Loading...
HomeMy WebLinkAboutC-2590 - Appraisal Services for Pacific Coast Highway widening0 4 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 21, 1987 SUBJECT: Contract No. C -2590 Description of Contract Services for Coast Highway Supplemental Agreement to Appraisal Effective date of Contract December 18, 1987 Authorized by Minute Action, approved on December 14, 1987 Contract with George Hamilton Jones, Inc. Address Amount of Contract (See Agreement) " e� / Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach BY THE CITY COUNCIL CITY OF NEWPORT BEACH • DEC 14 1987 TO: CITY COUNCIL APPRO` E'D FROM: Public Works Department December 14, 1987 CITY COUNCIL AGENDA ITEM NO. F -3(d) SUBJECT: COAST HIGHWAY WIDENING, BAYSIDE TO MAC ARTHUR BOULEVARD SUPPLEMENTAL AGREEMENT (C -2590) RECOMMENDATIONS: 1. Authorize the Mayor and City Council to execute a Supplemental Agreement with George Hamilton Jones, Incorporated for the preparation of an appraisal report leading to the acquisition of right -of -way for widening Coast Highway. DISCUSSION: On June 23, 1986, the City Council authorized the Mayor and the City Clerk to execute an agreement for appraisal services with George Hamilton Jones, Incorporated in the amount of not -to- exceed $55,000 for the subject project. • During the preparation of the appraisal report, the scope of services has been expanded to include change of areas of right -of -way taken based on design modification to the proposed roadway. The appraiser has completed the appraisal report in compliance with Federal /State requirements and to the satisfaction of City staff. The extra work performed by the appraiser, based on the standard hourly rates, is not -to- exceed $15,000.00. Based on a significant alteration in the scope, complexity of the De Anza's lease with The Irvine Company interpretation and character of work performed, it is recommended that the City Council approve the Supplemental Agreement not -to- exceed $15,000.00. It is anticipated that this the current 86% Federal participation. local gas tax moneys. Sufficient funds year. • C�i'Gtivl.�ln,�v�n � l Benjamin B. Nolan Public Works Director HH /bjm expenditure will be reimbursable under The remaining 14% will be funded with have been budgeted in the current fiscal c�-v • 0 c 2 510 SUPPLEMENTAL AGREEMENT TO APPRAISAL SERVICES FOR COAST HIGHWAY BAYSIDE DRIVE TO JAMBOREE ROAD (PHASE II) FAU NO. M- 5001(22) In consideration for a significant alteration in the scope, complexity and character of work performed which resulted in expenses incurred beyond the agreed contract fee, it is mutually agreed by and between the parties hereto to amend Agreement No. FAU NO. M- 5001(22) as follows: 1. That CITY shall reimburse the AGENT for the additional actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the AGENT as a result of extra tasks required by the CITY in the amount not -to- exceed Fifteen Thousand Dollars ($15,000). 2. That all other terms and conditions of Agreement No. FAU NO. M- 5001(22) shall remain in full force and effect. In WITNESS WHEREOF said parties have entered into this Supplemental Agreement on this &27z'� day of 1987. ATTEST: City Clerk /i APPROVED AS TO FORM: , . blaqh y Attorney CITY OF NEWPORT BEACH, E TO: FROM DATE \_J FINANCE DIRECTOR L1 CITY OF NEWPORT BEACH Public Works Department CITY CLERK July 3, 1986 SUBJECT: Contract No. C -2590 OFFICE OF THE CITY CLERK )714) 640-2251 /7 Description of Contract Coast Highway Widening Agreement for Appraisal Services Effective date of Contract July 2, 1986 Authorized by Minute Action, approved on June 23, 1986 Contract with George Hamilton Jones, Inc. Address 717 Lido Park Drive Newport Beach, CA 92663 Amount of Contract (See Agreement) kaw'4& e d*4644%1� Wanda E. Andersen City Clerk WEA:Ir attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 9 i July 1, 1986 TO: CITY CLERK FROM: Public Works Department SUBJECT: APPRAISAL SERVICES AGREEMENT WITH GEORGE HAMILTON JONES, INC. Attached in duplicate is the subject agreement. Please have them executed on behalf of the City, retain one for your files and return the second one to this Department. This agreement went to City Council on June 23, 1986. Horst Hlawaty Project Engineer HH:jd Att. 0 0 r ,. j; y(yjj W v �4i6 1 FROh! > GEORGE HAMILTON JONES, INC. Appraisal Consultants 717 LIDO PARK DRIVE NtwPOR7 BEACH, CALIFORNIA 92663 TO City of Newport Beach Mr. Horst Hlawaty Project Engineer Pacific Coast Highway Bayside Drive to Jamboree Road (Phase II) FAU NO. M- 5001(22) APPRAISAL SERVICES THIS AGREEMENT is made this C5/914_z_1_ day of 1986, by and between the CITY OF NEWPORT BEACH, a Municipa Corp tion (hereinafter referred to as "CITY ") and GEORGE HAMILTON JONES, INC. (hereinafter referred to as "AGENT "). The CITY desires to engage AGENT to prepare an appraisal report leading to the acquisition of right of way for widening Pacific Coast Highway fronting the area leased by the De Anza Corporation from The Irvine Company. The AGENT is qualified and agreeable to render aforementioned service, which shall be: Preparation of an appraisal report for the fair market value of permanent and temporary easements, leasehold interests, and twenty -six (26) mobile homes existent within the area to be acquired. A map showing the affected area is attached hereto as "Exhibit A ". The appraisal report format shall be based on the requirements of applicable Federal Highway Program Manual Section 7 -3 -2, Paragraph 7, which is part of Federal Uniform Relocation Assistance and Real Property Acquisition Policy Act of 1970 (AKA Public Law 91 -646), and it shall be in conformance with the State's Standard appraisal policies. The CITY will provide AGENT with any record information available in CITY's files, i.e., maps, title reports, etc., that may be deemed necessary for the preparation of an appraisal report. The CITY agrees that in the event engineering consultation is required to carry out the assignment of work, the AGENT may retain a qualified engineer 1 of 3 0 9 with prior written CITY approval. A separate agreement will be required for compensation to be paid to the engineer. The AGENT agrees to submit the appraisal report in quadruplicate to the CITY within one hundred eighty (180) days from the date that the services are authorized. The cost to the CITY for the services rendered by the AGENT shall not exceed Fifty -five Thousand Dollars ($55,000). The AGENT agrees, in the event litigation ensues, to be called upon to testify relative to his land value and damage opinion. AGENT shall be paid the additional sum of One Hundred Forty Dollars ($140) per hour for trial prepara- tion and court testimony. The AGENT warrants that he has not employed or retained any company, firm or person, other than provided for in this Agreement, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company, form or person, other than a bona fide employee working solely for him, any fee com- mission, percentage, brokerage fee, gifts, or any other consideration, con- tingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability. If major changes in the scope, character, or total cost of the reloca- tion assistance, negotiation and acquisition work become necessary, the CITY and the AGENT shall negotiate a Supplemental Agreement to the mutual acceptance of both parties hereto. The CITY may terminate this Agreement at any time by giving written notice to AGENT of such termination at least Fifteen (15) days prior to effec- tive date of such termination if the AGENT has not complied with the terms of this Agreement or if the progress or quality of work is not satisfactory. In that event, all finished or unfinished documents and other materials shall, at the option of the CITY, become its property, and AGENT shall be paid an amount which bears the same ratio to the total compensation covered by this Agreement. 2 of 3 � w Any dispute arising from a question of fact in connection with that work not disposed of by the Agreement shall be resolved in accordance with the rules of the American Arbitration Association. The AGENT shall not sublet or transfer any of the work except as other- wise provided for in this Agreement. During the performance of this Agreement, the AGENT agrees to comply with the Regulations relative to nondiscrimination in Federally assisted programs of the U. S. Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as "the Regulations "). See Appendix "A" and Nondiscrimination Clause attached hereto and made a part hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be signed by their proper corporate officers and have caused their proper corporate seal to be hereto affixed the day and year first above written. CITY OF NEWPORT BEACH, a"'Municjpal Corporation AP ROVED AS TO FO j 1 `Playor City Attorney ATTE$T City Clerk 3of3 7o ^yrlj X A i 1119: Cl During the perormance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as 'he "contractor") agrees as follows: (1) Compliance with Regulations: The contractor shall comply with regulations relative to Title VI (non - discrimination in fe 4e-=_:'y- assisted programs of the Dep _r;ment of Transportation - Titla 49 Code of Federal Regulations Part 21 - E ectua- ionofTitleVIofthe1964CivilRightsAct). TitieViprovidesthattherecipientsoffederaf- assistancewillimplement 2rld m_' -' =_in a policy of non - discrimination in which no person in the state of California shall, on the basis of race, color, r.a-.onal origin, religion, sex, age, disability, be excluded from part;cipa';on in, denied the benefits of or subjected to discrimination under any program oractivity by the recipients of federal assistance or their assignees and successors in interest (2) Non- discrimination: The contractor, with regard to the work performed by it during the contract shall act in accordance with Ti':e VI. Specifically, the contractor shall not discriminate on the basis of race, color, national &gin, religion, sex, age. or d:sab:i'!y in the selection and retertion of subcontractors, including procurement of matar;als and leases of equipment. Tne contractor shall not p:_rtic:pata either directly or indirectly in the discrimination prol-i'zited by Section 21.5 of ;ne U.S. DOTS Regulations. indudiro employment practices when the contract covers a program whose goal is ein�•'t:ranL . (3j So!icita'iens for Subcontracts, Including Procurements of Materials and Equipment: In all so';cita!icns, either ty c-=;: elit ve bidding or negotiation made by the contractor for viork to be performed under a suboontraci, including procu-_ -tents of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the C _.:. _ -. -. .:.` the coniractc�s obligations under this contract and the Regulations relative to non- discrmination on the e:oun�s c: ,ace, color or national origin. (4) I formetion and Reports: The contractor shall provide all information and repo:-is required by the Regulations, or d..- ectiva; issued pursuant thereto, and shall perm 2ccess to I's bcck3, records, 2ccounts, o:'iar sources of In:`ormatlon, and its fa as may be determined by the State Department of Transportation or the Federal Highway Ad- ministration to be pedinent'o ascertain compliance with such Regu'ations or directives. Where any information required of a ccnt-ac'or is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall Sc cer;,=; to the State Department of Transoor'at,on, or the Federal Highway Administration as appropriate, and shall set fcrn v.:: i. effor-ts it has made to obta:n'he in`ormation. (5) Sanctions for Noncompliance: In the event of the contractoes noncompliance with the non - discrimination provisions cf this contract the State Department of Transportation shall impose such contract sanctions as it or the Federal A. ministration may determine to be appropriate including, but not limited to: f '. Idin ^, of payments to the contractor under the contract until the contractor complies, and /or ,_, ca:- c':atipn, terrnin at; on or suspanson of the con', r c'., in v; ^lo!a or in part (o) L,corcoratcon of Provisions: The contractor she': inch de the proviso ;s of paragraph (1) through (o) in every sub - contra-' including procurements of materials and leases of equipment, uness exempt by the Regulations or directives is > -i— :.rsuant thereto. The contractor wiil take such action with respect to any subcontractor or procurement as the S-ate ;- rt:ner.t of Transportation or the Federal Highway Administration may direct as a means of enforcing such sanctions for noncompliance: Provided, ho +ia•i?r, that in the event a contractor b =comes involved -, or i._ :7ro ;,toned with, litigation Ivith a su'ocontractor or supplier as a result of such direction, the contractor may : ^;isle- -••_ SLSte Cepartm =nt of Trarspc'a! ion to enter into such litigation to protect the interest o.` the State, and, .: trip contractor may revues! the United States to enter into such litigation to protect the interests of the • • NONDISCRIMINATION CLAUSE (OCP - 2) 1. During the performance of this contract, the recipient, contractor and its subcontractors shall not deny the contract's benefits to any person on the basis of religion, color, ethnic group identification, sex, age, physical or mental disability, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, mental disability, medical condition, marital status, age or sex. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination, 2. Contractor shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 et seq.), the regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.), the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code (Government Code, Sections 11135- 11139.5) and the regulations or stand- ards adopted by the awarding State agency to implement such article. 3. Recipient, contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 4. The contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. STD, 175 (NEW 5 -83) (9) June 23, 1986 CITY COUNCIL AGENDA By THE CITY COUNCILITEM N0. F -3(c) CITY OF NbYPORT BEACH • TO: CITY COUNCIL JUN 23 190 FROM: Public Works Department APPRd1' b SUBJECT: COAST HIGHWAY WIDENING -- AGREEMENT FOR APPRAISAL SERVICES RECOMMENDATION: Authorize the Mayor and the City Clerk to execute a Local Agency/ Consultant Agreement with George Hamilton Jones, Inc. for the prepara- tion of an appraisal and report for the fair market value of land, leasehold interests and mobile homes existent in De Anza Bayside Village to be acquired to widen Coast Highway. DISCUSSION: On September 23, 1985, the City Council authorized staff to solicit proposals from prospective consultants for the appraisal of 26 mobile homes and •associated leasehold interests within the De Anza Bayside Village mobile home park for the Coast Highway widening project between Jamboree Road and the Upper Newport Bay Bridge. The underlying fee title for the right of way required to widen Coast Highway will be dedicated by The Irvine Company. No proposals were received. In January proposals were again requested and three were received. In adherence to the City's procedure for selecting consultants for public works projects, a selection committee reviewed the three proposals. Based on their recommendation, the firm of George Hamilton Jones, Inc. is the most qualified firm, and it is recommended that they be retained to prepare the appraisal for the parcels and improvements needed to widen Coast Highway fronting De Anza Bayside Village. George Hamilton Jones, Inc., over the years, has prepared several appraisal reports for the City resulting in successful negotiations between the City and property owners. Their fee for the services is not to exceed $55,000. As this project has Federal Aid Urban (FAU) funding, the consultant agreement has been reviewed and approved by CalTrans and the Federal Highway Administration (FHWA). Funding under the current FAU formula will be 86% FAU and 14% City Gas Tax. The consultant is prepared to submit the appraisal report within six months following authorization to proceed. City funds for the appraisal have been budgeted in the Gas Tax Fund account for the widening of Coast Highway. L/ W , fcK Benjamin B. Nolan Public Works Director HH:jd See Contract File for C -2590 MAP Mobile Home Exhibit A