
7
Eagle Conty Genersl Servicet Finol Stl4
tN WITNESS WHEREOR the parties have execuled this Agreement the d$'and year first sct forth above.
CONTRAC]'OR:
J.S. Lengel& Associates, Inc" *\
By:
COUNTY OF EAGLE, STATE OF COLORADO,
By and'fhrough lts COT NTY MANAGER
By;
8
Eaglc Corrry Ccncrol Scrviccs Finel 5/14
EXHIBIT A
PROPOSAL LETTER WITH SCOPE OF SERVICES, SCHEDULE FEES
I
Eagk Conny Gancrsl Scrvices Finol tl4
J.S. LENGEL a|rd ASiiOGIATES,Inc.
nErl, Esf TD tlmtISEnS rld COt{SltlTtI\'ll
March 14,2016
EXHIBITA-pg. I
Ms. Ellh Caryl
ECO Trails Progmm Managcr
Eagl€ County Colrcmment
P.O. Box 850
Eagle, Colorado 81631
RE: Real estate appraisal ard appnrisal report in a nsnative format of a partiat aking for a pannanent public tr.aileas€meot and for e temporary-casement(s) across portioils of rhe Red trtumtain n""?, p.n*"f,iro Lrd. prupcrtieslocatcd east of ths tovm of Eagle betwceo tnterstalc 70 and the RaiLmd rigfrrof.nay i" E"$ cour6,, colorado. ThelFI:d propertles are klentificd by thc $gte County Assessork omce asforcel No. tB9-212{2{nI and 1939-?74-
}tr041. The appraisals an_d 9po1ts will be comptad in conbrmancc wirh ttr uniform Standards of pmfixsionnt
Appnisal Pncticc and thc Colorado Rcvir'd Saru-tcs rcing tha Strtc ofColorado nodifu bcfo;
"od
aicr rute.
DcarMs. Caryl:
Pusuant to your rEqueiq I am happy lo submil a proposal for t}e above refcnrrced apraisal assignmenl
The appraimls, anal16es, and apprnisal nports will bc prcpod for Eagle Coung including atlonrqq emptoyeeg andbard memben; the ovmeship o_f rhc subject larg€r psn;cbsrd treir agjn(g, anmncy($ and accounbn(s) in llrc sareamattcr. lf nc"sssary, the alrpraisal-repo'ts wirh *upporting ara, amt)'scs, cd;iusius, ani opinionr ,,- to ,"rr. as a basisfo-r9o:rrt tcstimonl in condemnation-hial pt""eeii"gs. inn&r$il1-rhatdre owncrship may od to dooatc rll or a portionolthc noted tiail eascments in tieu ofmoncrary compcruafion.
Tho oppraisols arc frr use in conncction with lhe acquisitr'on ofa pcrmarrcnr cassncnt fora prbtic pavcd trail acmgs tlrenoted larger parcels, mq ryr.loae of the appraisalJis ro povlci my opinbn of tlre eomfrrs#n-iix the reasonablemarlcet wlue ofttre pamels to be mquircd froin ttr nceo sitj'ecr profitil. cotrpcnsablc a"toug.r, ir*y, to thc residucof dre proplli? and ry*LJ uu*rtt, if any, to tu TY*.irri* p.op.tr;ui *itt be corsia#a ir," ugal ,igtt,appaised wr'll bc the fee sln-lRle-estrde subject to existing, *s.nr*lg'uncrc*hmentg coveranrs, conditions endrcss'lcti'0ns of record of thc subjoct larger porcel propedcq and tre Foposcd permmenl casemcnt
Neither my cmployment nor my compcrualion will in any nay bc_99,nringent 1rp9n thc developrnenl or reporting of apredelarmined rralue or direction in valuc that favors ttre caui: of rhc ctibr{sLlhe amount oirttu
"utu"
opinioq theanainmcnt of a stipulded result, or $s occrrrcnce of a subsquent wcnl dircclly rstabd fo rf" irrrO.O usc of tlrisappraisal. The value cstimatp wil be rcached without collaboratioa ucompulsion.
The^rypainl reports and fu.rp - S Yll E pr-Eparcd in corformance C& olProfusioml Ethis ard Standardt ofProfustuml Appraisal PrdiLE of thc Appraisit institure and wirh Srandards i,ules'l-I, z-f , uroia of the uniforfrSlattdards of Prof*simal Appraisal Proctice(UsPAP) and with appticabb statc and F;ffai lar.ra rcanrding emincntdunain scquasitions.
I snticipate cornnrercing with thc asslgruncrt on or abost April 4, 2016 Ed compMng thc appaisals and narrativereports in a timely menncr- Every effort will be mode_to compia" o" "pp*urt snd rcpof as qu'ictrty as poosiblc. I canonly qorynlep tln appralsats in a timely mrancr once I rcctira any tetevint iofor*rrior nedd ft* ttri pnpr*tion ofrhe
appraisal asrignment arxl rcport ttat I may requxt C a hter dab.
I will firnrlslr you with one elecuonic and up g-n"" n"ta fp origina& ofdrc Apprar'sal Repcr. My fee for the appaisalnssignment ard assoc'ratcd spetafusl aport of rhe propcrtiei and reQ""dve cascmenrs ro Ui aoquircd and lcsscd wiil beno less than 36'000 and no moru than $t0,000- t trave-auanpreo ro dorsr'u." att faces ofthe ulcing$ -a Ca.*ln* ,ifcc according$; howcrnr, cxperiencc suggcs|s thE[ tlris is not alnrays possiblc whcn gathering rfr-r*"ur"1ing data for
more complcx l0kittgs issrps like tlq situatlqn appears to presenq rtrh is the reason f6t m fd *g.. ffr. ffisd feeinchdcs the cost ofcertain ergcnses tlrat may be iricurma :n rhe pnpanrion ofthe assignmeds and fi;,.ceorr"
Jonrt$an& Lcal.l, llAI nO" Sq 20E2" F-Cli. C,olondo, ElGll.2o0Z, (9?0) S28-?:l!?
rr
EXHIBITA- pg.2
Page2
April 14,2016
ThG fEe do6 not included lhc cst of Stcr pmftssimls,sttch-t titlo agenq pbnners, fiffm56, suveyo6, erc. whomay h D€ccssaDf hr 0re proj€cl-Your pic appmval will bc t=qil#'na nec**tfifu* rebining otrerpmfessiomls.Ifneeded andapro'e4 lrcssirefessiifob $outd bc;hilJ;pard byyou.
An hourly rale ofsl25-o! wiu be charBod ift$st outsid-s F scopc- o{thr aeeraisal is pcrfonrred. lf, prior to courpletionof tlrc assignmcnt 8nd rEPorq th: seerl$t "Tig,mTt ir c"t,hrco-irrc-slms bourly rarc wiu apply for tl,c uo*complctcd previous b ftu q* orcancethrign D€posldons aod expcrt tth-; E$imoly, if any, will be at &e hourlyralc of s250'00 with a four hcxr minimum. Tlawl-to ald firn d*"ro*cq rleposition(s), and cowt rryiu bc st tl,chourly rats of$90.00.
The appraisal fce will be inroiced ad palmcnt wilt bc drc upur cornplaion oftlrc final narraivc appraisal rspofls.
Ifpu have ryl {rrotiors about myhing entained in rhis lcflr or nced a4ithing morE, pleasc canuct me at the addrcssorptone numbertisted attlrc bononr ofiy lenerhead.
Certifi ed General Appraiser
No. CG0l313l25
Engagemcnt lettcr Acccfled:
JSL:cll
(SignatuB)(Date)
EXHIBIT B
INSUMNCE CERTIFICATE
t0
Esgle Cbunty Gstcal Scn,icrs Fansl 5ll4
EXHIBIT B
Z URICH ATIERICAN INS URANCE COIIPANY
GERTIFICATE OF I I.IS URAI{CE
We'va lssuodlhls csilfcabof lnsunncc as a matbrof lnbrmaton only. lt narnes the real estab llceneea who quallflas as
a pmbc|ed paraon undar&a below mgnlloned sbb'e Real Esbb Llcens€s P]olbsstonal Llablllty Pmbcilon-Cl'alns-Made
Insuring agmementltelso llsb_hacorurageelbc{vedab,coverage erplratondab, and he [mfo ot[aullyfiatspplyb
ha lloengee named In llls ceiltcab.Thls csrtlcabdoca notgrantbe hbHerorllcsngae named InthaceOicaeanydgtts.
Nordoee llgmend. er(bnd. oralbrlhs covaragc pmvlded bythe pollcy ldendfled below.
LEENSEE:JONATHAN 9 LETIoEL
PO BOX2082
EAGLECO 8.tgtr
The coronge provttlsd undrhe Insudng ogrecmcntls wdtonon adrlmg-made bagls readyourpollcycanfully.
LlCElilS E NUil3ER: El-40000590
COLORADO REAL ESTAT g ERRORS A O||tsSI ONS I NS U RAI{CE
FOLTCY NUI'BER EOC 9827639 04
YOUR COI'ERAGE EFFE T'VE DATE 0101J2016
YOUR COVERAGE E'.PIRATIO}I DATE: OI,OIAOI7
YoUR RETROACTIVE DATE: 04/otf200t
CERTIFICATE llUtlER: 12-0920 I
Progrum AdmInlrlrrton
Wllldms Undenrdtnn Gouoplvls[on ofAssurrd NL Insdnnce Agency tna2211RlverRoad
Loulsvllle lfl40200
Tef epho na: 8 0 O -222- 4Ags
Insurrnos Gomplny:
?gtlSh-Amgrtcan lnsuiance Go mpaoy
1400 Amadcen Lane
Schaumberg. lL 60'196-1056
Typo ol Insurlnca LlmltrlDrductlblrr
porcldm llmll:
Aggregate Llnlt:
Drductlbla:
Inrurlno Aoreemint C: Felr Ho urlng glscrlm lnet lo n l,hhll lty
Each porclalra llmlt;
Aggngrtr Llmlt:
Deductlble:
Fndonr m c ntr I l.rgi-alao apply:
lncraascd Llmlb ol Llablllly Endoraamcnl
Llcens ed Apprelsel Endorsemsnl
Pesonal Hentty CoveaOp Endorsarnsnl
ffigtntn$rfot11l$"011andPrupaf
DamascErduslonEndorsement
Prcmlum (thls lr nola b$l)
s500,000
s1,000,000
s1,000
9100.000
$300000
s0
s25,000
s25,000
91,000
Form Numbcr:
U-REL.927-A CO 10rr1
U-REL-023-ACO 10fi1
U-REL-920-B MU 10tr2
u-REL-937-AMU (0?15)
sl.043.00
ALL PREHIUTaSAnEFULLYEIn'|E! OIICE COYSAcE OOE8 nro €FFECT, TElt ([' OAtt WR]rTEX ilOT|eEltt|t! aE orrrE]t Fonc^ltsErl^Ttox DuElo l|olt ?Arug|T oF ptEilutl
u-REL-935.ACO lrotrrl
prrclelm llnlt:
Aggragrto Llmll:
Erch uronglul acl daductlblc: