Loading...
HomeMy WebLinkAboutValbridge Property Advisors - Professional Services Agreement for 12334Q - YKM A PROFESSIONAL SERVICES AGREEMENT FOR 12334Q —YKM AIRPORT FMRV APPRAISAL THIS PROFESSIONAL SERVICES AGREEMENT, entered into this 14th day of August 2023, between the City of Yakima, a Washington municipal corporation ("City"), and Valbridge Property Avisors, ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The minimum services (hereinafter referred to as "Services") that the Contractor will provide include services described in RFQ 12334Q YKM Airport FMRV Appraisal, which are attached as Exhibit A hereto and incorporated herein by this reference. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Proposal submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to four(4) additional years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew. 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 12334 YKM AIRPORT FMRV APPRAISAL Page 1 of 19 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 7. Inspection and Production of Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 8. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 9. Compliance with Law 12334 YKM AIRPORT FMRV APPRAISAL Page 2 of 19 Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended or enacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 10.Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. 12334 YKM AIRPORT FMRV APPRAISAL Page 3 of 19 In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 11.Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information. 12.Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. 12334 YKM AIRPORT FMRV APPRAISAL Page 4 of 19 e. The terms of this Section shall survive any expiration or termination of this Contract. 13.Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's insurance. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and 12334 YKM AIRPORT FMRV APPRAISAL Page 5 of 19 shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability (Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. d. Professional Liability The Contractor shall provide evidence of Professional Liability insurance covering professional errors and omissions. Contractor shall provide the City with a certificate of insurance as proof of professional liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company or companies rated A-VII or 12334 YKM AIRPORT FMRV APPRAISAL Page 6 of 19 higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 14.Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable. 15.Contract Documents This Contract, the Request for Qualifications & Proposals No. #### and TITLE Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 16.Termination Termination for Cause: In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City failes to cure its breach of the Contract within 60 days of this notice. The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity; d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed, 30-day notice; e. Makes an assignment for the benefit of creditors; f. Fails to follow the sales and use tax certification requirements of the State of Washington; g. Incurs a delinquent Washington tax liability; 12334 YKM AIRPORT FMRV APPRAISAL Page 7 of 19 h. Becomes a State or Federally debarred Contractor; i. Is excluded from federal procurement and non-procurement Contracts; j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information; I. Contractor performance threatens the health or safety of a City, County or municipal employee; or Termination for Convenience: The City may terminate the Contract, without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund. Change in Funding: In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 17.Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. 18.Re-Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance, may re-award the contract to the next most responsible Proposer within 120 days from original award. 12334 YKM AIRPORT FMRV APPRAISAL Page 8 of 19 When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re-award the contract to the next most responsible Proposer within 120 days from original award. 19.Substitution The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment, signed by the City Manager, or pursuant to Section 52 below entitled "Change or Notice". Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause by the City. 20.Contractor Shall Furnish Except as otherwise specifically provided in this Contract, Contractor shall furnish the following, all as the same may be required to perform and provide the services in accordance with the terms of this Contract: personnel, labor, products and supervision; and technical, professional and other services. All such services, products, property and other items furnished or required to be furnished, together with all other obligations performed or required to be performed, by Contractor under this Contract are sometime collectively referred to in this Contract as the "(Services)." 21.Complementary Provisions All provisions of this Contract are intended to be complementary, and any services required by one and not mentioned in another shall be performed to the same extent as though required by all. Details of the services that are not necessary to carry out the intent of this Contract, but that are not expressly required, shall be performed or furnished by Contractor as part of the services, without any increase in the compensation otherwise payable under this Contract. 22.Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty (30) days after the City's receipt and verification thereof; provided, however, that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory to the City. The City will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt payment, each invoice should cite purchase order number, RFQP number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Contractor will mail invoices to the City at the following address: City of Yakima Attn: Purchasing 129 N 2nd Street Yakima, WA 98901 12334 YKM AIRPORT FMRV APPRAISAL Page 9 of 19 23.Prime Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 24.Delegation of Professional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees of Contractor shall be engaged on such work or services. Contractor shall not (by contract, operation of law or otherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent of the City. Any such delegation or subcontracting without the City's prior written consent shall be voidable at the City's option. No delegation of subcontracting of performance of any of the services, with or without the City's prior written consent, shall relieve Contractor of its responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs or furnishes any services (collectively, the "Support"). Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of the City. Neither the Contractor nor any employee of the Contractor is entitled to any benefits that the City provides its employees. The Contractor is solely responsible for payment of any statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue, other state agencies as needed, and a separate set of books or records that reflect all items of income and expenses of the business that the Contractor is conducting. Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the services in accordance with this Contract. Subject to compliance with the requirements of this Contract, Contractor shall perform the services in accordance with its own methods. 25.Licenses If applicable, Contractor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc., should be made to the Office of Code Administration, telephone (509) 575-6121. In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. 12334 YKM AIRPORT FMRV APPRAISAL Page 10 of 19 Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damage that may occur in connection with the services. 26.Removal of Subcontractor If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 27.Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it becomes due. The City and its agencies are exempt from payment of all federal excise taxes, but not sales tax (currently at 8.3%). Tax will not be considered in determining which proposal is the lowest or best, however RCW 39.30.040 allows the City to take any sales tax and B&O tax that is will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 28.Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington. 29.Inspection: Examination of Records The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may request and in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered by this Agreement. The records relating to the services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the services in accordance with this Contract, notwithstanding the City's knowledge of defective or non- complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. 30.Recordkeeping and Record Retention The Contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. 12334 YKM AIRPORT FMRV APPRAISAL Page 11 of 19 The City shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents relating to any contract resulting from this proposal held by the Contractor. The Contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. 31.Confidential, Proprietary and Personally Identifiable Information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract, and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence, and shall not disclose such Confidential Information to any persons other than those directors, officers, employees, and agents ("Representatives") who have a business-related need to have access to such Confidential Information in furtherance of the limited purposes of this Contract and who have been apprised of, and agree to maintain, the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality of the Confidential Information while in its possession or control including transportation, whether physically or electronically. Contractor shall ensure that all indications of confidentiality contained on or included in any item of Confidential Information shall be reproduced by Contractor on any reproduction, modification, or translation of such Confidential Information. If requested by the City in writing, Contractor shall make a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from the date of termination of this Contract, and shall return or destroy said Confidential Information as directed by the City in writing. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law or a court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 32.Suspension of Work The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the City's control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both 12334 YKM AIRPORT FMRV APPRAISAL Page 12 of 19 parties are granted the option to terminate the Service on the suspended portion of Project in accordance with Section 16. 33.Provision of Services The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in accordance with accepted industry practices, standards and legal requirements, and to the City 's satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe and examine the performance of the services performed on the City premises at any time. The City may inspect, observe and examine the performance of Contractor's services at reasonable times, without notice, at any other premises. a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differ from the Contract requirements for any reason, other than as a result of the City's default or negligence, the Contractor shall, at its own expense, reschedule and perform the services correctly within such reasonable time as the City specifies. This remedy shall be in addition to any other remedies available to the City by law or in equity. b. The Contractor shall be solely responsible for controlling the manner and means by which it and its Contracted Personnel or its subcontractors perform the services, and the Contractor shall observe, abide by, and perform all of its obligations in accordance with all legal requirements and City work rules. 34.Notice of Change in Financial Condition If, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 35.Assignment This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of Contractor stated herein. 36.No Conflict of Interest Contractor represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Contract. 37.Contract Preservation 12334 YKM AIRPORT FMRV APPRAISAL Page 13 of 19 If any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts or portions of this Agreement shall remain in full force and effect. 38.Promotional Advertising / News Releases Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e- mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 39.Time is of the Essence Timely provision of the services required under this Contract shall be of the essence of the Contract, including the provision of the services within the time agreed or on a date specified herein. 40.Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cost/profit formula as the listed item/service. At any time during the term of this contract, other City departments may be added to this contract, if both parties agree. 41.Patent Infringement The contractor selling to the City the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the City (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 42.Warranty Unless otherwise specifically stated by the Proposer, Contractor warrants that all goods and/or services furnished under this contract are warranted against defects by the Proposer for one (1) year from date of receipt, are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed and if a particular purpose is stated in a Special Condition, the goods are then warranted as for that particular purpose. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or use of any other goods. Contractor's warranties (and any more favorable warranties, service 12334 YKM AIRPORT FMRV APPRAISAL Page 14 of 19 policies, or similar undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. 43.Access and Review of Contractor's Facilities The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and Contract renewals/extensions. 44.Facility Security The City may prohibit entry to any secure facility, or remove from the facility, a Contract employee who does not perform his/her duties in a professional manner, or who violates the secure facility's security rules and procedures. The City reserves the right to search any person, property, or article entering its facilities. 45.Waiver of Breach A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Contract, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 46.Integration This Contract, along with the City of Yakima's RFQ 12334Q and the Contractor's response to the Request for Qualifications ("RFQ"), represents the entire understanding of the City and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Contract may not be modified or altered except in writing signed by both parties. 47.Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts of God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 48.Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 49.Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 50.Authority 12334 YKM AIRPORT FMRV APPRAISAL Page 15 of 19 The person executing this Contract, on behalf of Contractor, represents and warrants that they have been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 51.Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three (3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: COPY TO: TO CONTRACTOR: Project Manager Name Title Title City of Yakima City of Yakima 129 North 2nd Street 129 North 2nd Street Yakima WA, 98901 Yakima, WA 98901 52.Survival The foregoing sections of this Contract, 1-51 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. 12334 YKM AIRPORT FMRV APPRAISAL Page 16 of 19 IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA Valbridge Property Advisors By: GI: ", City Manager Date: CjiL-Lt S )�5 Date: August 11, 2023 CITY CONTRACT NO: t I I y l RESOLUTION NO: /v Bruce C. Jolicoeur, MAI Attest: -y.��� (Print name) :. MA N / • Q10 a :� ' ' City Clerk ‘‘‘w"H&j- 12334 YKM AIRPORT FMRV APPRAISAL Page 17 of 19 EXHIBIT A RFQ Specifications (Separate Attachment) 12334 YKM AIRPORT FMRV APPRAISAL Page 18 of 19 EXHIBIT B Deliverables and Payment Schedule of Itemized Prices (From Contractor's Proposal) The City shall pay the Contractor fees in accordance with the fee schedule listed below. The total estimated value to complete the scope of work is estimated to be $6,000 and shall not exceed $10,000. FEE SCHEDULE — 2023 Principal Appraiser (incl. travel time) $325/hour Associate Appraiser(s) (incl. travel time) $245/hour Research Assistant $95/hour Public Testimony-Principal Appraiser $450/hour, $900 minimum Public Testimony-Associate Appraiser $350/hour, $700 minimum Deposition-Principal Appraiser $400/hour, $800 minimum Deposition-Associate Appraiser $300/hour, $600 minimum Court/Trial Testimony-Primary Appraiser (incl. waiting.) $500/hour, $1,000 minimum Court/Trial Testimony-Associate Appraiser (incl. waiting.) $425/hour, $950 minimum Travel outside of the Spokane/Coeur d'Alene/Tri Cities metro areas will be billed at actual cost or at IRS recognized rate, as applicable. 12334 YKM AIRPORT FMRV APPRAISAL Page 19 of 19 Ejj , tt,,,,\Zt jtt .1 htitt tl� Request for Qualifications City of Yakima Yakima Airport (YKM) RFQ Documents & Specifications for RFQ No.12334Q Yakima Airport FMRV Appraisal July 3, 2023 Professional Services YKM FMRV Appraisal RFQ-12334Q City of Yakima NOTICE TO INTERESTED PARTIES RFQ 12334Q Notice is hereby given by the undersigned that Statements of Qualifications (SOQ) will be accepted by the City Clerks' Office until the hour of 1:00 PM PDT on July 26, 2023. SOQs will be publicly opened in Yakima City Hall, Council Chambers, 129 N. 2nd Street, Yakima, Washington 98901. At such time, Respondents names will be publicly read for: Yakima Airport (YKM) Fair Market Rental Value Appraisal, for Airport Rates and Charges. The City of Yakima reserves the right to reject any & all RFQs. The City hereby notifies all Appraisers that it will affirmatively ensure compliance with WA State Law Against Discrimination (RCW chapter 49.60) & the Americans with Disabilities Act (42 USC 12101 et set.). The awarded firm shall comply with the applicable provisions of the Americans with Disabilities Act of 1990, and will be an equal opportunity employer as defined in Title VII of the Civil Rights Act of 1964, and applicable Washington State law. Dated June 28, 2023. Publish next available edition Kristine White, Purchasing Manager Professional Services YKM FMRV Appraisal RFQ-12334Q 1. Background The Yakima Air Terminal-McAllister Field provides the Yakima Valley with air transportation services and facilities. This includes commercial air service provided by Alaska Airlines, air cargo service provided by FedEx and United Parcel Services, emergency medical flights, aircraft manufacturing and testing, corporate aviation, and general aviation. The Yakima Air Terminal-McAllister Field is a Federal Aviation Administration (FAA) Part 139 certificated airport with its primary runway (Runway 09/27) classified as an Airport Reference Code (ARC) CAI. Runway 09/27 is able to accommodate a Boeing 737-800 aircraft or similar. The airport is equipped with Airport Rescue and Fire Fighting (ARFF) capabilities maintained at an ARFF Index B, upgradable to Index C upon request (indexes are based on aircraft type and frequency that serves the airport). The primary runway is 7,604 feet long by 150 feet wide and is equipped with a Precision Approach Instrument Landing System, which accommodates aircraft operations in adverse weather conditions. The secondary runway (Runway 4/22) is 3,835 feet long by 150 feet wide and will accommodate smaller aircraft operations during times when the primary runway is not available, during high crosswind times, and for flight training. Both runways have parallel taxiways that measure the full length of each runway with connecting taxiways located at strategic points. Under current Federal policy guidelines, applicable laws and regulations, City is required to operate the Airport on a self-sustaining basis by leasing property, facilities or commercial activities in such a manner as to obtain FMRV payments for use of Airport land and facilities. All long term aeronautical and non- aeronautical lease agreements are required to be reviewed and approved by the FAA to ensure FMRV payment is obtained. Therefore, obtaining professional and qualified appraisal service is an important component for the City to remain in compliance with FAA and State grant assurances. 2. Purpose The City of Yakima (the "City") through Yakima Airport YKM is seeking qualified Appraiser(s) that have extensive experience, a knowledgeable background, and qualifications in the field of Fair Market Rental Value (FMRV) appraisal. The purpose of this Request for Qualifications (RFQ) is to select the most qualified firm to provide Aviation appraisal services to the City. This property consists of approximately 840 acres of aviation and non-aviation property (Exhibit 1). Submittals will be reviewed and evaluated to perform the required services for the City. Professional Services YKM FMRV Appraisal RFQ-12334Q 3. Scope of Work A general description of the scope of professional services required is, but not limited to the following: Determine the FMRV of all Aviation rental property by comparing our airport to similar aviation properties serving the same functions throughout the state. These are some of the key factors that should be used but are not limited to identify comparable properties/airports for use in this comparison: a. Size of the metropolitan area and population. b. Location of airport. c. Airport classification, size and function. d. Number of operations and other activity statistics. e. Number of based aircraft. f. Other factors necessary to provide an accurate appraisal. 4. MINIMUM STANDARDS FOR AIRPORT APPRAISALS Respondents must have a minimum of three (3) years of professional experience with valuing airport property. Appraisal standards for Airport property shall be based on best practice of determining the fair market rent of land, hangars, office or warehouse rentals for both aviation and non-aviation property. To be considered qualified to complete Airport appraisal work, Respondent must be certified as a Member of the Appraisal Institute (MAI) and licensed by the State of Washington with all appraisal reports submitted as a final work product certified by an MAI appraiser. The respondents shall have an active license and Certification from the State of Washington to perform real estate appraisals with a copy of the State Certificate to be submitted with the response to this RFQ. Appraisals prepared by real estate sales associates or real estate brokers certified by the Washington State Department Licensing without MAI certification and current State Certification for real estate appraising will be not be considered under this RFQ. Qualified respondents under this RFQ, shall also agree to be guided by recognized appraisal standards supported by the American Institute of Real Estate Appraisers and have a background of experience in Airport property appraising. The Appraisal Report requested for the Airport appraisals shall be in a Summary Appraisal Report format. The Appraisal Report should provide the City with the Fair Market Rental Value for all Aviation and Non-Aviation property at the Airport. 5. Proposal Documents a. The proposals must include the following: Cover Letter (2 pages maximum). Professional Services YKM FMRV Appraisal RFQ-12334Q b. The name, address and telephone number, and e-mail of firm and of one (1) individual who will serve as the Project / Program Manager to whom all future correspondence and/or communications will be directed. c. Firm background, including past experience with appraising similar airport properties for FMRV. d. Statement of relevant qualification and experience of the firm and staff, including resumes of the Project / Program Manager and key personnel; current workload and record of similar professional accomplishments. References from at least five (5) government aviation agencies. e. A copy of your Washington State Certification and MAI Certificate. f. Evidence of the interest firm's or individual's ability to provide the insurance coverage described in Section 7, Item H Insurance, either under existing policies or by virtue of a project specific policy. g. Rough Order of Magnitude (ROM) price to provide the study's deliverables. 6. Evaluation Criteria Proposals will be evaluated for their overall responsiveness to the requirements set forth in this RFQ. Top candidates may be invited to present and discuss their proposal with the Evaluation Committee. Following the evaluation and oral interviews (if deemed necessary), a recommendation will be made to the City Council. The selected contractor will be required to honor the terms, conditions, and scope contained in this RFQ. The City and City Council will make the final approval of the contract. EVALUATION CRITERIA MAX POINTS Understanding and Approach to the Project 25 Experience of Firm with Similar Airport Properties 25 Client references 25 Location of Primary Office 10 Cost and Projected Hours to Complete Scope of Work 15 TOTAL POSSIBLE POINTS 100 7. Proposal Terms A. Proposal Costs All costs associated with proposal development in response to this RFQ are the obligation of the Respondent and are not chargeable to the City. All responses and accompanying Professional Services YKM FMRV Appraisal RFQ-12334Q material will become the property of the City and, therefore, be considered a public record, which is open to review by the public. B. Contract Terms and Conditions The contract provided in Attachment A of this RFQ represents the terms and conditions which the City expects to execute in a contract with the successful Respondent. C. Schedule The schedule outlined below is for planning purposes only and may be subject to change at the sole discretion of the City. Preliminary RFQ Schedule Request for Qualifications and Proposal Released 6/28/2023 Deadline for Questions 7/14/2023 Qualification Packets Due — Close date 7/21/2023 Interviews, if warranted 7/28/2023 Appraiser Selection and Negotiation 8/07/2023 City Council Approval 8/15/2023 Period of Performance 8/16/2023 through 9/08//2023 D. Evaluation Criteria Proposals will be evaluated by the Selection Committee, based on the following criteria: After the evaluation process the award will be made to the most responsive and responsible Respondent(s) that offers the City the greatest value based on an analysis involving criteria which includes, but is not limited to: a. Understanding and approach to the project b. Experience of firm with similar airport properties c. Client references d. Location of Primary Office e. Cost and projected hours to complete scope of work Following initial review of the Statements of Qualifications by the Selection Committee, one or more firms may be selected to participate in a fact-finding interview to provide an opportunity for a more detailed presentation of the proposal. The City reserves the right to negotiate elements of the RFQ and Agreement. If an agreement cannot be reached, the City reserves the right to negotiate with the next highest ranked Respondent. E. Proposal Questions Professional Services YKM FMRV Appraisal RFQ-12334Q Written questions and comments must be submitted electronically via the email to Kristine White, Purchasing Manager at Kristine.white@yakimawa.gov no later than the date specified in this RFQ. Only written email communications relative to the request shall be considered. All questions will be answered in writing. The City will distribute questions and answers without identification of the inquirer(s) to all Respondents who are on record as having received this RFQ. F. Contact with City Personnel Unless otherwise authorized herein, Respondents are prohibited from communicating with City staff about this RFQ from the date this RFQ is issued until a contract is awarded. G. Compensation The successful Respondent(s) will sign a contract (Attachment A) with the City to provide services. Compensation for services rendered shall be dependent on Respondent qualifications. H. Insurance Include proof of the ability to obtain the required insurance, should your firm be awarded a contract. This can be accomplished in the form of a letter from your insurance company assuring that you can obtain a proper certificate of insurance per the limits listed below: Auto Liability: Combined Single Limit $2,000,000 Commercial General Liability: Each Occurrence $2,000,000 General Aggregate per project: $2,000,000 Professional Liability: Each Occurrence $2,000,000 Aggregate per project $2,000,000 I. Submittal Instructions DUE DATE IS 1:00 PM, Interested firms are to provide one (1) paper copy and one digital copy (flash drive) of the proposal to the address listed below. Seal your proposal in an envelope or box and write "RFQ No. 12334Q AIRPORT FMRV APPARISAL YKM" on the outside of it. Proposals received after the due date will not be accepted. Mail to: City of Yakima Clerk's Office 129 N. Second Street Room Yakima, WA 98901 J. Public Disclosure Professional Services YKM FMRV Appraisal RFQ-12334Q Submittals received by the City in response to this solicitation become public records and are subject to Chapter 42.56 RCW, the Public Records Act. If requested, the documents will be released as required by law. K. Right to Reject Submissions The City reserves the right to reject all submissions and close the Request for Qualifications and Proposals without awarding a contract to an Appraiser or Appraisers. L. Federal Suspension and Debarment Certification Federal Executive Order 12549 prohibits federal, state, and local public agencies receiving grant funding from contracting with individuals, organizations, or companies who have been excluded from participating in federal contracts or grants. The purpose of this certification is for the contractor/vendor to advise the City, in writing, of any current Federal Suspension and Debarment. Debarment Certification: By signing and submitting a response to this competitive solicitation, I certify that this firm and its principals are not currently suspended or debarred by any Federal Department or Agency from participating in Federal Funded Contracts. M. Non-discrimination: The City assures that no persons shall on the grounds of race, color, national origin, or sex as provided by Title VI of the Civil Rights Act of 1964 (Pub. L. No. 88-352), as amended, and the Civil Rights Restoration Act of 1987 (Pub. L. No. 100-259) be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any City sponsored program or activity. The City further assures that every effort will be made to ensure nondiscrimination in all of its programs and activities, whether those programs and activities are federally funded or not. Professional Services YKM FMRV Appraisal RFQ-12334Q ATTACHMENT A "PERSONAL SERVICES AGREEMENT" Professional Services YKM FMRV Appraisal RFQ-12334Q EXHIBT 1 "YKM Diagram" } t Se ` "1 y. E nig� " A� Anwrwar �F ( '. —._ r ' 11.CAf.11UA. •K. 4 0 j, . Ar/!. M it , :; ,ANN,/ :.' y r: r + tt y - e••••.) Str.'"*.r"-- •••"'' / - e "...,,.. 1111 vu_:.via .r� . i � _ n- a t ••. I t# f✓' L I , �sArr�ial ru Li.* 1 . s.:afa all .. .. Rw. °" -y =.._ 1 +ever,-... ti' h,,.. '*1 .. � , 1 _ t #s �e✓ .' iF k //� r� 1it4 *. • w 2t1 1,.. ` i ' ..` 1. .+..� t� .yam ,. - , "+.\��\-`'Sr.', , / ATM maler i0aTA1Al + • i • _ e I *.. I fir 11:u�uN � tr w . Y _ .�A - _ • �, Lr• • '1 ' " MEIN)ID USE PUSH EIN) ,. r-— __, _ ,. . Floss: .44«.. r. .d. �..........,.� :Qi,w...u.arrN.wc+araaraaic `� .�rs�or M•a:"...NW I Nca rAomm 0 �� _�� o 1 I 'Mk..i:.. RAMS aesss oni WWII:: v . .r a RAMS • .. w..... FEDERAL AUMDOM - i YAKIMA AIR TERMIIAL/ rltkMf MU MK ,1.1 AOOMA61A110NA?FUOVAL A44PCY4 MISS MCALLISTER FIELD faun mow* •••� •�• { I.A.:, rN. Oil AIRPORT LALU USE PLAN su CLOSE. Nr 15 OF 1- SAMAr fiie•P-N . we.r v. Professional Services YKM FMRV Appraisal RFQ-12334Q EXHIBIT 2 "Current YKM Fee Schedule" F LY Y III Yakima Ave.Terminale - Field 2i0b Nf.Mgalrnaki Ae,Sate Yakima, st 98903 www.ftyYKM corn 2023 Rates and Charges (Effective January 1,2022) Commercial Scheduled Air Service(signatory airline) Landing Fee(per 1,000los MLW) $1.41 Terminal Use(per square foot per year) $27.28 Charter Air Service or Non-sionatory airline Landing Fee(per 1,000 lbs MLW) $1.80 Terminal Use(per flight) $300.00 Terminal Use(per square foot per year) $32.00 Freight Air Service Landing Fee(per 1,000 this MLW) $1.41 Other Aircraft-Related Uses Touch 8 Go Landings(non-YKM resident)(each) $82.40 Unscheduled Landings(Diversions)(each) $300.00 Terminal Usage(unscheduled landings)(per flight) $350.00 Fuel Flowaoe(per gallon) $0.10 Land Lease icier sauare foot Per veart Undeveloped Land—Aeronautical Use $0.10 Undeveloped Land—Non-Aeronautical Use $0.21 T (monthly) $45.00 Oveminht parking(airport ramp)(per night)('honor box') $3.00 Boardino stairsteauiPment usage(each/per flight) Manual $50.00 Truck $80.00 Per Hour $40.00 ADA lift $60.00 Passenger Boarding Ramp $80.00 YKM Employee Rate(per hour) $55.00 Terminal Rates(per sq foot per year) bittitti 2 e floor $8.50 310 floor $5.00 Note: MLW 16 defined as the FM rt1aamtatt certificated gess lxidng La'1d lease fate b mimed knprovea ma,le,VAT ed property and f�,C ORemtned ay appra sa. Tne axve rates are PAW tp mange. AOOIUona1 SUM 26 taxes and aKlssment may aso apply. Professional Services YKM FMRV Appraisal RFQ-12334Q oVaibridge PROPERTY ADVISORS July 20, 2023 Bruce C.Jolicoeur, MAI 324 N. Mullan Road Spokane Valley, WA 99206 509-747-0999 bjolicoeur@valbridge.com Kristine White Purchasing Manager City of Yakima 129 N. Second Street Room Yakima, WA 98901 RE: Yakima Airport(YKM) Fair Market Rental Value Appraisal for Airport Rates and Charges. (RFQ No. 12334Q) Dear Kristine White: Thank you for contacting Auble, Jolicoeur & Gentry, Inc, dba Valbridge Property Advisors Inland Pacific Northwest about the RFQ referenced above. The assignment will be to provide Aviation appraisal services to the City on approximately 840 acres of aviation and non-aviation property at Yakima Airport (YKM). Auble, Jolicoeur and Gentry, dba Valbridge Property Advisors I Inland Pacific Northwest was started in 1973 in Spokane, WA by David C. Auble, MAI. We have offices in Spokane Valley, Coeur d'Alene, ID, and Kennewick, WA serving a region that extends from the Cascade Mountains on the west through Montana. Of our 11 general certified appraisers, seven hold the MAI designation of the Appraisal Institute. In addition, we have three general appraiser trainees. Bruce C. Jolicoeur, MAI joined the firm in 1982 and is President. He performs most airport/aviation related appraisals and will be the primary contact for correspondence and/or communications related to this RFP. Brief resumes for the appraisers best suited to work on Yakima Airport assignments are attached. Valbridge Property Advisors-Inland Pacific Northwest 324 N.Mullan Road 1875 N.Lakewood Dr. 8378 W.Grandridge Blvd. Suite 100 Suite 110-D Spokane Valley,WA 99206 Coeur d'Alene,ID 83814 Kennewick,WA 99336 Phone:509.747.0999 Phone:208.292.2965 Phone:509.221.1540 Web:www.Valbridge.com Providing independent valuations and powerful insights for better business Kristine White RE: City of Yakima RFQ No.12334Q Page 2 of 3 ��i A'Pd�it As the attached documents reflect, appraisers in our firm have extensive experience in developing Fair Market Rent and Market Value appraisals of aviation and aviation related properties. In addition to appraising traditional hangars, in the past several years we have developed Fair Market Rent appraisals on land leased for hotel and industrial development, on a QTA (Quick Turnaround) facility at Spokane International Airport, on land leased for an Amazon transit facility, and on a Transload Facility developed on airport land.We are currently completing a Fair Market Rent appraisal on an airport owned public golf course. All appraisals are developed to comply with the Uniform Standards of Professional Appraisal Practice (USPAP) and to our understanding of Federal Aviation Administration (FAA) requirements. Appraisal are based on the following pricing schedule. Our fees vary by the complexity of the assignment and the anticipated time it will take to complete the assignment. In general, the fees for Fair Market Rent appraisals are $3,000 to $6,000 but can be higher or lower. Based on our current workload, we can complete most appraisals in 60 days or less. FEE SCHEDULE—2023 Principal Appraiser(incl.travel time) $325/hour Associate Appraiser(s) (incl.travel time) $245/hour Research Assistant $95/hour Public Testimony-Principal Appraiser $450/hour, $900 minimum Public Testimony-Associate Appraiser $350/hour, $700 minimum Deposition-Principal Appraiser $400/hour, $800 minimum Deposition-Associate Appraiser $300/hour, $600 minimum Court/Trial Testimony-Primary Appraiser(incl.waiting.) $500/hour, $1,000 minimum Court/Trial Testimony-Associate Appraiser(incl.waiting.) $425/hour, $950 minimum Travel outside of the Spokane/Coeur d'Alene/Tri Cities metro areas will be billed at actual cost or at IRS recognized rate,as applicable. Thank you for allowing me to submit this proposal. Please contact me with any questions or additional needs. Respectfully submitted, 66.0t. (:(#11.Ce-e-141 Bruce C. Jolicoeur, MAI Senior Managing Director Washington State Certified General Real Estate Appraiser#1100633 bjolicoeur@valbridge.com Valbridge Property Advisors- Inland Pacific Northwest Providing independent valuations and powerful insights for better business 0 Kristine White CI) RE:City of Yakima RFQ No. 12334Q Page 3 of 3 Attachments • References • Evidence of Insurance • Table of prior assignments • Qualifications for Bruce C. Jolicoeur, MAI, Karen K. Meek, MAI, Gary H. Zahller, CPA/ABV, MAI, Wyatt Mitchell, Abraham J. Kazda, MAI, Stephen Agen, and Cole Ferguson • Licenses for each listed above • Proof of Bruce C.Jolicoeur, MAI Designation Valbridge Property Advisors- Inland Pacific Northwest Providing independent valuations and powerful insights for better business BRUCE C. JOLICOEUR, MAI REFERENCES • Mr. Lawrence J. Krauter A. A. E. AICP Chief Executive Officer Spokane International Airport, Felts Field &Airport Business Park 9000 W. Airport Dr., Suite 204 Spokane, WA 99224 Business: (509) 455-6419 Ikrauter@spokaneairports.net • Amy Anderson Properties &Contracts Director Spokane International Airport, Felts Field &Airport Business Park 9000 W. Airport Dr., Suite 204 Spokane, WA 99224 Business: (509) 455-6431 aanderson@spokaneairports.net • Michael lsaacs Airport Director Lewiston-Nez Perce County Airport 3632 Stearman Street Lewiston, ID 83501 Business: (208) 748-9132 Mike Isaacs misaacs@golws.com • Robert M. Greene MAI SRA Al-GRS Chief Appraiser Washington State Dept. of Natural Resources 1111 Washington Street SE PO Box 47014 Olympia, WA 98504-7014 Business: (360) 902-1617 Robert.Greene@dnr.wa.gov • Heber Kennedy III, MAI Review Appraiser US Army Corps of Engineers - Seattle District PO Box 3755 Seattle, WA 98124-3755 Business: 206-316-4450 Heber.Kennedy@usace.army.mil ___....... AUBLJOL-01 KBRADLEY ACORO CERTIFICATE OF LIABILITY INSURANCE DATE /DD/YYYY) �� 12/30/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Alliant Insurance Services,Inc. PHONE 509 325-3024 jn FAX No):(509)325-1803 818 W Riverside Ave Ste 800 (NC, Ext):( ) Spokane,WA 99201 E-MAILL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Mutual of Enumclaw Insurance Company 14761 INSURED INSURER B: Auble,Jolicoeur&Gentry,Inc. INSURERC: 324 N Mullan Road INSURER D: Spokane Valley,WA 99206 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXPLI LIMITS TYPE OF INSURANCE INSD.WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X OCCUR BOP0006636 ' 1/1/2023 ' 1/1/2024 PREMSES(Esoccurrence) $ 100,000 MED EXP(Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY JE� LOC PRODUCTS-COMP/OP AGG $ OTHER: $ COMBINED SINGLE LIMIT 2,000,000 A AUTOMOBILE LIABILITY (Ea accident) $ ANY AUTO BOP0006636 1/1/2023 1/1/2024 BODILY INJURY(Per person) $ AUTEO�S ONLY AUTOS BWNED ODILYBODILY INJURY(Per accident) $ X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS UAB CLAIMS-MADE UMC0007584 1/1/2023 1/1/2024 AGGREGATE $ 1,000,000 DED RETENTION$ 0 $ A WORKERS COMPENSATION PER STATUTE ERH AND EMPLOYERS'LIABILITY Y/N BOP0006636 1/1/2023 1/1/2024 2,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 2,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Auble,Jolicoeur&Gentry,Inc. ACCORDANCE WITH THE POLICY PROVISIONS. 324 N.Mullan Road Spokane Valley,WA 99206 AUTHORIZED REPRESENTATIVE 1 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A ® DATE(MM/DD YYVY) CERTIFICATE OF LIABILITY INSURANCE 04/13/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME ACT PATRICK CORAY LIA ADMINISTRATORS& INSURANCE WPHONE o.Ext1:805-963-6624 in/c,No):805 962-0652 SERVICES ADDRESS:PATRICK@LIABILITY.COM PO BOX 1319 INSURER(S)AFFORDING COVERAGE NAIC N _ SANTA BARBARA, CA 93102-1319 INSURERA:ASPEN SPECIALTY INSURANCE COMPANY INSURED INSURER B: AUBLE, JOLICOEUR&GENTRY, INC. DBA: VALBRIDGE PROPERTY ADVISORS INSURER C. 324 N. MULLAN RD. INsuRERD: SPOKANE VALLEY,WA 99206 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADM SUER POLICY EFF POLICYPOLICY EXP LIMITS LTRINSD VD POCY NUMBER IMM/DD/YYYYI (MMIDD/YYYYI COMMERCIAL GENERAL LIABIIJTY EACH OCCURRENCEDAMAGE TO RENTED $ CLAIMS-MADE OCCUR PREMISES Ea occurrence) $ MED EXP(Any one person) $ PERSONAL B ADV INJURY $ GEN'L AGGREGATE OMIT APPLIES PER: _GENERAL AGGREGATE $ POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A PROFESSIONAL LIABILITY AMC000086-0823 04/22/202 04/22/2024$5,000,000 EACH CI_AIM $5,000,000 AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) REAL ESTATE APPRAISAL SERVICES PROFESSIONAL LIABILITY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. TO PROVIDE PROOF OF COVERAGE AUTHORIZED REPRESENTATIVE g ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Airports and Hangars-WA&ID Date Out Valbridge Job II Job Number File Name Category Report Type Client Company Name State County Assigned Appraisers Review Appraisers 09/16/2013 IDOL-13-0111-000 13527-538 Sandpoint Airplane Hangar Special Purpose-Airport/Airplane Hangar Summary Intermountain Community Bank Idaho Bonner Gary Zahller Karen Meek 10/16/2013 ID01-13-0118-000 13547-F38 Felts Field Airport Buildings 1 and 2 Special Purpose-Airport/Airplane Hangar Summary Spokane International Airport Washington Spokane Gary Zahller Bruce Jolicoeur 12/06/2013 ID01-13-0153-000 13690-T49 Top Tree Service-Butler Loop Special Purpose-Airport/Airplane Hangar Summary Banner Bank Washington Benton Abe Kazda Mike Gentry 01/03/2014 WA03-13-0476-000 13737-S38 Spokane Airport Hangar Building 702 Special Purpose-Airport/Airplane Hangar Summary Spokane International Airport Washington Spokane Gary Zahller Bruce Jolicoeur 12/31/2013 WA03-13-0454-000 13709-538 Charbonneau Spokane Airport Hangar Special Purpose-Airport/Airplane Hangar Summary Spokane International Airport Washington Spokane Gary Zahller Bruce Jolicoeur 04/15/2014 WA03-14-0177-000 14220-S38 Sandpoint Airport Hangar Certificate of Completion Special Purpose-Airport/Airplane Hangar Certificate of Completion Intermountain Community Bank Idaho Bonner Gary Zahller 04/15/2014 WA03-14-0178-000 14221-538 Sandpoint Airport FBO Certificate of Completion Special Purpose-Airport/Airplane Hangar Certificate of Completion Intermountain Community Bank Idaho Bonner Gary Zahller 05/09/2014 WA03-14-0188-000 14233-F38 Felts Field Airport Building 15 Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport Washington Spokane Gary Zahller Bruce Jolicoeur 11/04/2014 WA03-14-0417-000 14553-C38 Chandell Services,LLC Hangar-Geiger Field Special Purpose-Airport/Airplane Hangar Appraisal Report Washington Trust Bank WA Spokane Gary Zahller Karen Meek 01/08/2015 WA03-14-0471-000 14628-A38 Associated Painters Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport Washington Spokane Gary Zahller Bruce Jolicoeur 12/28/2015 WA03-15-0457-000 15722-R38 Resort Aviation Services Special Purpose-Airport/Airplane Hangar Appraisal Mountain West Bank Idaho Kootenai Gary Zahller Vicki Mundlin 02/16/2016 WA03-16-0049-000 16060-F38 EFT Hangar and Terminal Special purpose-airport/airplane hangar Appraisal Washington Trust Bank Washington Spokane Gary Zahller Bruce Jolicoeur 07/29/2016 WA03-16-0272-000 16407-A38 Aerostar Aircraft Corporation Special Purpose-Airport/Airplane Hangar Appraisal Banner Bank Idaho Kootenai Gary Zahller Vicki Mundlin 04/12/2017 WA03-17-0103-000 17140-S38 Tamarack Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report North Idaho Family Law,PLLC Idaho Bonner Gary Zahller Karen Meek 08/03/2017 WA03-17-0284-000 17417-F2 Felts Field-Building 17 Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 10/19/2017 WA03-17-0383-000 17572-S2 Spokane International Airport-Avista Hangar Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 01/23/2018 WA03-18-0005-000 18005-S2 SIA-Building 725(Horizon/Alaska Air Hangar) Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 08/30/2018 WA03-18-0339-000 18503-F38 Flying Auctioneer Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Banner Bank Washington Franklin Gary Zahller Karen Meek 10/11/2018 WA03-18-0397-000 18589-H38 Hayden-Airplane Hangars Special Purpose-Airport/Airplane Hangar Appraisal Report Mr.Wayne Cofield Idaho Kootenai Gary Zahller Vicki Mundlin 02/22/2019 WA03-19-0036-000 19055-138 Inter-State Aviation,Inc. Special Purpose-Airport/Airplane Hangar Appraisal Report Washington Trust Bank Washington Whitman Gary Zahller Bruce Jolicoeur 04/12/2019 WA03-19-0090-000 19130-138 Inland Aviation Specialties,LLC Special Purpose-Airport/Airplane Hangar Appraisal Report Columbia State Bank Idaho Bonner Gary Zahller Bruce Jolicoeur 06/05/2019 WA03-19-0221-000 19323-C38 CDA Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Washington Trust Bank Idaho Kootenai Gary Zahller Bruce Jolicoeur 08/30/2019 WA03-19-0249-000 19363-F2 Felts Field Hangars-Buildings 34&35 Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 12/17/2019 WA03-19-0486-000 19689-F2 Felts Field Hangar 15 Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 04/01/2020 WA03-20-0150-000 20200-R38 Resort Aviation Services Special Purpose-Airport/Airplane Hangar Appraisal Report Banner Bank Idaho Kootenai Gary Zahller Vicki Mundlin 03/26/2020 WA03-20-0165-000 20222-F2 Felts Field-Building 16 Land Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 12/03/2020 WA03-20-0575-000 20780-P38 Pasco Airport Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Northwest Farm Credit Services Washington Benton Gary Zahller Karen Meek 12/07/2020 WA03-20-0600-000 20810-C38 Clear Blue Aviation Special Purpose-Airport/Airplane Hangar Appraisal Report Numerica Credit Union Idaho Kootenai Gary Zahller Vicki Mundlin 02/16/2021 WA03-21-0034-000 21042-H38 Hillcrest Aircraft Special Purpose-Airport/Airplane Hangar Appraisal Report Hillcrest Aircraft Company Idaho Nez Perce Gary Zahller Vicki Mundlin 01/25/2021 WA03-21-0037-000 21046-138 J.R.Land Airport Special Purpose-Airport/Airplane Hangar Appraisal Report Heritage Bank Washington Yakima Gary Zahller Karen Meek 02/11/2021 WA03-21-0054-000 21071-W56 Warehouse Building Special Purpose-Airport/Airplane Hangar Appraisal Report Wheatland Bank Washington Spokane Ian Templeton Bruce Jolicoeur 03/15/2021 WA03-21-0121-000 21170-R38 Royal City Airplane Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Northwest Farm Credit Services Washington Grant Gary Zahller Karen Meek 11/18/2021 WA03-21-0414-000 21593-D2 Davenport Airport Hangar 1(Gregs Crop Care) Special Purpose-Airport/Airplane Hangar Appraisal Report City of Davenport Washington Lincoln Bruce Jolicoeur 11/18/2021 WA03-21-0415-000 21594-D2 Davenport Airport Hangar 2(My-Z Odessa Land,LLC)Special Purpose-Airport/Airplane Hangar Appraisal Report City of Davenport Washington Lincoln Bruce Jolicoeur 04/28/2022 WA03-22-0196-000 22267-A38 Aerotoys Special Purpose-Airport/Airplane Hangar Appraisal Report bankcda Idaho Kootenai Gary Zahller Vicki Mundlin 10/21/2022 WA03-22-0204-000 22275-52 SIA-Hangar 58-Felts Field Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport,Felts Field& Washington Spokane Bruce Jolicoeur Airport Business Park 05/27/2022 WA03-22-0312-000 22414-C38 Cessna Airport Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report Washington Trust Bank Idaho Kootenai Gary Zahller Bruce Jolicoeur 10/11/2022 WA03-22-0513-000 22676-R38 Rickheim Hangar Special Purpose-Airport/Airplane Hangar Appraisal Report bankcda Idaho Kootenai Gary Zahller Vicki Mundlin 12/07/2022 WA03-22-0543-000 22711-F38 Felts Field Building 5 Special Purpose-Airport/Airplane Hangar- Market Rent Study Spokane International Airport Washington spokane Gary Zahller Bruce Jolicoeur Office/Warehouse 12/19/2022 WA03-22-0568-000 22742-H38 Hayden FBO Special Purpose-Airport/Airplane Hangar Appraisal Report First Interstate Bank Idaho Kootenai Gary Zahller Bruce Jolicoeur 05/15/2023 WA03-23-0097-000 23149-F2 Felts Field Hangar 51 Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport Washington Spokane Julie Cope Bruce Jolicoeur 06/29/2023 WA03-23-0218-000 23300-M38 MWHolding LLC Special Purpose-Airport/Airplane Hangar Appraisal Report HAPO Community Credit Union Washington Franklin Gary Zahller Karen Meek Spokane International Airport Date Out Valbridge Job N Job Number File Name Category Report Type Client Company Name State County Assigned Appraisers Review Appraisers 03/27/2013 WA03-13-0059-000 13124-U2 USPS Property-SIA Land-Light Industrial Summary Spokane International Airport Washington Spokane Bruce Jolicoeur 07/14/2015 WA03-15-0289-000 15432-S2 SIA Properties East(Sites B&E) Land-Industrial Restricted Report Spokane International Airport Washington Spokane Bruce Jolicoeur 07/06/2016 WA03-16-0256-000 16386-S2 SIA Hotel Site-Land Rent Land-Retail Market/Feasibility Study Spokane International Airport Washington Spokane Bruce Jolicoeur 08/25/2016 WA03-16-0317-000 16477-S2 SIA Market Rent Analysis Land-Industrial Market/Feasibility Study Spokane International Airport Washington Spokane Bruce Jolicoeur 11/01/2017 WA03-17-0426-000 17637-S2 SIA-Hotel D Site Market Rent Study Land-Retail Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 01/23/2018 WA03-18-0005-000 18005-S2 SIA-Building 725(Horizon/Alaska Air Hangar) Special Purpose-Airport/Airplane Hangar Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 01/22/2018 WA03-18-0022-000 18028-52 SIA-C-Store Market Rent Study Land-Retail Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 03/02/2018 WA03-18-0071-000 18103-S2 SIA-Tech Park Property Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 05/24/2018 WA03-18-0108-000 18154-S2 SIA Property-9 Acres Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 05/24/2018 WA03-18-0109-000 18155-S2 SIA-West Plains Development Property Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 04/23/2018 WA03-18-0110-000 18156-52 SIA Land-Spotted Road Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 03/28/2019 WA03-19-0111-000 19161-S2 SIA Property-731 Acres Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 05/14/2019 WA03-19-0180-000 19259-S2 SIA Property-7.31 Acres-Economic Analysis Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 05/09/2019 WA03-19-0185-000 19265-52 SIA-Tech Park Property-14.27 Acres&Economic An Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 06/03/2019 WA03-19-0190-000 19271-S2 SIA-Airport C-Store Site Land-Retail Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 06/28/2019 WA03-19-0166-000 19239-52 SIA Property-4.46 Acres Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 10/16/2019 WA03-19-0450-000 19642-52 SIA Hangar Ground Lease-Wolff Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 06/25/2020 WA03-20-0268-000 20349-S2 SIA-Cargo Development Site Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 06/23/2020 WA03-20-0307-000 20406-52 SIA-AT Acquisitions Sewer Easement Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 07/20/2020 WA03-20-0318-000 20423-52 SIA-Water Tower Site Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 07/20/2020 WA03-20-0364-000 20491-52 SIA Property-Yellowstone Pipeline Easement Land-Industrial Restricted Spokane International Airport Washington Spokane Bruce Jolicoeur 08/27/2020 WA03-20-0403-000 20543-52 SIA Land-Craig Road 38&19 Acres Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 02/18/2021 WA03-21-0041-000 21051-S2 SIA-AT Acquisitions Property Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 02/02/2021 WA03-21-0071-000 21090-52 SIA-Water Tower Site Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 03/22/2021 WA03-21-0094-000 21125-52 SIA Property-+/-65 acres at NWC Inbound Airport Dr Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 02/24/2021 WA03-21-0123-000 21175-52 SIA-NWC Flightline and Geiger Boulevard Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 04/23/2021 WA03-21-0128-000 21180-52 SIA-Geiger Boulevard Parcels Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 06/07/2021 WA03-21-0192-000 21289-52 SIA Business Park-Building 1200 Industrial-Flex Space Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 08/02/2021 WA03-21-0397-000 21569-S2 SIA Business Park-Building 1100 Office-General Office Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 07/06/2022 WA03-21-0520-000 21731-S2 SIA-Project US Land-Industrial;Industrial-Warehouse- Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur Distribution 07/13/2022 WA03-21-0570-000 21792-52 SIA Land-Craig Road 60 Acres Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 04/12/2022 WA03-21-0627-000 21861-52 SIA-Kelly G.&Elizabeth Atchison Residence Multi-Family-Single Family Residential Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 11/29/2021 WA03-21-0665-000 21913-52 SIA Land-2206&2124 N.Fancher Road Land-Industrial Restricted Spokane International Airport Washington Spokane Bruce Jolicoeur 03/08/2022 WA03-22-0052-000 22073-52 SIA-6012 W.Garden Springs Road Land-Residential Development Land Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 02/23/2022 WA03-22-0118-000 22160-S2 SIA-AMI Metals Purchase Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 02/28/2022 WA03-22-0121-000 22163-52 SIA Land-Flightline Boulevard north of 3520 S.Geigei Land-Industrial Restricted Spokane International Airport Washington Spokane Bruce Jolicoeur 04/01/2022 WA03-22-0143-000 22196-553 SIA Farmland Land-Agricultural-Dry Crop Appraisal Report Spokane International Airport,Felts Field& Washington Spokane Stephen Agen Bruce Jolicoeur Airport Business Park 05/19/2022 WA03-22-0175-000 22241-52 SIA-Waste to Energy Plant Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 04/27/2022 WA03-22-0183-000 22251-52 SIA-Rental Car QTA Retail-Commercial-Vehicle Related-Auto Appraisal Report Spokane International Airport,Felts Field& Washington Spokane Bruce Jolicoeur Products and Service Airport Business Park 10/19/2022 WA03-22-0203-000 22274-52 SIA-Building 53 Special Purpose-Airport,Airplane Hangar Market Rent Study Spokane International Airport,Felts Field& Washington Spokane Bruce Jolicoeur Airport Business Park 10/21/2022 WA03-22-0204-000 22275-52 SIA-Hangar 58-Felts Field Special Purpose-Airport/Airplane Hangar Appraisal Report Spokane International Airport,Felts Field& Washington Spokane Bruce Jolicoeur Airport Business Park 05/16/2022 WA03-22-0274-000 22367-S2 SIA-Read Broadcasting Land Lease Special Purpose-Radio/TV Transmission Market Rent Study Spokane International Airport,Felts Field& Washington Spokane Bruce Jolicoeur Airport Business Park 09/13/2022 WA03-22-0277-000 22374-52 SIA Land-Aero-Flite Land Lease-East Ramp Land-Industrial Market Rent Study Spokane International Airport Washington Spokane Bruce Jolicoeur 07/07/2022 WA03-22-0338-000 22445-S2 SIA Land-NEC Flightline at Spotted Road Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Bruce Jolicoeur 09/09/2022 WA03-22-0422-000 22569-H63 Hayford Road Property-SIA Multi-Family-Residences Appraisal Report Spokane International Airport Washington Spokane Julie Cope Bruce Jolicoeur WA03-22-0602-000 22783-S2 SIA-Parcels B and C Appraisal Report Spokane International Airport Washington Spokane Tiffany Tauala Bruce Jolicoeur 12/30/2022 WA03-22-0618-000 22801-P62 Parcels B and Cat McFarlane Road-SIA Land-Industrial Appraisal Report Spokane International Airport Washington Spokane Tiffany Tauala Bruce Jolicoeur Coeur d'Alene Airport Date Out Valbridge Job B Job Number File Name Category Report Type Client Company Name State County Assigned Appraisers Review Appraisers 01/10/2022 ID01-21-0168-000 21678-057 Coeur d'Alene Airport-MASTER RECORD Land-Industrial Appraisal Report Coeur d'Alene Airport Idaho Kootenai Jerry Greenwood Bruce Jolicoeur 01/10/2022 ID01-21-0168-001 21678-057a Coeur d'Alene Airport-Parcel A Land-Industrial Appraisal Report Coeur d'Alene Airport Idaho Kootenai Jerry Greenwood Bruce Jolicoeur 11/18/2021 ID01-21-0168-002 21678-057b Coeur d'Alene Airport-Parcel B Land-Industrial Appraisal Report Coeur d'Alene Airport Idaho Kootenai Jerry Greenwood Bruce Jolicoeur 11/17/2021 ID01-21-0168-003 21678-057c Coeur d'Alene Airport-Parcel C Land-Industrial Appraisal Report Coeur d'Alene Airport Idaho Kootenai Jerry Greenwood Bruce Jolicoeur Qualifications of Bruce C. Jolicoeur, MAI Senior Managing Director Valbridge Property Advisors I Inland Pacific Northwest Independent Valuations for a Variable World State Certifications Membership/Affiliations: State of Washington Member: Appraisal Institute—MAI Designation State of Idaho President: Inland NW Chapter — Appraisal Institute (2008-2009; 1990-1991) State of Montana Trustee: Spokane/Kootenai Real Estate Research State of Oregon Committee Appraisal Institute & Related Courses: All courses for MAI &SRPA Designations, 1976-1986 Data Verification Methods - 2023 Valuations Resources for Photovoltaic Systems - 2023 Uniform Standards of Professional Appraisal Practice—2022 — 11th Annual Cutting-Edge Issues in Condemnation - 2021 Education Appraisal of Water Rights Seminar—2021 Bachelor of Science Appraiser Liability 101: Essential Concepts - 2021 Business Administration Separating Real Property, Personal Property & Intangible Business University of Illinois, Assets—2013 Urbana/Champaign Campus Uniform Appraisal Standards for Federal Land Acquisitions—2017 Real Estate Market Forum Speaker—2014,2007, 2004, 2000, 1998, 1996 Experience: President Auble,Jolicoeur and Gentry, Inc.(2010-Present) Senior Managing Director Contact Details Valbridge Property Advisors I Inland Pacific Northwest(2013-Present) 509-747-0999 (p) Principal &Senior Analyst/Appraiser 509-747-3559 (f) Auble,Jolicoeur&Gentry, Inc. (1985-2013) Valbridge Property Advisors I Appraiser Inland Pacific Northwest James S. Black&Company(1982-1984) 324 N. Mullan Road Spokane Valley, WA 99206 Staff Appraiser T.J. Meenach Company(1979-1982) www.valbridge.com bjolicoeur@valbridge.com Appraisal/valuation and consulting assignments include:apartment buildings; retail buildings and shopping centers; office buildings; industrial buildings; religious and special purpose properties including schools, churches and cemeteries; hotels and motels; residential subdivisions; and vacant industrial, commercial and residential land. Assignments also include arbitration; environmental contamination; feasibility & market studies; litigation; partial interests/easements; and special benefit studies. Qualifications of Karen K. Meek, MAI Senior Managing Director Valbridge Property Advisors I Inland Pacific Northwest Independent Valuations for a Variable World State Certifications Membership/Affiliations: State of Washington Member: Appraisal Institute— MAI Designation State of Idaho President: Inland Northwest Appraisal Institute Chapter—2011 Member: Past Board of Director/Chairperson for Northwest Business Development Association (NWBDA) Appraisal Institute & Related Courses: Comparative Analysis -2023 Fundamentals of Apartment Appraising - 2023 Education Uniform Standards of Professional Appraisal Practice (USPAP) — Bachelor of Business 2022 Supporting Your Adjustments — 2022 Administration (Marketing) Business Practice & Ethics - 2021 West Texas State University Evaluations, Desktops and Other Limited Scope Appraisals - 2021 Appraisal of Medical Office Buildings - 2020 Appraising Convenience Stores - 2020 Uniform Appraisal Standards for Federal Land Acquisitions — 2017 Subdivision Valuation —2016 Fundamentals of Separating Real Property, Personal Property & Intangible Business Assets— 2012 Contact Details Experience: 509-747-0999 (p) Senior Managing Director 509-789-6713 (direct) ValbridgePropertyAdvisorslInland Pacific Northwest (2013-Present) 509-747-3559 (f) Principal &Senior Analyst/Appraiser Valbridge Property Advisors I Auble, Jolicoeur & Gentry, Inc. (2008-2013) Inland Pacific Northwest 324 N. Mullan Road Appraiser Spokane Valley, WA 99206 Auble, Jolicoeur & Gentry, Inc. (1995-2007) www.valbridge.com Researcher kmeek@valbridge.com Auble &Associates, Inc. (1994) Appraisal/valuation and consulting assignments include: general and medical office buildings; commercial/retail buildings; commercial/industrial land; retail/warehouse buildings; apartments; development land; health clubs; residential & commercial condominiums and residential subdivisions. Assignments also include lease analysis; leased fee and leasehold valuations. Qualifications of Gary H. Zahller, CPA/ABV, MAI Senior Appraiser Valbridge Property Advisors l Inland Pacific Northwest Independent Valuations for a Variable World State Certifications Membership/Affiliations: State of Washington Member: Inland Northwest Chapter-Appraisal Institute State of Idaho American Institute of CPAs Accredited in Business Valuation (CPA/ABV) Appraisal Institute & Related Courses: Uniform Standards of Professional Appraisal Practice, 2018 Advanced Sales &Cost Approaches, 2006 Highest & Best Use, 2005 Advanced Income Capitalization, 2005 Education Appraisal Principles, 2004 Bachelor of Science Appraisal Procedures, 2004 Montana State University Income Capitalization, 2003 Experience: Senior Appraiser Valbridge PropertyAdvisorsIInland Pacific Northwest(2013-Present) Associate Appraiser Auble, Jolicoeur & Gentry, Inc. (2003-2013) Contact Details Business Owner 509-747-0999 (p) (2002-2004) 509-747-3559 (f) Chief Financial Officer/Controller/Financial Manager Valbridge Property Advisors I Various Manufacturing, Distribution & Service Industries (1983- Inland Pacific Northwest 2002) 324 N. Mullan Road Spokane Valley, WA 99206 Certified Public Accountant Specializing in Auditing Manufacturing, Processing, Distribution and Retail Sales clients www.valbridge.com (1977-1983) gzahller@valbridge.com Appraisal/valuation and consulting assignments include: apartment complexes; apartment land/multi-family; auto service improvements; churches; convenience stores; industrial buildings-manufacturing; industrial buildings-warehouse; large acreage lake-front land; large acreage recreational land; motels; office buildings; residential group homes; restaurants; retail buildings; recreation land/wildlife habitat; retail strip centers;school conversions. Qualifications of Wyatt Mitchell Appraiser Valbridge Property Advisors l Inland Pacific Northwest Independent Valuations for a Variable World State Certifications State of Washington Appraisal Institute & Related Courses: State of Idaho Appraisal of Medical Office Buildings, 2023 Case Studies in Appraising Green Commercial Buildings, 2023 Real Estate Statistics, 2021 Education Site Valuation and Cost Analysis, 2021 Bachelor of Science in Advanced Income, 2020 Marketing Highest and Best Use, 2020 Minor in Economics Report Writing, 2019 University of Idaho Sales Comparison Approach, 2019 General Appraiser Income Approach Parts 1 &2, 2018 Appraisal Procedures, 2018 Appraisal Principles, 2018 Uniform Standards of Professional Appraisal Practice, 2018 Experience: Certified General Appraiser Contact Details Valbridge Property Advisors I Inland Pacific Northwest (2021-present) 509-747-0999 (p) 509-747-3559 (f) Appraiser Trainee Valbridge Property Advisors I Inland Pacific Northwest (2018-2021) Valbridge Property Advisors I Inland Pacific Northwest Researcher 324 N. Mullan Road Valbridge Property Advisors I Inland Pacific Northwest (2017-2018) Spokane Valley, WA 99206 Credit Intern/Credit Sales OneMain Financial (Summer 2016) www.valbridge.com wmitchell@valbridge.com Appraisal assignments include: apartment buildings; commercial/retail buildings; commercial/industrial land; development land; health clubs; general and medical office buildings; dental clinics; vet clinics; triple net commercial investments; tire service centers; residential & commercial condominiums; residential subdivisions; retail/warehouse buildings. Appraisal Institute Echt NO PHOTO Location: Spokane Valley,WA 99206 Phone: (509)747-0999 x 6707 j Bruce C. Jolicoeur, MAI, Work Phone: Account#: (509)747-0999 x 6707 62732 Email: Company: bjolicoeur@valbridge.com Valbridge Property Advisors I AJG, Inc. 324 N. Mullan Rd Spokane Valley, WA,99206 Click Here to Update Your Personal Account UNITED STATES Information To help us serve you better please update your personal account information today! My Designations Designations Designation Date Al CE Cycle Start Date Al CE Cycle End Date Status MAI 11/01/1987 12/28/2021 12/31/2026 In Progress View Requireme Cole Ferguson STATE OF WASHINGTON + 1o,xi*e P.tu.i manuiue % DEPARTMENT OF LICENSING-BUSINESS AND PROFESSIONS DIVISION ��LICENSING THIS CERTIFIES THAT THE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A 1 S TA FE REGISTERED REAL ESTATE APPRAISER TRAINEE '; r TRAVIS FERGUSON a 9507 Shire Dr r .I Pasco WA 99301-3992 P ,1 it t : 21018180 06/14/2021 07/26/2024 7 i o .J. troi4� i 1' License Number Issue Date Expiration Date. ' 7'rr cwu _ tkrnu,cn lhro..tor �% : J: Abraham Kazda, MAI .Wro-v_.wNR,.....nMw, .ebMo. .....r.... +r. rr. ,.,.r. .yw`w.x. *on* ..w.. ..rr. „r.+ ,r... .was ..w.. • ''' `�. STATE OFWASHINGTON .. *.; a ,* 4 1 DEPARTMENT OF LICENSING-I IS=MESS AND PROFESSIONS P; ISt ,N LICENSING y rct THIS CERTNIESTHATTHE PERSON OR BUSINESSNAMED BELOW IS AUTHOR/2ED AS A 4 CERTIFIED GENERAL REAL ESTATE APPRAISER ABRAHAM JOHN KAZDA 324 N MULLAN RD 1 SPOKANE VALLEY WA 99206-6845 4 tf: ti 1102217 0510912013 02:2512025 A bier Issue Date Erpiratiun Date Stephen Agen �o''`r',. STATE OF WASHINGTON ` 4 na4ti%'glYft W#M11�! ' m DEPARTMENT OF LICENSING—BUSINESS AND PROFESSIONS DIVISION �LICENSING ?I » Y` THIS CERTIFIES THAT THE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A `Ii GENERAL ER 1L REAL ESTATE APPRAISER STEPHEN PAL.AGES JR � 1215 S GREE1v ACRES RD GREEN ACRES WA 99016-9835 61 t i. 1ii ii I' 22028033 10/18/2022 12/11/2024 l'iLiLPDcj, .1 J_.frvvt 4-66et, License Number Issue Date Egairatiau Date '' ="' i Gary H. Zahller, CPA/ABV, MAI w "' STATE OF WASHINGTON t ` Y$ 4171�6tpk SIAi 9(RACi7yA1 N 1 F ` $ DEPARTMENT OF LICENSING-BUSINESS AND PROFESSIONS DIVISION ��LICENSING THIS CERTIFIES THE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A A. 3 0,, ( CERTIFIED GENERAL REAL ESTATE APPRAISER ',j ' ;'. GARY H ZAHLLER ;N t .tf i 1101734 04.26:2000 00.20.2025 ,= 1'. 1 U egse Nm uber Issue Date Expiration Date J CJu Director 4'- a- "-: Y ., — T-- -r"- ,; 9K i--.. .. "per,..'-" 'w„' Wyatt Mitchell y STATE OF WASHINGTON t (?ci DEPARTMENT OF LICENSING-BUSINESS AND PROFESSIONS DIVISION LICENSING 1; r ` THIS CERTIFIES THATTHE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A t ti CERTIFIED GENERAL REAL ESTATE APPRAISER 1' 4,' 1 1• WYATT SHAWN MITCHELL 324 N ML LLAN RD t� SPOKANE VALLEY WA 99206-6845 I !l 21035916 12J0212021 01/29/2025 �z �Ji , -D ' , License,\umber Issue Date Expiration Date ' -'vim'.- I,; e ilt , t.1 i t Bruce C. Jolicoeur, MAI N" STATE OF WASHINGTON y� �} et_vita cex:hr�.e�n.�o , i. DEPARTMENT OF LICENSING-BUSINESS AND PROFESSIONS DIVISION A LICENSING 'f 1t{ i. y THIS CERTIFIES THE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A { ___ i 1. q t:' ' CERTIFIED GENERAL REAL ESTATE APPRAISER SUPERVISOR SBRUCE C JOLICOEUR '', a hj II i-17 1100633 12,31.1991 04 24:2025 _ theme Number Issue Date Espii anon Date tars to.JcI.p• .lh.a, Karen K. Meek, MAI 41 ,'` ` STATE OF WASHINGTON t ,? DEPARTMENT OF LICENSING-BUSINESS AND PROFESSIONS DIVISION LICENSING I; ..„ ,y4 LiJ.THIS CERTIFIES THAT THE PERSON OR BUSINESS NAMED BELOW IS AUTHORIZED AS A ' CERTIFIED GENERAL REAL ESTATE APPRAISER r SUPERVISOR 1 KAREN KOHNLE MEEK t` 324 N.MULLAN ROAD S SPOKANE WA 99206 `' 1100137 01/21/1497 02t14t2025 (iii.4444.A,A..„.„.„110), .% tiumber Issue Date Expiration Date - ., Ul i n.. 1 j midi Sant 1 h )illltul Qualifications of Cole Ferguson Appraiser Trainee Valbridge Property Advisors I Inland Pacific Northwest Independent Valuations for a Variable World State Certifications Appraisal Institute & Related Courses: State of Washington-Trainee Statistics, Modeling, and Finance, 2023 General Appraiser Market Analysis Highest and Best Use, 2023 Appraisal Procedures, 2021 Appraisal Principles, 2021 Education Uniform Standards of Professional Appraisal Practice, 2021 Masters in Secondary General Appraiser Income Approach, 2021 Education Grand Canyon University Experience: 2020 Appraiser Trainee Valbridge Property Advisors I Inland Pacific Northwest (2021-present) Bachelor of Arts in General Studies Instructional Assistant Southeast Missouri State McNary High School (2017-2021) University 2017 Research assignments include: apartment buildings; Contact Details commercial/retail buildings; commercial/industrial land; 509-221-1541 (d) development land; health clubs; general and medical office 509-221-1540 (p) buildings; residential & commercial condominiums; residential 509-747-3559 (f) subdivisions; retail/warehouse buildings. Valbridge Property Advisors Inland Pacific Northwest 8378 W. Grandridge Blvd., Suite 110-D Kennewick, WA 99336 www.valbridge.com cferguson@valbridge.com Qualifications of Stephen Agen Appraiser Valbridge Property Advisors I Inland Pacific Northwest Independent Valuations for a Variable World State Certifications State of Washington Appraisal Institute & Related Courses: State of Idaho General Appraiser Site Valuation and Cost Approach 2021 General Appraiser Report Writing and Case Studies 2021 General Appraiser Sales Comparison Approach 2021 General Appraiser Highest and Best Use 2020 Education Advanced Income Capitalization 2020 Bachelor of Arts in 7-Hour USPAP Update, 2018-2019, 2020-2021, 2022-2023 Economics Real Estate Finance Statistics and Valuation Modeling 2019 Eastern Washington Online Business Practices & Ethics, 2019 University General Appraiser Income Approach Parts 1 &2, 2018 Appraisal Procedures, 2017 Appraisal Principles, 2017 Uniform Standards of Professional Appraisal Practice, 2017 Supervisory Appraiser/Trainee Appraiser Course 2015 Experience: Certified General Appraiser Contact Details Valbridge Property Advisors I Inland Pacific Northwest (2022-present) 509-747-0999 (p) 509-747-3559 (f) Appraiser Trainee Valbridge Property Advisors I Inland Pacific Northwest (2018-2022) Valbridge Property Advisors I Inland Pacific Northwest Researcher 324 N. Mullan Road Valbridge Property Advisors I Inland Pacific Northwest (2015-2018) Spokane Valley, WA 99206 Loan Servicing Representative Columbia State Bank(2014-2015) www.valbridge.com sagen@valbridge.com Appraisal Department Support Specialist Intermountain Community Bank (2013-2014) Research and appraisal assignments include agricultural land specifically dry farmland, irrigated cropland and permanent crops, agricultural/industrial related facilities, rural land,apartment buildings; commercial/retail buildings; commercial/industrial land; development land; general and medical office buildings; residential subdivisions; retail/warehouse buildings. Qualifications of Abraham J. Kazda, MAI Senior Appraiser Valbridge Property Advisors I Inland Pacific Northwest Independent Valuations for a Variable World State Certifications Membership/Affiliations: State of Washington Appraisal Institute— MAI Designation Certificate#438624 State of Idaho Inland Northwest Chapter President 2021 Inland Northwest Chapter Vice President 2020 Inland Northwest Chapter Treasurer 2018, 2019 Wisconsin Real Estate Alumni Association (WREAA) Education Appraisal Institute & Related Courses: All courses for MAI Designation, 2010-2012 Bachelor of Business Uniform Standards of Professional Appraisal Practice, 2018 Administration Business Practices and Ethics Major: Experience: Real Estate and Urban Land Senior Appraiser Economics Valbridge Property Advisors l Inland Pacific Northwest (2013- Present) University of Wisconsin, Madison Appraiser The Appraisal Resource Group, Inc. Milwaukee, Wisconsin (1999-2013) Contact Details Trainee AccuVal Associates 208-292-2965 (p) Mequon, Wisconsin (1999) 208-292-2971 (f) Qualified as Expert Witness in Federal District Bankruptcy Court; Valbridge Property Advisors I Milwaukee County Circuit Court. Inland Pacific Northwest 1875 N. Lakewood Drive Appraisal/valuation and consulting assignments include: multi- Suite 100 family, industrial, retail, office, development land, subdivision, Coeur d'Alene, ID 83814 hotels, and market studies. www.valbridge.com akazda@valbridge.com