Loading...
HomeMy WebLinkAboutR-99-0582J-99-596 7/14/99 RESOLUTION NO. 9 9 e 582 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH VALUATION RESOURCE MANAGEMENT, INC. (VRM), AS THE MOST QUALIFIED FIRM, UNDER THE EXISTING SEMINOLE COUNTY CONTRACT PURSUANT TO RFP NO. 457-98/JVP, TO CONDUCT AN INVENTORY, VALUATION AND BAR- CODING OF ALL TANGIBLE PROPERTY OF THE CITY OF MIAMI, FLORIDA, FOR THE DEPARTMENT OF FINANCE, IN AN AMOUNT NOT TO EXCEED $50,000.00; ALLOCATING FUNDS THEREFOR FROM THE FINANCE DEPARTMENT, ACCOUNTING DIVISION, ACCOUNT CODE NO. 001000.260201.6.270. WHEREAS, the Department of Finance needs to implement a new fixed asset software package to identify the assets currently owned by the City; and WHEREAS, this need has been identified by the City's external auditors and documented in the City's Single Audit and the City's Management letter; and WHEREAS, the implementation of this new software package will allow the City to be in compliance with OMB Circular A-133 which requires property purchased with Federal Grant money to be separately identified and tracked; and WHEREAS, funds are available from the Finance Department, ION 1' fj41.1 1;ri } AUG 0 2 1999 Resolution No. 9 9 - 5 8 Accounting Division, Account Code No. 001000.260201.6.270; and WHEREAS, the City Manager accepted the findings of the Finance Department that Valuation Resource Management, Inc., is the most qualified firm to conduct an inventory, valuation and bar-coding of all tangible property of the City of Miami, Florida, under an existing Seminole County Contract pursuant to RFP No. 457-98/JVP, for the Department of Finance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The City Manager is hereby authorized to negotiate and execute a contract, in a form acceptable to the City Attorney, with Valuation Resource Management, Inc. (VRM), as the most qualified firm, under the existing Seminole County Contract pursuant to RFP No. 457-98/JVP, to conduct an inventory, valuation and bar-coding of all tangible property of the City of Miami, Florida, for the Department of Finance, in an amount not to exceed $50,000; with funds therefor hereby allocated from the - 2 - • Finance Department, No. 001000.260201.6.270. Accounting Division, Account Code Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 2nd day of August 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of thin legislation by signing it in the designated p ce provided, saidbecOmss legisi �; �s, 74E! �9 eaa�eVwithout the Ma o with the elapse �exprrrt��n f ten da.,e, from the d e of Comm' •sicn action ATTEST: Walter: WALTER J. FOEMAN CITY CLERK City Clark �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 99-r 5821 L TANGIBLE INVENTORY, VALUATION AND BAR-CODING SERVICES AGREEMENT (RFP-457-98/JVP) THIS AGREEMENT is made and entered into this �`' day of 190iq , by and between VALUATION RESOURCE MANAGEMENT, INC., duly authorized to conduct business in the State of Florida, whose address is 2675 Paces Ferry Road, Suite 215, Atlanta, Georgia 30039, hereinafter called the "CONTRACTOR" and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter called the "COUNTY". W I T N E S S E T H:' WHEREAS, the COUNTY desires to retain the services of competent and qualified contractor to perform inventory, valuation and bar- coding services for tangible assets in Seminole County; and WHEREAS, the COUNTY has requested and received expressions of interest for the retention of services of a contractor; and WHEREAS, CONTRACTOR is competent and qualified to furnish services to the COUNTY and desires to provide its professional services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: SECTION 1. SERVICES. COUNTY does hereby retain CONTRACTOR to furnish professional services and perform those tasks as further described in the Valuation Resource Management, Inc. Proposal Regarding RFP457-98/JVP attached hereto and incorporated herein as Exhibit A. CERTIFIED COPY MARYANNE MORSE CLERK OF CIRCUIT COURT 1 SEMINOLE COUNTY, FLORIDASY IN DEPUTY CLERK 99- 582 Y SECTION 2. AUTHORIZATION FOR SERVICES. ' Authorization for performance of professional services by the CONTRACTOR under this Agreement shall be in the form of written notice to proceed issued and executed by the COUNTY. SECTION 3. TIME FOR COMPLETION. The services to be rendered by CONTRACTOR shall be commenced annually during the five (5) year term of this Agreement upon issuance of the Notice to Proceed issued by the COUNTY and shall be completed within one hundred twenty (120) days from the date of issuance of each annual Notice to Proceed. SECTION 4. FIXED FEE COMPENSATION AND PAYMENT. (a) The COUNTY agrees to compensate CONTRACTOR for the professional services called for under this Agreement a fee not to exceed the sum of SEVENTY THOUSAND TWO HUNDRED TWELVE AND NO/100 ($70,212.00). CONTRACTOR shall perform all work required by the Scope of Services at the rates as indicated in Exhibit " B" Rate Schedule, attached but, in no event, shall CONTRACTOR be paid more than the Fee amount stated above. (b) Payments shall be made to the CONTRACTOR when requested as work progresses for services furnished, but not more than once monthly. CONTRACTOR may invoice amount due based on percentage of total required services actually performed and completed. Upon review and approval of CONTRACTOR's invoice, the COUNTY shall, within thirty (30) days of receipt of the invoice, pay said invoice, provided that all work as required by the Scope of Service has been completed. SECTION S. BILLING AND PAYMENT. (a) CONTRACTOR shall render to the COUNTY, at the close of each 2 calendar month, an itemized invoice, properly dated including, but not limited to, the following information: (1) The name and address of the CONTRACTOR; (2) Contract Number; (3) A complete and accurate time record of services performed by the CONTRACTOR during that month and for which the COUNTY is billed, and the name of the individual performing each service; (4) A description of the services rendered in (4) above; and (5) Such other information as may be required by this Agreement or requested by the COUNTY from time to time. The original invoice shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Drawer Q Sanford, Florida 32772-0869 A duplicate copy of the invoice shall be sent to: Purchasing Manager Seminole County Services Building 1101 E. First Street Sanford, Florida 32771 (b) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from the CONTRACTOR. SECTION 6. AUDIT OF RECORDS.-7 (a) COUNTY may perform or have performed an audit of the records of CONTRACTOR after final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to CONTRACTOR and COUNTY subsequent to the close of the final fiscal 01 period in,whichthe last work is performed. Total compensation to CONTRACTOR may be determined subsequent to an' audit as provided for in.. subsection (b) and of this Section, and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as required by Section 5 (b) . (b) The CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidences pertaining to work performed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (a) of this Section. (c) In the event any audit or inspection conducted after final payment, but within the period provided in subsection (b) of this Section reveals any overpayment by, COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by the COUNTY. SECTION 7. RESPONSIBILITY OF CONTRACTOR. (a) CONTRACTOR shall be responsible for the professional quality, technical, accuracy and the coordination of all plans, studies, reports and other services furnished by CONTRACTOR under this Agreement. CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his services. (b) Neither the COUNTY'S review, approval or acceptance of, nor 4 99® �c2.� payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the COUNTY in accordance with applicable law for all damages to the COUNTY caused by the CONTRACTOR'S performance of any of the services furnished under this Agreement. SECTION 8. OWNERSHIP OF DOCUMENTS. All deliverable reference data, survey data, plans and reports that result from the CONTRACTOR's services under this Agreement shall become the property of the COUNTY after final payment for the specific service provided is made to CONTRACTOR. No changes or revisions to the documents furnished by CONTRACTOR shall be made by COUNTY or its agents without the written approval of CONTRACTOR. SECTION 9. TERM. This Agreement shall take effect on the date of its execution by COUNTY and shall remain in effect for a term of five (5) years. SECTION 10. TERMINATION. (a) The COUNTY may, by written notice to the CONTRACTOR, terminate this Agreement, in whole or in part, at any time, either for the COUNTY's convenience or because of the failure of the CONTRACTOR to fulfill CONTRACTOR's Agreement obligations. Upon receipt of such notice, the CONTRACTOR shall: (1) immediately discontinue all services affected unless the notice directs otherwise, and (2) deliver to the COUNTY all plans, studies, reports, E 011 9- ;5$2 =� y estimates, summaries, and such other information and materials as may have been. accumulated by the CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of the COUNTY, the CONTRACTOR shall .be paid compensation for services performed to the date of termination. CONTRACTOR shall be paid no more. than a percentage of the Fixed Fee amount equivalent to the percentage of the, completion of work contemplated by the Agreement. (c) If the termination is due to the failure of the CONTRACTOR to fulfill his Agreement obligations, the COUNTY may take over the work and prosecute the same to completion by Agreement or otherwise. In such case, the CONTRACTOR shall be liable to the COUNTY for reasonable additional costs occasioned to the COUNTY thereby. The CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises out of causes beyond the control and without the fault or negligence of the CONTRACTOR. Such causes may include, but are not limited to, acts of God or of the public enemy, acts of the COUNTY in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without the fault or negligence of the CONTRACTOR. (d) If, after notice of termination for failure to fulfill Agreement obligations, it is determined that the CONTRACTOR had not so failed, the termination shall be deemed to have been effected for the convenience of the COUNTY. In such event, adjustment in the Agreement R price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of the COUNTY provided in this clause are in addition to any other rights and remedies provided by law or under this Agreement. SECTION 11. EQUAL OPPORTUNITY EMPLOYMENT. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. SECTION 12. NO CONTINGENT FEES. CONTRACTOR warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that CONTRACTOR has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bonafide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such 7 9 9 - 5)82 fee, commission, percentage, gift or consideration. SECTION 13. ASSIGNMENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties hereto without prior written consent of the opposite party and only by a document of equal dignity herewith. SECTION 14.. SUBCONTRACTORS. In the event CONTRACTOR, during the course of the work under this Agreement, requires the services of any subcontractors or other professional associates in connection with service covered by this Agreement, CONTRACTOR must secure the prior written approval of the COUNTY. If subcontractors or other professional' associates are required in connection with the services covered by this Agreement., CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. SECTION 15. INDEMNIFICATION OF COUNTY. CONTRACTOR shall indemnify and save harmless and defend COUNTY, its officers, agents, and employees from and against any claim, demand or cause of action of whatsoever kind or nature arising out of, allegedly arising out of, or related to the performance of services under this Agreement by CONTRACTOR, its officers, agents or employees. SECTION 16. INSURANCE. (a) General. The CONTRACTOR shall at the CONTRACTOR's own cost, procure the insurance required under this Section. (1) The CONTRACTOR shall furnish the COUNTY with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, workers' Compensation/Employer's Liability E] and Commercial General Liability). The COUNTY, its officials, officers, and employees shall be additional named insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the COUNTY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance'is no longer required to be maintained by the CONTRACTOR,. the CONTRACTOR shall provide the COUNTY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. (2,) The Certificate shall contain a statement that it is being provided in.accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. Provide further, that in lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the COUNTY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. (3) In addition to providing the Certificate of Insurance, if required by the COUNTY, the CONTRACTOR shall, within thirty (30) days after receipt of the request; provide the COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the COUNTY or failure to disapprove the insurance furnished by CONTRACTOR shall relieve the 99- 582 CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies other than Workers' Compensation, must be authorized by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida. policies for Workers' Compensation may be issued by companies authorized as a group self -insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance. company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this 10 99- 582. Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the COUNTY the CONTRACTOR shall be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this Section. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until -the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance shall cover the CONTRACTOR and its subcontractors of every tier for those sources of liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor 11 . 1A 9 9- 502 Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $ 500.,000.00 (Each Accident) $1,000,000.00 (Disease -Policy Limit) $ 500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) The CONTRACTOR's insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) , as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be those that would be provided with the attachment of the Amendment of Limits of Insurance (Designated Project or Premises) endorsement (ISO Form CG 25 01) to a Commercial General Liability Policy with amount of specified for each project: LIMITS General Aggregate $Three (3) Times the Each Occurrence Limit Personal & Advertising $500,000.00 Injury Limit Each Occurrence Limit $500,000.00 12 A �t t (3) Professional Liability Insurance. The CONTRACTOR shall carry limits of not less than FIVE HUNDRED THOUSAND AND N0/100 DOLLARS ($500,000.00). (d) coverage. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary basis and any other insurance or self-insurance maintained by the COUNTY or the COUNTY's officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of the CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy must either be on an occurrence basis, or, if a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. SECTION 17. ALTERNATIVE DISPUTE RESOLUTION. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY administrative dispute resolution procedures priorto filing suit or otherwise pursuing legal remedies. COUNTY 13 .F, 99- 582 �K administrative dispute resolution procedures for' proper invoice and payment disputes are set forth in Section 55.1, "Prompt Payment Procedures", Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by the "Prompt Payment Procedures", arising under this Agreement with administrative dispute resolution procedures set forth in Section 220.102, "Contract Claims", Seminole County Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the COUNTY administrative dispute resolution procedures set forth in subsection (a) above of which the CONTRACTOR had knowledge and failed to present during the COUNTY administrative dispute resolution procedures. (c) In the event that COUNTY administrative dispute resolution procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. SECTION 18. REPRESENTATIVE OF COUNTY AND CONTRACTOR. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. The COUNTY, upon request by CONTRACTOR, shall designate in writing and shall advise CONTRACTOR in writing of one (1) or more COUNTY employees to whom all communications pertaining to the day-to-day conduct of the Agreement 14 009 82 F shall be. addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall, at all times during the normal work week, designate or appoint one or more representatives of CONTRACTOR who are authorized to act on behalf of CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep COUNTY continually advised of such designation. SECTION 19. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates' and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are not commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. SECTION 20. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 21. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of copartners between the 15 parties, or as constituting the CONTRACTOR including its officers, employees, and agents, the agent,, representative, or employee of the COUNTY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain an independent contractor with respect to all services performed under this Agreement. SECTION 22. EMPLOYEE STATUS. Persons employed by the CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim. to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the COUNTY's officers and employees either by operation of.law or by the COUNTY. SECTION 23. SERVICES NOT PROVIDED FOR. No claim for services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the COUNTY. SECTION 24.. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 25. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last specified and 16 9 - 582 *A the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to wit: FOR SEMINOLE COUNTY: Purchasing Manager Seminole County Services Building 1101 E. First Street Sanford, Florida 32771 FOR CONTRACTOR: Valuation Resources Management, Inc. 2675 Paces Ferry Road, Suite 215 Atlanta, GA 30039 SECTION 26. RIGHTS AT LAW RETAINED. The rights and remedies of the COUNTY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. SECTION 27. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereafter adopted. Any violation. of said statutes, ordinances, rules, or regulations shall constitute a material breach of this Agreement, and shall entitle the COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to the CONTRACTOR. SECTION 28. CONFLICT OF INTEREST. (a) The CONTRACTOR agrees that it will not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with the COUNTY or which would 17 99- 582 ... :t violate or cause others to violate the provisions of Part III,. Chapter 112, Florida Statutes, relating to ethics in government. .See County Personnel Policy 4 .10 (F) . (b) The CONTRACTOR hereby certifies that no officer, agent or employee of the COUNTY has any material interest (as defined in Section 112.312.(15), Florida Statutes, as over 5%) either directly or indirectly, in the business of the CONTRACTOR to be conducted here, and that no such person shall have any such interest at any time during the term of this Agreement. (c) Pursuant to Section 216.347, Florida Statutes, the CONTRACTOR hereby agrees that monies received from the COUNTY pursuant to this Agreement will not be used for the purpose of lobbying the Legislature or any other State or Federal Agency. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement for.the purposes stated'herein. ATTEST: SCkpy"q '-1 / . /Secretary (C PORATE SEAL) By : - �•�� BILL ��EF President Date : 18 3- 389, �. Property Accounting Ledger Report -- Capital Assets . 26: AX Fund: 1110 GENERAL FUND Acct: 500 MACH & EQUIP- BALANCE SHEET i Site Bldg/ Room Asset ID Split Class /--------------- Description --------------/ Depr Original Accumulated Book Code Qty Model Mfg Code S/N Beg Life Cost Depreciation Value 15 004021 1900 1 SYSTEM, COMPUTER 01/01/97 5 1,624.13 0.00 1.624.13 15045A 100.00 % 095 BG45-AP5CP A OPEN _ FEB966777W 15 004022 1900 1 SYSTEM, COMPUTER 01/01/98 5 1,400.00 0.00 1,400.00 15045A 095 100.00 % PENTIUM LEARNING NA 15 004024 1900 1 SYSTEM, COMPUTER 01/01/90 5 3.378.26 0.00 3.370.26 150390 100.00 % CLASRM EQUITY II EPSON OLL1004247 15 004025 1400 1 FREEZER, ICE CREAM 01/01/80 15 937.30 0.00 937.30 - 150400 100.00 054 15 004026 1700 1 PHOTOCOPIER 01/01/90 10 4,517.71 0.00 4.517.71 150355 100.00 % 059 NP-150 CANON JS422978 15 004028 1300 1 SAW, RADIAL ARM 01/01/85 15 724.49 0.00 724.49 150355 100.00 % 059 7790 DEWALT 85490263 15 004029 1300 1 COMPRESSOR, AIR PORTABLE 01/01/92 15 1.063.47 ' 0.00 1.063.47 150355 100.00 % 059 Y5B-80V EMQLO 020590027 15 004030 1300 1 PRESS, SHOP 01/01/80 15 928.77 0.00 928.77 150355 100.00 % 059 - 15-665 ROCKWELL 1569433 j 15 004032 1300 1 SAW, TABLE 01/01/80 15 619.18 0.00 619.18 150355 100.00 % 059 DELTA 15C 004033 1300 1 SANDER, BELT/DISC 01/01/85 15 1,521.43 0.00 1,521.43 00355 100.00 % 059 52-611 DELTA VALUATION RESOURCE m MANAGEMENT, INC. I t Clients Served 99- 582 yN VALUATION RESOURCE MANAGEMEM INC. -� SIGN IFICAN OPERTIES APPRAISED BY VM1, PERSONNEL UTILITY PROPERTIES: ♦ Milwaukee Metro Sewerage District —comprehensive inventory and appraisal of all District assets including two main plants, collection system, "deep tunnel" storage system, and all pumping/metering sites. Project included direct reconciliation to approximately $3.0 billion original cost, plus the establishment of current insurable values. • Metropolitan Council —Environmental Services (St. Paul, W-- VRM performed a comprehensive appraisal of MWCC's assets for insurance and fixed asset reporting; project involved eleven plants serving a seven -county area; $2.0 billion total replacement cost, 1.0 billion in reconciliation cost. ♦ City of Tallahassee —two wastewater treatment facilities and all water treatment/distribution, plus three electric generating facilities appraised. ♦ City of Santa Clara --electric generating plant and co-gen plant, plus all substation and distribution lines. • Green Bay Metro Sewerage District —detailed inventory and appraisal project included bar code tagging, development of original cost and replacement cost ($200 million +), and assistance with policies and procedures. ♦ San Diego Port .Authority —detailed inventory, tagging appraisal of all equipment • Virgin Islands Port Authority —detailed property appraisal and risk analysis for insurance purposes UNIQUE/HISTORICAL STRUCTURES: ♦ State of$labasna—VRM provided valuations for all State Insurance Fund (S1F) members. Our conclusions allowed the SIF to insure member's contents values at 100% replacement cost. VRM applied the "modeling approach" to valuing the contents. Boards of Education, Colleges a & Universities, Hospitals, Prisons, Ports and other State Agencies realized the benefits of our services. The contents of over 24,000 properties were valued during the project. ♦ State of Arizona-200+ historical buildings appraised including the State Capitol. e State of Montana—building/contents appraisal project for State-owned facilities, including the State Capitol. ♦ State of Vermont —building appraisal of State facilities including the State Capitol, prison system, hospitals and various historical structures. ♦ National Trusts for Historic Preservation —detailed building appraisal of more than 300 structures. ♦ Roman Catholic Diocese ofRoch ester • Florida Conference the United Methodist Church 700+ member churches V N1, 58 VALION RESOURCE MANAGEMENT INC. SIGNIFICANT .. OPERTIES APPRAISED BY VOPERSONNEL LARGE CITIES: ♦ City of Houston —complete building and equipment appraisal of all City owned facilities; in excess of 300,000 assets; project included bar code tagging, software, scanners, reconciliation, and replacement cost for insurance purposes. ♦ City of San Diego --comprehensive building appraisal to establish current replacement cost for insurance placement; project involved over 200 of the City's major buildings. s ♦ City Of MiaZTii—appraisal of several select buildings for the City, to develop current insurable values. ♦ City of Sioux Falls—VRM performed a complete building appraisal for insurance purposes; content values were estimated using our unique "modeling" technique. O City of Tallahassee —like Sioux Falls, this project coupled a thorough building appraisal with the cost-effective "modeling" approach for content values; replacement cost and ACV were developed to assist with insurance placement. o City of Mshwaukee Housing liuthorio -Complete physical inventory and bar code tagging o f capital equipment; entire project was completed in 75 days. , ♦ City ofSan Antonio —detailed building appraisal for insurance purposes o City of Savannah ---detailed building appraisals of select historical and utility properties ♦ City of St. FetersbUrg --conducted building appraisal for select structures PARKS & RECREATION: • Atlanta/ Fulton County Recreational Authority --conducted detailed inventory and appraisal of equipment and fixtures located at Turner Field. • Chicago Park District —over. 500 individual park sites comprehensive service including policies/procedure development, inventory and appraisal, bar code tagging, and VRM's FACTS/plus software. o ' City ofHouston—in excess of 460 park locations appraised. • California Association of Parks & Recreation Insuranec—risk pool comprised of 65 individual members. • Special District Risk Management Authority —risk pool comprised of 130 members, with the majority being park/recreation districts. o Hundreds of individual cities and counties appraised involving parks —including San Diego, Sioux Falls and Tallahassee. VA UATION RESOURCE MANAGEM , INC. SIGNIFICAI ROPERTIES APPRAISED BY V�I PERSONNEL EDUCATIONAL: LIBRARIES: District of Columbia-170+ sites University of Houston University of Tulsa Florida A&M University _ Eastern Michigan University Atlanta Public Schools-158 sites Shelby County School—Memphis-43, 000 students New York Schools Insurance Reciprocal-100 districts Nashville Public Schools-130 sites Baltimore County Public Schools-160 sites Indianapolis Public Schools Newark, New Jersey Public Schools-81 sites ❖ City of Houston —city wide ❖ City of San Antonio --approximately one dozen sites ❖ City of San Diego --city wide •'• City of Pasadena CONVENTION CENTERS: AIRPORTS: ❖ George R Brown Convention Center TX ❖ City of Miami Convention Center —FL ❖ City of San Diego Convention Center —CA ❖ City of Tallahassee Convention Center —FL ❖ City of Kansas City Convention Center -CS ❖ City of Columbus Convention Center-01-1 ❖ City of Phoenix Convention Center —AZ ❖ City of Savannah Civic Center -GA ❖ C. E. King Airport --St. Thomas, US Virgin Islands ❖ Sky Harbor International Airport —AZ ❖ Bangor Intemationa/Airport—ME ❖ Tallahassee International Airport —FL ❖ Nantucket Airport —MA ❖ Sioux Falls International Airport —SD ❖ San Diego International Airport —CA ❖ Sarasota International Airport —FL STADIUMS/ARENAS: Turner Field —Atlanta, GA Miami Dade Homestead Motorsports Complex -Homestead, FL The Rose Bow/ --Pasadena, TX Arrowhead Stadium —Kansas City, KS Jack Murphy Stadium —San Diego, CA Shea Stadium —New York, NY University of Pittsburgh Stadium —Pittsburgh, PA Summit Arena —Houston, TX University of Dayton —Dayton, OH Various Minor League stadiums including those located in Beliot (WI), Rockford, Springfield (IL), Savannah (GA) and Homestead (FL) Sq. - VALUATION RESOURCE MANAGEMEN' CLIENTS SERVED UNITS OF LOCAL GOVERNMENT Alabama California, continued Colorado Cities Served: Mill Valley Counties Served: Muscle Shoals Mission Viejo Adams Sheffield Monterey El Paso Moreno Valley Jefferson Arizona Murrieta Cities Served: Counties Served: National City Aspen Cochise Novato Gunnison Gila Orinda Pinal Palm Springs Connecticut Cities Served: Paramount Cities Served. Tempe Pasadena Middletown Tolleson Petaluma Norwich Pico Rivera Townskips41111ages Served California Pinole East Haven Cities Served: Pismo Beach Fairfield Arroyo Grande Pleasanton Franklin Avalon Pomona Groton Avenal Rancho Palos New Canaan Azusa Riverside New Fairfield Baldwin Park Riverton New Milford Beaumont San Diego Putnam Bell Gardens San Jacinto Trumbull Bellflower San Pablo Woodbridge Belvedere San Rafael Blythe Santa Clara Delaware Buellton Santa Monica Counties Served: Burbank Santa Rosa Kent Colton Sausalito Commerce Seal Beach Florida Compton Taft Counties Served: Culver City Tiburon Brevard Del Mar Tracy Hamilton El Cerrito Ukiah Leon Fillmore Vacaville Levy Grover Beach Vernon Monroe Hesperia West Covina Cities Served: Holbrook West Hollywood Avon Park Hollister West Sacramento Belle Glade Huntington Beach Westminster Cocoa Indian Wells TownshipslVillages Served. Gulfport Inglewood Corte Madera Homestead Irvine Fairfax Kissimmee King City San Anselemo Lake Wales Larkspur Tiburon. Miami Livermore Yucca Valley Oakland Park Lynwood Pahokee Millbrae St. Petersburg 2/9s -1- R 99- 582 �,,M VAWATION RESOURCE MANAGEMENT, INC. CLIENTS SERVED UNITS OF LOCAL GOVERNMENT Florida, Continued Illinois, Continued Tallahassee St. Charles Marvland Wauchula Springfield TownshipsIP711ages Served. Zephyrhills Wood Dale Bladensburg TownshipsNllages Served: TownshipsNllages Served: Lady Lake Bethany Massachusetts Royal Palm Beach Flossmoor Townships/Villages Served: Lemont Amherst Georgia Northbrook Association of County Oak Park Michigan Commissoners of Georgia Villa Park Counties Served: (ACCG) served: Lapeer Clay Indiana Macomb Clinch Cities Served: Midland Columbia Madison Newaygo Dade Ottawa Harris Iowa Cities Served: Hart Counties Served: Algonac Jackson Black Hawk Allegan Quitman Cerro Gordo Durand Stewart Cities Served: Fenton Towns Council Bluff Hancock Ware t Davenport Milan Counties Served: Monroe Athens -Clarke Kansas Mount Clemens Baldwin Cities Served: Royal Oak Houston Winfield Springfield Monroe Yale Cities Served: Kentucky TownshipVrillages: Savannah Cities Served: Milford Mayfield Charter Township of Shelby Idaho Murray Cities Served: Minnesota Boise Louisiana Counties Served. Parishes Served.- Anoka Illinois Jefferson Becker Counties Served. Washington Dewitt Maine Cities Served: DuPage Counties Served: Burnsville Cities Served: Androscoggin Crystal Bloomington Cumberland Hastings Calumet City Kennebec Prior Lake Canton Knox Rosemount Champaign Lincoln Savage Clinton New Franklin South St. Paul Hiahland Park Piscataquis White Bear Lake Macomb Waldo Bangor 2/9s -2- .:�R . ;V . M� VALWON RESOURCE MANAGEMENIONC. CLIENTS SERVED UNITS OF LOCAL GOVERNMENT Missouri Nevada, Continued New Jersev, Continued Cities Served: Townships Served Middle Brentwood Fernley Monroe Des Peres Gardnerville Muilica Festus Minden Penns Grove Liberty Pennsville New Jersey Pilesgrove Montana Counties Served: Ton wships/Villages/Boroughs Counties Served: Warren Served: Custer Cities Served: Pitman Flathead Avalon Pittsgrove Cities Served: Beverley Riverside Hamilton Brigantine Shamong Hardin Buena South Brunswick Missoula Egg Harbor City South Harrison Poplar Estell Manor Stone Harbor Folsom Swedesboro Nebraska Hammonton Upper Pittsove Counties Served: Longport Wenonah SazPy Tonwships'Kllages/Borouglrs Westville Cities Served: Served: Woodbury Heights Omaha Alloway Woodstown Aububon Woolwich Nevada Buena Vista Counties Served: Carney Point New Mexico Churchill Commercial Counties Served: Douglas Deerfield Chaves Esmeralda Delanco Curry Eureka Delran DeBaca Humboldt Dennis Eddy Lander . East Greenwich Roosevelt Lincoln Egg Harbor Cities Served.• Lyon Elk Rio Rancho Mineral Fairfield Roswell Nye Florence Peshing Franklin New York Storey Glassboro Counties Served: White Pine Greenwich Albany Cities Served Hainesport Genessee Boulder City Hamilton Township Cities Served: Caliente Harrison Auburn Carlin Lincoln Park Rye Canon City Logan To wnsh ipslVillages Served. Ely Lower Canton Lovelock Lumberton Great Neck Mesquite Mansfield Great Neck Estates Winnemucca Mantua Kings Point Yerington Medford Lake Success 19s -3- R V . \ eq- 5S2. VALJATION RESOURCE MANAGEMENT, INC. CLIENTS SERVED UNITS OF LOCAL GOVERNMENT New York, Continued Oregon, Continued Oregon, continued Malone Harney Estacada Mount Kisco Josephine Falls City Saranac Lake Lake Florence Saugerties (Town) Malheur Forest Grove Saugerties (Village) Morrow Fossil Stony Point Multnomah Gaston Watkins Glen Union Gates Wallowa Gearhart North Carolina Washington Gladstone Counties Served: Cities Served: Gold Beach Gaston Adams Gold Hill Cities/Towns Served: Adrian Grants Pass i Forest City (Town) Albany Green Amity Haines Ohio Arlington Halfway Cities Served. Ashland Halsey Akron Summit Library Astoria Helix Amherst Athena Heppner--' Beachwood Aumsville Hermiston Belpre Baker City Hillsboro . Bexley Bandon Hubbard Bryan Banks Huntington Deer Park Boardman Imbler East Cleveland Brookings Independence Erie Camas Ione Fairlawn Canby Island City Gahanna Cannon Beach Jacksonville Green Canon City Jefferson Hamilton Canton Johnson City Hillsboro Carlton Jordan Valley Ironton Cave Junction Junction Valley Lima Coburg King Shaker Heights Coos Bay Lafayette Shelby Coquille Lakeview Springfield Cove Lincoln City Trenton Dallas Long Creek University Heights Dayton Lostine Youngstown Dayville Lyons Townships11,7711ages Served: Depoe Bay Madras Mifflin Detroit Malin Washington Donald McMinville Drain Metolius Oregon' Dunes City Mill City Counties Served: Eagle Point Monmouth Baker Echo Monroe Clackamus Elgin Monument Clatsop Elkton Morrow 2/98 -4- R. 99 VALWON RESOURCE MANAGEMENT16C. CLIENTS SERVED UNITS OF LOCAL GOVERNMENT Oregon. continued Oregon, continued Texas Mosier Wheeler Cities Served: Mt. Vernon Willamina Clarksville Nethalem Wilsonville Houston North Bend Woodburn San Antonio North Plains Yamhill North Powder Vermont Oakland Pennsvlvania TownshipslY1llages Served. Ontario Townships/Villages: Middlebury Paisley Bethel Park Pendleton Chambersburg Virginia Phoenix Trafford Counties Served: Pilot Rock New Kent Prescott Rhode Island Prince Edward Rainier Cities Served: Rappahannock Richland Newport Westmoreland Riddle TownshipvVillages Served: Cides/Towns Served: Rockaway Beach Barrington Colonial Heights St. Helens Emporia Seaside South Carolina Farmville Seneca Counties Served: Gretna Shady Cove Abbeville Herndon Shaker Heights Aiken Warrenton Sheridan Calhoun Washington Sherwood Chester Silietz Chesterfield Washington Silverton Clarendon Counties Served.• Sisters Dillon Lewis Sodaville Cities Served: Stanfield South Dakota Fife Stayton Cities Served: Lynden Summerville Mitchell Lynnwood Sumpter Sioux Falls Sweet Home West Virginia Talent Tennessee Counties Served: Tangent Counties Served. Morgan County Commission Tigard Coffee County Cities Served: Tillamook Sumner County Fairmont Troutdale Cities Served. Morgantown Tualatin Algood Parkersburg Turner Columbia Ukiah Franklin Wisconsin Unity Gatlinburg, Counties Served: Wallowa Jackson Fond du Lac Warrenton Maryville Green Waterloo Sevierville Cities Served: West Linn White House Beloit Weston Winchester Chetek z/9s -5- R.. \ \V '\ �M Q 9 9 I VALUATION RESOURCE MANAGEMENT, INC. Diskette Layout VALUATION RESOURCE MANAGEMENT, INC. STANDARD FILE LAYOUT WITHOUT DEPRECIATION File Format: ASCII Comma Delimited or Fixed File .Layout: Field Description Data TXpe Length_ Decimal FUND CHARACTER 4 SITE CHARACTER 6 BUILDING CHARACTER 6 DEPARTMENT CHARACTER 6 ROOM CHARACTER 6 CLASS CODE CHARACTER 4 CLASS CATEGORY CHARACTER 6 USEFUL LIFE NUMERIC S 0 ASSET NUMBER CHARACTER IS ASSET DESCRIPTION CHARACTER 120 EXTENDED DESCRIPTION CHARACTER 2SS MANUFACTURER CHARACTER 35 MODEL NUMBER CHARACTER 25 SERIAL NUMBER CHARACTER SO QUANTITIY NUMERIC S' 0 ACQUISTION DATE DATE 10 ORGINAL COST NUMERIC 14 2 REPLACEMENT COST NUMERIC 14 2. ACTUAL CASH VALUE NUMERIC 14 2 EXCLUSION AMOUNT NUMERIC I 1 2 R. �. VALUATION RESOURCE MANAGEMENT, INC. STANDARD FILE LAYOUT WITH DEPRECIATION File Format: ASCII Comma Delimited or Fixed File Layout: Field Description Data TvRe Length Decimal FUND CHARACTER 4 SITE CHARACTER 6 BUILDING CHARACTER 6 DEPARTMENT CHARACTER 6 ROOM CHARACTER 6 CLASS CODE CHARACTER 4 CLASS CATEGORY CHARACTER 6 USEFUL LIFE NUMERIC 5 0 ASSET NUMBER CHARACTER 15 ASSET DESCRIPTION CHARACTER 120 EXTENDED DESCRIPTION CHARACTER 255 MANUFACTURER CHARACTER 35 MODEL NUMBER CHARACTER 25 SERIAL NUMBER CHARACTER 50 QUANTITIY NUMERIC S 0 ACQUISTION DATE DATE 10 ORGINAL COST NUMERIC 14 2 REPLACEMENT COST NUMERIC 14 2 ACTUAL CASH VALUE NUMERIC 14 2 EXCLUSION AMOUNT NUMERIC 11 2 # OF MONTHS REMAINING NUMERIC 4 MONTHLY DEPRECIATION NUMERIC 16 4 CURRENTf' YR. DEPRECIATION NUMERIC 14 2 # OF MONTS ACCUMULATED DEPR. NUMERIC 3 0 TOTAL ACCUMULATED DEPR. NUMERIC 14 2 REMAINING AMOUNT NUMERIC 14 2 UTILIZING CONTRACT WITH SEMINOLE COUNTY PURSUANT TO RFP NO. 457-98/]VP ITEM: Inventory, Valuation, and Bar -Coding of Property DEPARTMENT: Finance TYPE: Short Term REASON: The Finance Department is in need of implementing a new Fixed Asset software package and identifying the assets currently owned by the City. The implementation of this new package will allow the City to be in compliance with OMB Circular A-133 which requires property purchased with Federal Grant money to be separately identified and tracked. RECOMMENDATION: It is respectfully recommend that the City Commission authorize the use of an existing Seminole County Contract pursuant to RFP No. 457-98/JVP, and further authorize the City Manager to negotiate and execute a contract with Valuation Resource Management, Inc., (VRM), in an amount not to exceed $50,000.00. Funding is available from the Finance Department, Accounting Division, Account Code No. 001000.260201.6.270. AwardIssueUP 99- 582 • TO: Honors Mayor and Members of the ty Commission FROM: I onald H. Warshaw City Manager RECOMMENDATION: • CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: `j'Jj 35 SUBJECT: Resolution Authorizing VRM to Perform Inventory of City's Tangible Property REFERENCES: ENCLOSURES: FILE : It is respectfully recommend that the City Commission approve the attached resolution, authorizing the City Manager to negotiate and execute a contract with Valuation Resource Management, Inc. (VRM) to conduct an inventory, valuation and bar-coding of all tangible property of the City of Miami, Florida, under an existing Seminole County Contract (RFP-457- 98/JVP) in an amount not to exceed $50,000.00. Funding is available from Account Code Number 001000.260201.6.270 (Professional Services — Other). BACKGROUND: The Finance Department is in need of implementing a new Fixed Asset software package and identifying the assets currently owned by the City. This need has also been identified by the City's external auditors and documented in the City's Single Audit and the City's Management letter. The implementation of this new package will allow the City to be in compliance of OMB Circular A-133 which requires property purchased with Federal Grant money to be separately identified and tracked. DHWBH/JAW/ss cc: Bertha Henry, Assistant City Manager Julie A. Weatherholtz, Finance Director M 99- 581 0 CITY OF MIAMI, FLORIDA TO Judy Carter Director FROM: Luie L. Brennan Director INTER -OFFICE MEMORANDUM DATE: June 29, 1999 SUBJECT: Budget Approval REFERENCES ENCLOSURES FILE: The Office of Management and Budget has reviewed the Finance Department, Accounting Division, Account Code 001000.260201.6.270 and hereby verifies that $50,000.00 is available to cover the cost of VRM, Inc. inventory, valuation, bar-coding of all tangible property of the City of Miami, Florida. Approved: __�&' Luie L. rennan, Director Office of Management and Budget SS/ss City of M_ I I Managenwnt & euelgst Dab Amount of $ c G b available In wxount number: WIffited by: SIGNATURE 99- 582 Valuation Resource Management, Inc. -V -NT 2675 F.i;es F'n-v 2 i • /}'!zc,ta. GA 30339 • 'r70 432.2626 • 1-800-876 66o*? • FAX 770.432-23a4 uesday, June 29, 1999 Ms. Catherine Graham City of Miami - Department of Finance Miami Riverside Center 444 SW 2nd Avenue Miami, FL 33130 Dear Catherine, Thank you for your continued interest in Valuation Resoutce MAnugemeng Inc. (VRAI). Based on the revised building listing that you have forwarded to -ne, I have included a fee estimate for providing the City of Nfiami with detailed inventory, tagging, and appraisal services. The proposed services and prices are directly comparable to those found in our contract with Seminole County. Our proposed services and fees for, the City of Miami are equal to, or better, than those offered and provided to Seminole County. Based on previous discussions with the City, VIZM's proposed services include: L 11V' MNW0RY. TAUdEM& YA UATIIJN S.ERVTCES • Capitalized Equipment VRM will conduct a physical inventory of all moveable machinery & equipment are, licensed vehicles with an original cost of $750 or more and a estimated useful life of more than one year. VRM will record the existing asset tag number for reference purposes and will also apply a new bar code tag. Information such as description, manufacturer, model, serial number, etc. will be recordcd. • Critical Equipment In addition to all capitalized equipment, all printers, VCR's, TV's, and video cameras will be inventoried and tamed regardless of cost. VILM will also record existing asset tag numbers, apply a new bar code tags, and information such as description, manufacturer, model, serial number, etc. for critical control assets. • Minor Equipment All minor assets (tables, chairs, file cabinets, etc.) can be accounted for in two different ways. The first option, called the "modeling" approach, is used to determinc the total value of minor assets for each building. NrRM has an extensive database, which was developed using the data from the thousands of inventories we have conducted in the past. Bascd on each building's occupancy (City Hall, Fire Station, Library, etc) we apply factors to determine a total ti-alue of all minor equipment in each building. The second option for accounting for minor equipment is called the "grouping" approach. Under this approach VRM 4ill physically count each lot of minor equipment by room and report the quantities, descriptions, and values. I nacre pmided fie estimates for bath optioas on the fee schedule. Cq C+® Atlas),0 • -3Qvcdy Hills • Sor V:' ack,.Orlvdie • Los Angeles 1 Jliami Miiwa.lkte - Yo,neap,;,, t'hi'ac,�i 1i1 u • .''icb r,i' • R Ch:rr,nd • San 'Diego • San fran':isfa • Seattle 2"-d q0/ZO d 39Z-1 bVSZZE1 L :H04i 3B:9t So, U Nfif ' 0 ® I)ata Match Upon completion of the inventory, VRM will conduct a data match (matching the old tag number to the new bar code number) to pull over any existing information (acquisition date, acquisition cost, purchase order number, etc.) d-ie City would like included in the asset record. NOTE: Our harmony and tug ing estimates were calculated based on candudbg the in e&0 y at select tocatsons- !sited ort the updated properly Y,-4,qg. The A- aolwilw Bayside Center, Coconut Gmw Conuen.60n Center, Dinner Key Locations, James Knight Center, Orange Botvl, and all "NT" locations were excluded when calmlutartg ow- inventory erd,.rates. Based on the property listing ,ve estimate that approxrt,tately 1,250,000 square feet hill need to be iwentoried. 11. BUILDINGAPA.RAISAL SEW k7rM As an option, VRM will also appraise all City -owned bui d n s. The buildings will be carefully inspected and measured by VXM personnel and an identifying description of each building will be developed and recorded. Basic construction components will be identified and valued. .Ti he property address, property name, building name, occupancy, construction classification, year of construction, condition and square footage will also be listed for each building. NOTE: Our building gbprW7 al sen ice estimates ;harp calculate,, based on appraising each structure, exdredlitg the !cased locations, listed ort the updated properly listing and the James I. Khtg Law Errforrexent Center. Based on the ptbpe►ty iUhjq rve estivate that a totai of 70 buddin,gs wild need to be appraised. III. A,DDI?'IONAL PRODUC7"S do SERVICES • Bar Code Tags VXNI offers two types of bar code tags -- coated polyester and annodized aluminum. Coated polyester tags are the most commonly used tags in the fixed asset industry. They may not appear to be as durable as aluminum tags but they are much more difficult to remove (depending on the surface). :kiuminum tags are less flexible and come off in one piece when removed_ VRM generates the coated polyester tags internally and outsources ffie production of annodized aluminum tags. Master Data File VRM will provide the City with a data file of the inventory. The data will be provided in a standard comma delimited ASCII file on a 31/2 inch diskette or CD-ROM. • Policies & Procedures Manual VRM will prepare a customized Policies & Procedures Manual for the City which will provide instructions for recording property additions, retirements, transfers arid other property changes. VRM will review the City's policies and procedures, make recommendations, and develop a manual that can be used as a point of reference for maintaining the City's fixed asset database. 1�q-d ti0/f0 d 99Z-1 tYfZZf90�1 :WU8 lf:91 66, 6Z Nrr EST TIMA TED FEE BREAKDO WIV Based upon our understanding of the City's requirements and the level of professional skills necessary to complete this project, our fee estimates are as follows: I. Ir+'T'ENTO.I K TAGGING, & iTALUA?'Ia7N SLo`1I VICES • Inventory of all Capitalized Machinery & Equipment ($750+) $ 16,000 - 5 18,000 • Inventory of designated Critical Machinery & Equipment $ 2,500 - S 3,000 • "Grouping" of Minor Equipment By Room $ 6,500 - $ 7,5D0 • `%fodchnig" of Minor Equipment By Building $ 550 - $ 750 • Data Match Service $ 1,500 - $ 29000 Note.- The City YYN only need one of Me "Gmtoifg"or "Imodeliug" ,vtetbods, both senxces are not needed. Il. BLLUPLKG— APPRAISAL 5ERV Off • Appraisal of all Buildings $13,000 - $14,000 fll. A ITTONAL AROnr— SR- YICR'S Bar Code Tags (available in rods cif 1,000) > Coated Polyester Tags $ 100 / roll > Annedized Aluminum Tags $ 20D / roll • Master Data File $ 500 • Policies & Procedures Manual $ 900 Pleasc note that this is a fee estimate only and that it should not be construed as z formal quote. If desired, I would be happy to provide a detailed proposal outlining our services including fixed fees in the future. If you have any other questions. would like more information, or desire a `orrnal proposal please contact me at (800) $76-6607. Thanks again and I look forward to speaking with you in the future! Sincerely, VAL".T.iaNRESO/ MANAGE'MENTo INC. --, Kory C. D gs SE Region Manager Cc: M Julie Weatherholtz M . Scott Simpson r. Tel Bhandari 99- 582 1VV-� q0/H d 99Z-i lVeZ pUl :00H 96:01 56, 6Z Nnr I( TEJSB9904FA CITY OF MIAMI FINANCE DEPARTMENT L OF CITY OWNED OR LEASED BUILDINGS FOR FIXED ASSETS 6/17/99 10:40 AM 0 ABBREV. # BUILDING NAME ADDRESS - City \ Leased SIZE CC -BA CC-CG CC-DKB CC-DKM 1 -- 2 3 4 MIAMARINA -AT- BAYSIDE COCONUT GROVE CONY. CENTER DINNER KEY BOATYARD DINKRINA NEREY MA JAMES L KNIGHT CENTER MANUAL ARTIME CENTER (2 Bldgs) MARINE STADIUM MARINA ORANGE BOWL STADIUM WATSON ISLAND(Bldg) STEPHEN P. CLAR_K CO_M_M_U. 401 BISCAYNE BLWD 2700 S. BAYSHORE DRIVE 3500 PAN AMERICAN DRIVE 3500 PAN AMERICAN DRIVE 400 SE 2nd AVE 900 SW 1st STREET 3601 RICKENBACKER CSWY 1501 NW 3rd STREET 1040 McARTHUR CSWY 1550 NW 37th AVE 1313 NW 36 ST. 2nd Floor 714,304 192,094 98,000 C C C C 3,189 CC-JK CC -MA CC -MS CC-OB CC -WI CD -SC _ CD-WF 5 6 7 8 9 10 C 410,000 C 23,000 C 90,000 C 400,000 C 16,340 C 1,000 '11, _BUILDING WORKFORCE DEVELOPMENT CITY 12 CITY HALL _ _ _ _ `_ _ FIRE STATION 1 — FIRE STATION 2 FIRE STATION 3 FIRE STATION 4 FIRE STATION 5 FIRE STATION 6 FIRE STATION 7 FIRE STATION 8 FIRE STATION 9 FIRE STATION 10 FIRE STATION 11 FIRE_ STATION 12_ _ _ _ FIRE RESCUE ADMINISTRATION_ 3500 PAN AMERICAN DRIVE C 45,048 FR-01 FR-02 FR-03 13 144 NE 5 th STREET C 26,575 14 15 1985 N MIAMI AVENUE 1103 NW 7th STREET 1105 SW 2nd STREET 1200 NW 20 th STREET C 12,420 C C 5,556 11,650 F_R-04_ 16 FR-05 17 C 12,566 FR-06 18 701 NW 36 STREET C C C C 12,420 FR- 77 19 314 BEACOM BOULEVARD 2975 OAK AVENUE 69 NE 62nd STREET 15,503 12,420 11,634 FR-08 20 FR-09 21 FR-10 22 4101 NW 7 STREET C 6,852 FR-11 23 5920 W. FLAGLER STREET C 5,602 FR-12 24 25 1455 NW 46 STREET_ _ 1100 NW 7 STREET _ C C FR-AD _ _4,202 24,854 FR-TC 26 - FIRE TRAINING CENTER 3425 JEFFERSON STREET C _-_ 33,929 GSA 27 _ GENERAL SERVICES ADMINISTRATION 1390 NW 20th STR_E_ET____ C 66,342 MRC 28 MIAMI RIVERSIDE CENTER (ADMIN BLDG) 444 SW 2ND AVE _ C 199,537 1-43- L- NT--raS-- SEOGONIJ - I ZG - NT-HEEAST-L+NI C LJ 5 SW8 �`T�CC - NT-HW .. _. -.35- WEST_ LITTLE HAVANA-VET GE -ER--- 2200-WE-SvTv-F�_�itT NT-LH----- -36 -E-HAfTI-NET-&VG-C-EWER- N - MODEL-QT-Y NT-0 BV / — NT---W -Nili0OD-/�-4 yr T—E-R AICT C\ G GcN ,01��Y�Y+�inwa 6 ET �+�p�tTT n /-19T'TT — PK 42 DAY CARE OFFICE BAY RE DRIVE C DAY CARE SHENANDOAH C Ld43 44 ALLAPATTAH -COMSTOCK PARK 1700 NW 28 STREET C 4, 45 ATHELIE RANGE PARK & POOL 525 NW 62 STREET C 5,380 /A)G-F�cc'� C�4SLO ra f�c, coy' Page 1 c r J TEJS69904FA CITY OF MIAMI FINANCE DEPARTMENT LI i OF CITY OWNED OR LEASED BUILDING` FOR FIXED ASSETS 6/17199 10:40 AM ABBREV. # BUILDING NAME ADDRESS City \ Leased SIZE PK-AS PK-BR PK-CG PK-CR PK-D_G PK-DR PK-EA PK-ET PK_ -EV �r PK_-FI 46 --- 47 48 49 50 AFRICAN SQUARE -- --- BRYAN PARK CORAL GATE PARK CURTIS _PAR_K COMPLEX ____ -------- ___ DOUGLAS PARK DORSEY PARK ARMSBRISTER, ESTHER MAE PARK EATON PARK DAYCARE CENTER — --- - - - _ ... - - ----- - - -- ELIZABETH VIRICK PARK ELIZABETH VIRICK GYM FERN ISLE PARK _ 1466 NW 62 STREET --- --- --S - EE --- 2301 SW 13 STREET 1415 SW 32 AVENUE 183_6 N_W_22 PLACE _ 2901 SW 22 AVE 1790 NW 1 AVE 4000 GRAND AVENUE 6015 NE 4 COURT -- - - - ---- — 3255 PLAZA STREET 2600 BAYSHORE DRIVE 9,670 C C 2,025 C 2,535 C 11,519 C 2,753 51 52 53 - - - 54 C C C 3,750 7,822 C - - .15,200 55 56 2201 NW 11 STREET C 625 _ P_K-GH 57 GRAPELA_ND_HEIGHT_ PARK------.----_ — HADLEY PARK HENRY REEVES PARK _ _ _ KIRK MONROE TENNIS COURT KINLOCH PARK _ _ _ _ LEGION MEMORIAL PARK_ , 1550_NW_37th AVE 1300 NW 50 STREET 6_00_NW_10 STREET _ 3120 OAK AVEE - 455 N_W 47th AVE C- 16,900 PK-HD PK-H_R_ PK-KM PK-KN 58 C 6,300 59 60 61 C 6,329 C C_ 306 2,728 P_K-LM_ 62 6447 NE 7th AVE C 9,558 63 _ MORNING_SIDE PARK/POOL/ TENNIS CT._— _ 5215 NE_7 AVE C_ 1,000 _PK-MN PK-MR _ 64 MOORE PARK\POOL\TENNIS COURT 1765NW _ _ _ 3_6th _STREET _ _ _ C 31,263 PK-OP 65 1149_NW_11th STREET_ L/j 79,011 PK-RK 66 KING HIGH PARK 7025 FLA_GLER STREET 4,380 PK-SH _ROBERT _ SHENANDOAH PA_RK_\_P_O.OL\_TEN_N_IS\_D_AYC SIMPSON PARK GIBSON PARK \ POOL _W. 2111 SW 19 ST_E_ _C C 15,900 _ PK-SM _67 68 55 SW 17th ROAD _ C _ 2,182 PK-TG 69 404_NW 14th_ST_R_EET_ C 4,726 PK-VK 70 _ _ VIRGINIA KEY BEACH RICKENBACKER CSWY C 2,750 PK-WE 71 WEST END POOL & PARK_ 250 SW 60 AVE C PK-WL 72 _ _ WILLIAMS POOL\ PARK 1717 NW 5th AVE 2651 BRICKELL AVE C C 1,323 PK-WN 73 _ WAINRIGHT PARK LICE MINI STATION_ AT_BAYSIDE PO -BY_ 74 BAYSIDE MARKET PLACE C PO-DW 75 POLICE MINI -STATION DOWNTOWN_ 190 NE 3rd STREET . C _ 800 PO-EO 76 _ EDGEWATER MINI POLICE STATION 2415 BISCAYNE BLWD. C, _ 1,600 PO-LH 77 POLICE MINI STATION LITTLE HAITI 401 NW 71st STREET L ; PO -MA 78 MARINE PETROL 1001 McARTHUR CAUSWAY PO -NO 79 POLICE NORTH 1000 NW 62nd STREET L ) 24,437 i PO -OM 80 POLICE MINI STATION OMNI 391 NE 15th STREET C PO -RV 81 POLICE MINI STATION RAINBOW VILLAGE 2132 NW 3rd AVE L -�---' PO -SO 82 POLICE SOUTH 2200 W.FLAGLER STREET C 16,546 PO-TP 83 MOUNTED PETROL- STABLE 7900 SWAO ST.(TROP PARK) C PP -HQ 84 POLICE CENTRAL (HEAD QUARTER) 400 NW 2nd AVE C 128,127 = PWM� 85 PROPERTY MAINTENANCE 1975 NW 12th AVE C PWO 86 PUBLIC WORKS OPERATIONS 1290 20th STREET C — SWO 87- SOLID WASTE ADMIN BLDG. 1290 NW 20th STREET C oe 12,100 88 89 90 Total Square Footage 2,927,929 �7 ToTF C �JZT 70 14 0 Page, 99-- 592 B.C.C.-SEMINOLE COUNTY, FL ALL BIDS ACCEPTED BY SEMINOLE COUNTY ARE SUBJECT TO THE COUNTY'S TERMS CONDITIONS AND BID TABULATION SHEET ------------- -- --- ---- -- -- --- - ANY AND ALL ADDITIONAL TERMS AND CONDITIONS SUBMITTED BY THE BIDDERS ARE REJECTED POSTING TIME/DATE: AND SHALL HAVE NO FORCE AND EFFECT. BID DOCUMENTS FROM THE VENDORS LISTED HEREIN - - - - -- -- FROM: 12/27J98 ARE THE ONLY BIDS RECEIVED TIMELY AS OF THE ABOVE OPENING DATE AND TIME..ALL OTHER BID - - -- -------- - - --- -- --- -- -- -- -- - ... - --- - UNTIL: DOCUMENTS SUMBITTED IN RESPONSE TO THIS SOLICITATION, IF ANY, ARE HEREBY REJECTED Page 1 of 1 AS LATE. BID NO.: RFP457-98/JVP RESPONSE -1- RESPONSE -2- RESPONSE -3- RESPONSE -4- FOR: Inventory,Valuation & Barcoding Valuation Resource Mgmt, Services 2675 Paces Ferry Road Ste 215 PT/DIV: F/S-Purchasing & Adm.Serv./Risk Mgmt. Atlanta, Ga 30039 OPENED: 12/18/98 Ph: 800-876-6607 ITEM DESCRIPTION Building Valuation Services $ 10,945.00 Replacement Valuation Services for assets under $750.00 $ 950.00 Annual Update of Building Valuation per year for years 2-5 $ 675.00 _ _ ------ First Time Detailed Inventory Sevice of Assets over $750.00 $ 15,900.00 Bar Code Tagging Service per asset Annual on Site Re -Inventory Service per year for years 2-5 $ 8,775.00 #of days to complete the asset inventory and provide reports 40 days -— -- — ---- --- --- - _.. - # of days to complete the building valuation services and provide repo-----rt-s— -40--days------- Opened BY: Jacqui Perry Tabulated by _Jacqui Perry Recommendation of Award: r ) --------------- -OEMw DAM t-Jr1.A9"-7,F? INITIAW: _ / MEMORANDUM December 22, 1998 TO: FROM: i SUBJECT: Kelly Loll, CPM Purchasing Manager Linda Eiland Risk Management Pat Parker Property Records Jacqui Perry,CPPB Sr. Buyer Request for Recommendation of Award RFP-457-98/JVP is r 22 i Transmitted herewith is the bid tabulation sheet and a copy of each bidder's submittal. Please review the tab sheet and bids thoroughly and forward your recommendation for award to Purchasing by January 5, 1998. Please use the bottom section of this memo for your response. Call me at extension 7114 if you have any questions Z3 : cm - v _ Recommended Award / Comments: — Award to: Valuation Resource Management r Comments: Account # 501-010504-53031000 Kelly Lot/Linda Eiland users 1RFP-457\whowins.doc Date C-, n = 582 ® is OFFICE OF MANAGEMENT AND BUDGET SEMINO ff COUNTY _caicA•s NATURAL cHoicE PURCHASING DIVISION February 4, 1999 Valuation Resource Management Inc. 2675 Paces Ferry Road Suite 215 Atlanta, GA 30039 Subject: Notice of Award — RFP-4571JVP Services related to the Inventory, Valuation and Barcoding of all tangible property of the County of Seminole. You are hereby notified that by action of the Seminole County, Board of County Commissioners, on January 26, 1999, you have been awarded a Contract for the above referenced project. Accompanying this letter is one (1) copy of the Contract Documents for your execution. You are required to submit the executed contract within ten (10) days of receipt of said contract. The Contract documents are not to be dated. Seminole County will date them upon execution. A Certificate of Insurance listing Seminole County, Board of County Commissioners, as additionally insured is required, with a 30 day notice of cancellation. Please submit a copy of the certificate of Insurance with the executed agreement. Upon submission and acceptance of all required documentation, a fully executed contract will be furnished to you. Please be advised that no work shall commence on the site until a Notice to proceed has been issued. We look forward to working with you. Sincerely, Jacqui Perry Sr. Buyer Enclosure (1) 1101 EAST FIRST STREET SANFORD FL 32771-1468 TELEPHONE (407) 321-1130 EXT 7116 FAX (407) 330-9546 9 9 - 5821 "'Valuation Resource Management, Inc. Atlanta 9 Beverly Hills 9 Dallas * Denver 9 Milwaukee * Minneapolis * Philadelphia * Seattle & Vancouver B.C. May 20, 1999 Ms. Catherine Graham, Chief Accountant City of Miami - Department of Finance Miami Riverside Center 444 SW 2nd Avenue Miami, FL 33130 Dear Catherine, I have enclosed a copy of the Seminole, County contract at your request. Hopefully you received all 28 pages of the fax. If you have any questions or would like 44 LdOgal information feel free to contact me. I can be reached directly at (800) 876-6607 or vif e-Q1 at korydogs @msn.com. Good luck with the piggyback process! P Sincerely, VALUATIONR'EP� ory . Dogs SE gional Manager'.'. 4 ENT, INC. 2675 Paces Ferry Road NW, Suite 215 Atlanta, GA 30339 770-432-2626 * 1-800-876-6607 * FAX 770-432-2344 9 9-- 582 By: Signature �j Date: �. PRICE PROPOSAL FORM RFP457-98/.TVP SERVICES RELATED TO THE INVENTORY, VALUATION AND BARCODING OF TANGIBLE PROPERTY OF THE COUNTY OF SEMINOLE, SANFORD, FLORIDA. In accordance with the specifications indicated in the RFP, the undersigned Proposer hereby submits the following for providing Seminole County with the required services. The undersigned Proposer accepts all terms and conditions as stated herein, and agrees to comply with all laws, State of Florida regulations and other factors affecting this project. The Pivpvbec ;tr-tifits that this proposal is based upon all conditions as listed in the proposal documents and that has made no changes in the proposal document as received. The Proposer further proposes and agrees, if his submittal is accepted, he will execute an appropriate agreement for the purpose of establishing a formal contractual relationship between him and Seminole County, Florida, for the performance of all requirement to which this proposal pertains. SERVICES RELATED TO THE INVENTORY, VALUATION AND BARCODING OF TANGIBLE PROPERTY OF THE COUNTY OF SEMINOLE, SANFORD, FLORIDA- ALL PRICES SPECIFIED BELOW IS FIXED FEE UNLESS OTHERWISE STATED AND MUST INCLUDE AIL EXPENSES. Building Valuation Services: $ Replacement valuation services for assets under $750.00 : q a� Annual update of building valuation per year for years 2-5: S C -i i: " 1' rya - First Time Detailed Inventory Service of assets over 5750.00 S ; 5, Bar Code Tagging Service per asset $ 0 Annual On Site Re -inventory Service per year for years 2-5$ # of days to complete the asset inventory and provide reports: # of days to complete the building valuation services and provide reports: 40 AIR Service tees mast be clearly delineated. Goss a @*seems Gas use ads amass asses sage age awe ago a a a a amass so a eggs so Downs ass assess PROPOSAL SUBMITTED BY: Name of the Firm(s), Corporation, or Individual Title: l - 14 99- r,,82 Kam; SECTION V. OTHER ATTACHMENTS A. RFP ATTACHMENTS: • Disputes Disclosure Form (executed) • Conflicts of Interest Statement (executed) • Addenda B. VRM ATTACHMENTS: • Professional Qualifications • Sample Reports • Clients Served • File Layout - 19- �R V� M� 99- 582 \. R VALUATION RESOURCE V M MANAGEMENT, INC. Professional Qualifications S - ® " R luation Resource Management, Inc. V M PROFESSIONAL PROFILE Professional Profile of -Nit. William N. Jaeger, ASA Page -2- PU BLICATION S: "Establishing a Fixed Asset Management System" Govemment Finance Review "Establishing Insurable Values Utilizing A Model Approach" American City and Coun magazine Authored four chapters on fixed assets for the Governmental Finance Officers Association publication on fixed assets dealing with inventorying, lifing, coding and depreciation Seminars on various appraisal topics such as fixed asset management and insurable value for the National Association of College and University Business Officers, the Society of Property Administrators, the Governmental Finance Officers Association and the Association of School Business Officials Speaker at 1995 Southeastern ASBO Regional Convention EDUCATION: Waukesha County Technical Institute, Waukesha, WI A.A. - Real Estate PROFESSIONAL AFFILIATIONS/DESIGNATIONS: American Society of Appraisers (ASA), Senior Member Risk Insurance Management Society (RIMS) Public Risk Insurance Management Association (PRIMA) American Water Works Association (AWWA) National Association of Counties (NACo) Government Finance Officers Association (GFOA) Canadian Risk Managers Association ®Valuation Resource Management, Inc. V M PROFESSIONAL PROFILE WILLIAM N. JAEGER, ASA PRESIDENT AND EXECUTIVE -IN -CHARGE William (Bill) N. Jaeger, ASA, is president and executive -in -charge of Valuation Resource Management, Inc. (VRM). In, 1985, Mr. Jaeger was designated an accredited senior appraiser (ASA) by the American Society of Appraisers in Technical Cost Surveys —Machinery & Equipment and was re -certified in 1990,1995 and 1998. The ASA designation is the highest appraisal designation attainable from the Appraisal Society. Mr. Jaeger is regarded by his peers as a leader in the appraisal community. For 18+ years he has specialized in the valuation of real estate, machinery & equipment, building service systems, unique and monumental structures, utilities and infrastructure type assets. Mr. Jaeger has been directly involved in over 500 appraisal projects including valuations for fair market value, fair rental value, replacement/reproduction cost analvsis, lifing studies and fixed asset valuations. Mr. Jaeger has been called upon as an expert witness, giving testimony before the State of Colorado. His testimony was used to define fair rental value conclusions, construction cost estimating and depreciation analysis that helped establish the guidelines and procedures in the appraisal of nursing homes for the State of Colorado. With his proven expertise in the valuation of electrical, water and wastewater treatment facilities, Mr. Jaeger was retained by the Australian Government to provide a quality audit and fixed asset study for the Engineering and Water Supply Division. The study involved water and wastewater property, infrastructure, property control and estimated useful life of water and wastewater treatment equipment. Mr. Jaeger has served as engagement manager for hundreds of appraisal projects including multidiscipline, multiregional engagements. He has authored articles, given numerous speeches and conducted training classes regarding appraisal issues. 99- 582.- R • V M KORY DOGS DISTRICT MANAGER �(aluation Resource Management, Inc. ® PROFESSIONAL PROFILE Kory Dogs is the District Manager of Valuation Resource Management, Inc.'s Southeastern Region headquartered in Atlanta, Georgia. Mr. Dogs is responsible for developing business and managing VRM's accounts in the Southeastern Region. Mr. Dogs has served as both Project Manager and Contract Manager for clients throughout the United States. The projects he has served on have included the valuation of land, land improvements, buildings and building service systems, water and wastewater treatment facilities, electrical co -generation facilities infrastructure and machinery & equipment. Mr. Dogs has extensive experience in the inventory of assets and the valuation, review, and quality assurance of services provided to our clients. He has had an article published in Georgia County Magazine on fixed asset inventories and is well versed in the procedures used to value machinery & equipment, buildings, and building service systems. His clients use the results of our investigations to achieve audit compliance with Geneially Accepted Accounting Principles (GAAP) and Governmental Accounting, Auditing and Financial Reporting (GAAFR). Our findings are also used as a basis for projecting capital asset improvements and replacement, and to assist in the planning and budgeting processes. Mr. Dogs has been involved in the appraisal of numerous entities. Recent engagements served by Mr. Dogs include: ♦ City of Savannah, Georgia ♦ City of St. Petersburg, Florida ♦ City of Houston, Texas ♦ City of Homestead, Florida ♦ Monroe County, Florida ♦ Leon County Government - Tallahassee, Florida EDUCATION: Cardinal Stdtch College, Glendale, WI BA - International Business PROFESSIONAL AFFILIATIONS/DESIGNATIONS: American Society of Appraisers - Candidate Member S9- 582" R • ® Valuation Resource Management, Inc. V M PROFESSIONAL PROFILE DEAN RONDORF REGIONAL APPRAISER MANAGER Dean M. Rondorf is a Regional Manager with Valuation Resource Management, Inc. (VRM). Mr. Rondorf is based on the Eastern Regional office, located in Atlanta, Georgia and is responsible for project management, production, review and quality assurance of valuation services provided to clients of VRM. Additionally, he is responsible for the training and development of staff, and for property accounting manual guidelines. Mr. Rondorf has specialized in the appraisal industry and has actively served both the public and private sectors. Mr. Rondorf has expertise in the valuation of buildings, building services systems, land, land improvements, utilities and machinery & equipment. He is well - versed in Generally. Accepted Accountings Principles (G-A.AP) rules as they apply to governmental and educational entities. Mr. Rondorf has provided appraisal services to public sector clients of various size and complexity and he has acted as project manager on numerous engagements. . He has conducted valuation studies that have been used to identify and create programs for efficient property- utilization and control, and to customize inventory procedures for software linkage with existing software. Mr. Rondorf's appraisals are also conducted for reconciliation of assets to their documented acquisition costs and dates. Recent engagements in which Mr. Rondorf has served include: ♦ Milwaukee Metropolitan Sewage District, Wisconsin ♦ D.C. Government ♦ Starwood Lodging Corporation ♦ Association of County Commissioners of Georgia ♦ Maine County Commissioners Association, ME EDUCATION: University of Wisconsin —Green Bay Bachelor of Business Management PROFESSIONAL AFFILIATIONS/DESIGNATIONS: American Society of Appraisers (ASA)--Candidate Member 99- 582 a. R V M STEVE J. MARTIN APPRAISER Valuation Resource Management, Inc. PROFESSIONAL PROFILE Steve Martin is an Appraiser with Valuation Resource Management, Inc. (V -N�. He is responsible for inventory- of assets, costing, review, and quality assurance of valuation services provided to clients.. Mr. Martin is well versed in the appraisal of land, land improvements, infrastructure, utilities buildings and services, and machinery and equipment. The results of his appraisal investigations are used by our clients to achieve audit compliance with Generally Accepted Accounting Principles (GAAP) and Governmental Accounting, Auditing and Financial Reporting (GAAFR). Additionally, his findings are used as a basis for projecting capital asset improvements and replacement, assisting in the planning and budgeting process, and for the placement of property insurance and proof -of -loss documentation. Prior to his employment at VRM, Mr. Martin owned and operated an established restoration business in the Minneapolis/St. Paul area of Minnesota. He restored older properties, both commercial and residential. Mr. Martin specialized in the Victorian and Arts & Crafts style of architecture. He subsequently bought and operated an antique restoration workshop primarily concerned with appraising both real estate and antiques. Mr. Martin has participated in the appraisal of religious entities and municipal properties including utilities. Recent engagements in which he has served as a staff specialist include: ♦ Florida Conference the United Methodist Church ♦ City of Avon Park, Florida ♦ City of Kissimmee, Florida ♦ City of Oakland Park, Florida ♦ City of Shelby, Ohio EDUCATION: Gustavus Adolphus College St. Peter, Minnesota Bachelor of Business Masters in Psychology �- ;j82 Valuation Resource Management, Inc. R V M PROFESSIONAL PROFILE WADE THURMOND APPRAISER Wade Thurmond is an Appraiser with Valuation Resource Management, Inc. (VRM). He is responsible for inventory of assets, costing, review, and quality assurance of valuation services provided to clients. Mr. Thurmond is well versed in the appraisal of land, land improvements, infrastructure, buildings and services, utilities and machinery and equipment. The results of his appraisal investigations are used by our clients to achieve audit compliance with Generally Accepted Accounting Principles (GAAP) and Governmental Accounting, Auditing and Financial Reporting (GAAFR). Additionally, his findings are used as a basis for projecting capital asset improvements and replacement, assisting in the planning and budgeting process, and for the placement of property insurance and proof -of -loss documentation. Prior to his employment at VRM, Mr. Thurmond served as the Superintendent for a commercial construction company located in Lilbum, Georgia. His responpibilides included inspecting construction sites, Cost estimating, Building design, and managing employees and subcontractors. Mr. Thurmond has participated in the appraisal of educational entities and municipal properties. Recent engagements in which he has served as a staff specialist include: ♦ Florida Conference the United Methodist Church ♦ Jefferson Parish, Louisiana ♦ Association of County Commissioners of Georgia ♦ City of St. Petersburg, Florida EDUCATION: Georgia State University, Atlanta Bachelor of Business Administration-1991 Emphasis: Real Estate PROFESSIONAL AFFILIATIONS/DESIGNATIONS: American Society of Appraisers (ASA)—Candidate Member 99-- 582".. • 0 VALUATION RESOURCE MANAGEMENT, INC. Sample Reports 99- 582 111"1996 DBU1 BUILDING DETAIL REPORT As of: 10/20/1998 Page: 1 Entity: 4600 MURRAY COUNTY Site: 0001 COURTHOUSE Building: COURTHOUSE 104 SOUTH 3RD AVENUE CHATSWORTH, GA 30705 Department: 00 NA Year Built: 1916 Year Acquired: Nhr. of Stones: 3 Square Footage: Basement: NO Adds/Renovations: Occupancy: GCCH COURT HOUSE Frame Type: JM JOISTED MASONRY ISO Class: 2 JOISTED MASONRY Fire Protection: NONE GENERAL BUILDING CHARACTERISTICS Exterior Walls: BRICK ON MASONRY, Roofing: METAL, ASPHALT SHINGLES Foundation: CONCRETE FOUNDATION WALLS, Floor Finish: CARPETING, TERRAZZO Ceiling Finish: PLASTER, Partitions: PLASTER/STUDS, Services: ELECTRICAL PLUMBING HEATING AIR CONDITIONING Notes: 99- 582 V M Produced by Valuation Resource Management, Inc. 1916 13,212 YES Features: BUILT-INS (CABINETS, LOCKERS, BOOKCASES) COVERED ENTRANCE WAY BUILT-IN SEATING BALCONY ROOF TOP STRUCTURE NATIONAL REGISTER OF HISTORICAL PLACES VALUATION CONCLUSIONS Replacement Cost New: Exclusion Amount: Replacement Cost Less Exclusions: Contents Value: EDP Equipment Value: Restoration Value: Property In The Open: Total Insurable Replacement Cost: 1,550,000 0 1 C60,000 369,900 45,000 2,247,500 0 4.212,400 • I VALUATION RESOURCE MANAGEMENT, INC. Building Details 99- 582 ���� ^i • R VALUATION RESOURCE v M MANAGEMENT, INC. Plot Plans 99- 582 JAIL 51, 23* it-i 18, I VALUATION RESOURCE MANAGEMENT, INC. Risk Maps 0 �o VALUATION RESOURCE MANAGEMENT, INC. Insurance Summary 99- 582 Replacement Cost Valuation Summary By Account R1 Net Replacement Cost Exclusion Amount Replacement Cost a.•, , Building: 600436 VOCATIONAL PORTABLE Account: 600 MACHINERY & EQUIPMENT 4,300.00 0.00 4,300.00 Building Totals Asset Count 3 4.300.00 0.00 4,300.00 Building: 609999 VOCATIONAL PROPERTY IN THE OPEN Account: 100 LAND 0.00 0.00 0.00 Account: 200 LAND IMPROVEMENTS 112,200.00 111,000.00 1.200.00 Building Totals Asset Count 4 112,200.00 111,000.00 1,200.00 Site Totals Asset Count 316 3,338,028.00 111,000.00 3,227,028.00 Site: 67 FYFFE MULTI PURPOSE CENTER Building: 670110 FYFFE MULTI PURPOSE CENTER Account: 300 CONSTRUCTION 396,576.00 0.00 396.576.00 Account: 500 MACHINERY & EQUIPMENT 72,470.00 0.00 72,470.00 Building Totals Asset Count 40 469,046.00 0.00 469,046.00 • Site Totals Asset Count 40 469,046.00 0.00 469,046.00 Report Totals Asset Count 4,647 65,504,566.00 - 990,500.00 64,514,066.00 0 �VVALUATION �. RESOURCE V M MANAGEMENT, INC. Insurance- Detail 99- 582 � 19/22,;ov Insurance Detail Report R3 Site: 13 PLAINVIEW SCHOOL Bldg: 130320 PLAINVIEW CLASSROOMS, CAFE, Acct: 500 MACHINERY & EQUIPMENT loom Dept Asset ID Class Code Qty /--------------- Description --------------/ Model Mfg Code SIN ACQ Date Life Replacement Cost New Exclusion Amt CRN Less Exclusion 43 00 002073 1900 1 SYSTEM, COMPUTER 01/01/85 5 350.00 0.00 350.00 Ile APPLE D5111 WN 43 00 002074 1900 1 SYSTEM, COMPUTER 01/01/85 5 350.00 0.00 350.00® Ile APPLE E224DUWA2S2128 43 00 002075 1900 1 SYSTEM, COMPUTER 01/01/90 5 350.00 0.00 350.00 Ile APPLE 49 00 002076 2100 1 VCR 01/01/95 10 200.00 0.00 200.00 SV2000 68700274 149 00 002077 2100 1 TELEVISION, COLOR 01/01/88 10 300.00 0.00 300.00 SD2799S ZENITH SD2799S 149 00 002078 1900 1 SYSTEM, COMPUTER 01/01/92 5 350.00 0.00 350.00 Ile APPLE E75297PA2S2128 49 00 002079 1900 1 PRINTER, COMPUTER 01/01/92 5 240.00 0.00 240.00 IW II APPLE 129367 49 00 002080 1400 1 SEWING MACHINE, W/CABINET 01/01/96 15 650.00 0.00 650.00 I -49 00 002081 1400 1 SEWING MACHINE, W/CABINET 01/01/96 15 650.00 0.00 650.00 k9 00 002082 1400 1 SEWING MACHINE, W/CABINET 01/01/80 15 650.00 0.00 650.00 G 7d 9 1 0 VALUATION RESOURCE MANAGEMENT, INC. Accounting Summary 09- 5S2 ��M 09122198 Page 1 F1*rty Accounting Summary - All Assets ® Al For Fiscal Year Ending 09/30/98 Fund: 1110 GENERAL FUND Original Accumulated Book Acct Description Cost Depreciation Value 100 LAND- BALANCE SHEET 422.057.32 0.00 422,057.32 200 LAND IMPR- BALANCE SHEET 906,149.06 0.00 906,149.06 300 CONSTRUCTION- BALANCE SHEET 13,376,641.77 0.00 13,376,641.77 500 MACH & EQUIP- BALANCE SHEET 4,481,451.76 0.00 4,481,451.76 Fund Totals Asset Count 3,990 19,186,299.91 0.00 19,186,299.91 Fund: 1320 TRANSPORTATION FUND Original Accumulated Book Acct Description Cost Depreciation Value 600 LIC VEHICLES- BALANCE SHEET 5,004,941.12 0.00 5,004,941.12 Fund Totals - Asset Count 164 5,004,941.12 0.00 5,004,941.12 Fund: 3740 INDIAN EDUCATION FUND Original Accumulated Book Acct Description Cost Depreciation Value 500 MACH & EQUIP- BALANCE SHEET 38.119.26 0.00 38,119.26 Fund Totals Asset Count , 31 38,119.26 0.00 38,119.26 Fund: 4510 TITLE 1 FUND Original Accumulated Book Acct Description Cost Depreciation Value 500 MACH & EQUIP- BALANCE SHEET 128,558.02 0.00 128,558.02 Fund Totals Asset Count 97 128,558.02 0.00 128,558.02 Fund: 5101 USDA FOOD & NUTRITION Original Accumulated Book Acct Description Cost Depreciation Value 500 MACH & EQUIP- BALANCE SHEET 924,323.58 0.00 924.323.58 Fund Totals Asset Count 365 924.323.58 0.00 924,323.58 Report Totals Asset Count 4,647 25,282,241.89 0.00 25,282,241.89 R V , M' V 99- 582 VALUATION RESOURCE MANAGEMENT, INC. Accounting Detail 4 582 • 0 CONFLICT OF INTEREST STATEMENT STATE OF FLORIDA ) ss COUNTY OF w VAL ) Before me, the undersigned authority. personally appeared KotZY C _DO6,S , who was duly sworn, deposes, and states: �/� 1. 1 am the .SF&Ec,Ie�Al MkmA�E of � )girov ) �,r=_ ,> �_F %���Jq�/1�tb ac" local office in _) e_K n N J t U_F FZ and principal office in 13eyE12.t_`t u 1 l e 2. The above named entity is submitting an Expression of Interest forSeminole County project described as: RFP-457-981JVP 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. S. 1 certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of Seminole County. 9. 1 certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with Seminole County. 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify Seminole County in writing. DATED this _ day of .19 t �• Typed Name of Affiant S ��r inrJAt_ M�4AS�iC-�£1e- Title Sworn to and subscribed before me this �D day of tV1 Csz�.v i , 19 . Personally known A,_kr r7, OR Produced identification Notary Public -State of ' ot; c� �G Naary NW, Fuhm Cotr*, owe My commission expires Mr Conwft;:sta+ _ rft ky1y 23, lM (Type of identification) Printed typed or stamped commissioned name of notary p lic) THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL 9 99- 582 • Disputes Disclosure Form Answer the following questions by placing an 'A" after "YES" or "NO". If you answer "YES", please explain in the space provided, or via attachment. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional Z1association within the last five (5) years? YES ❑ NO Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES ❑ NO Z Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES ❑ NO� If yes, state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this project: Project. RFP- /JVP Printed or Typed Name t Date rjE _'FiEG%oNAl. MANAEEtL- Officer Title 8 9 9 _ 1, SECTION IV: PRICE PROPOSAL I - 18- 9 mistakes during the fieldwork portion of the project. In the case of questionable data, an appraiser can review the data that was collected and return to the asset in question the next day to address the concern. VR-NL 1 also utilizes several proprietary software programs to facilitate the inventory, valuation, review, and reporting process. Technology allows VRM to inventory a large number of assets efficiently, accurately, and consistently. The use of the latest technology has been a major factor in our success and quality of sen-ice. G. GENERAL INFORMATION The following conditions are considered standard practice in the performance of our appraisal service and, as applicable, are made a part of this proposal: • All available data and records deemed necessary in the search for coats and historical backgmund should be provided to our appraisal staff. • A list of all assets on loan or off site for repair should be furnished to the appraisal staff. • We will maintain copies of the final reports together with all field notes and working papers in our files for a period of 3 years. If the need arises, these documents will be made available to the County. • VRM =11 render advisory services at no charge to the County and its auditors and insurance representatives regarding the methods used in the appraisal process and the resulting values of the assets appraised • In the event of a property loss involving the appraised properties, VRM will provide the County with current insurable values of the affected areas with no additional charge. This service is available for one year after completion and delivery of the final reports. It will remain in effect on a yearly basis as long as the County uses one of our updating services described in this pmposal. • Under standard billing procedure VRM will invoiceyou during the progress of our warrk. Pmgress invoices mill be issued as follows 90% after completion of the on -site investigation and inventory, and 10% upon delivery of the final reports: Selected hardware and software will be invoiced upon authoritiation. • The invoices are payable upon receipt If the invoices are not paid on a timejbasis, defined as within 30 days of receipt, allowing for normal postal services, we reserve the right to charge interest calculated on the basis of one and one-half percent per month. • Our building appraisal fees are bared on the information provided in the RFP and addendum. We interpreted the information provided as followr. - 76 buildings will require appraisals, and -193 structures will require appraisals, totaling: - 269 total buildings & structures to be appraised - 17- iR E. REPORTS VRM will provide reports to be utilized for external auditing, accountability & control, and insurance reporting requirements. Detail, as well as summary- reports will be provided. The standard reports to be pros-ided will include: • Accounting (Fixed Asset) Summary Represents original cost summaries of capitalized assets only. Costs are totaled by fund and asset type. • Accounting (Fixed Asset) Detail By Building Provides a detailed listing of capitalized assets showing the accumulated depreciation, original cost and current year's provision sorted by building. • Accounting (Fixed Asset) Detail By Division Provides a detailed listing of capitalized assets showing the accumulated depreciation, original cost and current year's provision sorted by division. • Insurance Summary Includes all assets regardless of cost, provides summary totals for cost of reproduction new. This summary report is sorted by location and building. • Insurance Detail Detailed listing of equipment inventoried supporting the insurance summary report. The insurance detail report is sorted by location, building,. and department. • Building Appraisal Reports Individual reports will be provided for each building listing the location, construction information and insurable values for each building/structure appraised. Building detail reports will also include a color photograph of the structure appraised. "To scale" plot plans will also be included. ' Rolling Stock Reports VRM will provide reports that will list all rolling stock sorted by both type and location. (Sample reports are included as an exhibit foryour nvieuv) F. TECHNOLOGY Each of VRM's appraisers utilize laptop computers and handheld data collection devices. The use of this technology brings an unparalleled degree of quality control to a project of this type. By using the latest technology VRM is able to collect, review, and edit data on a daily basis. This process is invaluable because it allows our appraisers to located potential - 16- ��R 9 9 - a82,;v �M\ Our investigation will include the use of various research sources to develop the cost conclusions for each asset or group of assets. These sources include catalogs, phone quotes, price lists, trade journals, magazines, industry publications, technical and pricing subscription services, engineering manuals such as Means, Marshall Swift, Handy Whitman, and E.H. Boeckh. D. TIMING VRM's standard delivery is 60 — 90 days.. An example of a projected timeline for the completion of the proposed project can be seen below. If the County has the need to receive final reports in less than 90 days please contact me so we can adjust our schedule and meet your request. TENTATIVE SCHEDULE OF EVENTS Week 1 - Award of Contract - VRM's Pry ject Planning Begins Week 2 - Start of Fieldwork Weeks 2 — 3 - Fieldwork Conducted Weeks 4 — S - Office Portion of Project (Editing Valuation) Week 6 - Final Stages of Review Completed Weeks 7 - 8 - Job Sent to VRM's Processing Department and Reports Processed Week 9 - Final Reports Delivered NOTE: The work plan provided is intended only to provide an idea of how a standard project unfolds. '%IIL% 's standard delivery schedule is 60-90 days. NT Nf has the staff available to expedite the project if desired. If the County has special delivery needs please contact your local N731M representative to discuss a delivery date. that will meet your requirements. - 15- :R . ��- 582 ,M C. METHODOLOGY Our investigation of the property- will follow generally accepted appraisal practices and will include use of specific techniques necessary to develop a valid and acceptable original cost and current replacement cost values for each item or group of items inventoried. The date of acquisition and useful life -will also be listed. We will determine values by using the following methods: Direct Costing - With this technique we will match a historic cost record to a unit or group of property items. The actual purchase cost and acquisition date will be reported for those assets. • Standard Costing - A standard cost is an estimated cost based on a known average installed cost for a like unit at the estimated acquisition date. The unit's age is estimated based on observed condition, manufacturers name, model, serial number, age of the facility, and other factors. Normal Costing - Where the preceding techniques cannot be employed to apply historical cost, we will estimate cost based on a present cost of reproduction new, indexed by a reciprocal factor of the price increase from the estimated date acquired to the appraisal date. Donated assets will be recorded at fair market value at the time of donation. For assets that have been donated in new or unused condition, the replacement value at the time of donation will be used. This information is available from vendors, manufacturers' price lists or telephone quotes. Assets donated used will be recorded at their estimated fair value. During the course of the inventory and our subsequent valuation research, our appraisers will conduct an investigation to determine original cost and cost of reproduction new, defined as follows: • Original Cost is the amount originally paid to acquire the asset, including such costs as set-up charges, transportation, taxes, engineering and architectural fees, and title insurance. If an asset was donated or bought for a nominal sum, GAAP requires the asset be accounted for at market value as of the date of acquisition. • Cost of Reproduction New (synonymous with the insurance term "new replacement cost") is the amount required to reproduce property in like kind and materials, in accokdance with current market prices for materials, labor and manufactured equipment, contractors overhead, profit, and fees, but with no provisions for overtime or bonuses for labor and premiums for material or equipment, based upon reproducing the entire property at one time. • Exclusion is a provision in an insurance contract describing property, or types of property, that are not covered by the contract. Based upon our review of the insurance form, we will identify those items specifically excluded under terns of the Policy. - 14- v reports will be processed without the missing data. All requests to add the information after reports have been issued are subject to additional report processing fees. TASK 6: Master File Tape Should the County decide to use its own fixed asset software program, VRN1 shall provide a standard comma delimited ASCII file of the completed fixed asset database on a 3-1/2 inch diskette. The file layout is included in this proposal as an Exhibit. VRM's Information Services Group ("ISG") is available to provide additional data import assistance to you or your designated software consultant on a time and expenses basis. The standard rate is $95 per hour plus expenses. Please contact your local VRM representative if you are interested in this service. TASK 7: Annual Re -inventory & Update Service VRM also proposes to provide physical on -site re -inventory services. VRM will physically re -inventory all unit control, tagged assets, utilizing our bar code scanning devices and provide exception reports reflecting the previous year's activity. Prior to starting the re -inventory process, each capitalized addition will be located, tagged, and recorded in our database with the pertinent data (location, fund, etc.). VRM will record the information in the same manner as the original project. All buildings will then be completely re -inventoried using our own bar code scanners. Upon completion of the re -inventory VRM will generate exception reports and provide them to the County. The reports will list all transfers, additions, and potential disposals. We will then ask the County to review the reports to make final determinations on the exceptions. Once the exception reports have been reconciled, all additions, retirements and transfers will be applied and final updated reports will be reissued. Also as part of our re -inventory service, we will provide the County with annual updates for buildings and values from the original project. This service requires the County to provide VRM with a complete listing of any building additions, renovations, or demolitions that occurred in the previous year. VRM will provide the necessary training and forms to ensure that the changes are recorded and reported properly. VRM will process all reported activity and update the buildings affected. Upon completion of the construction update process VRM will apply customized trend factors to the values of all buildings and equipment to reflect their current insurable values. - 13- TASK 2: Building Appraisal Services Our appraisal and research investigation of the buildings will follow generally accepted appraisal practices and will include use of a detailed segregated cost approach to develop accurate and complete construction data and acceptable insurance values. The buildings in our inventory will be carefully inspected and measured by VRM personnel. When available, construction blueprints will be utilized. An identifying description of each building will be developed and recorded. Basic construction components will be identified and valued, including excavation, grading, foundations, framing, floors, roofs, interior construction, building service equipment such as electrical, plumbing, heating, air conditioning, sprinkler, fire protection, alarm systems and related fixed equipment. A color photograph and detailed ."to scale" plot plan will be provided for each structure appraised. The property- address, property name, building name, occupancy, construction classification, year of construction, condition and square footage will be listed on the detail reports for each building. TASK 3: Land Improvement Appraisal Services (pmzided at no additional charge) Land improvements are those assets located outside of a building and particular to a parcel of land including, but not limited to, fencing, lighting, yard equipment and playground equipment. These types of assets are often overlooked when conducting an inventory and appraisal. Because they can make up a reasonable portion of an entity's assets we will inventory, appraise, and record all assets within this classification. J TASK 4: Bar Code Tagging Service Our appraisers will apply new mylar bar code tags to all unit control items and will enter the tag number into the database. The tags to be used will be in a "code 3-9 format." This format will be the format required to conducting a scanned re - inventory. Tags will be applied in a consistent location on like items enabling ease of re -inventory. A sample tag is shown below: PROPERTY OF CITY OF COLUMBIA I IIIQI IIIII If IlI IIIII � III III) IIII 000344 .1 TASK 5: Client Supplied Information Land parcels, licensed vehicles, and mobile communication equipment will be included in the record on the basis of data provided by the County. If the requested information is not received within two weeks of the completion of the fieldwork the - I2- A. PROJECT PLANNING The success of a project of this scope and magnitude depends upon sound planning and project control. VRlIM realizes the importance of establishing a detailed work plan to ensure that all requirements of the County are met satisfactorily. VILM will develop specific guidelines and will establish objectives and procedures as part of the project planning and organization process. The steps VILM will take prior to starting the physical inspection, inventory, & appraisal include: • An initial "kick -of" meeting urith County representatives to review the objectives, procedures and methodologies to be used daring the appraisal process • Consultation with the County's auditors and insurance consultants regarding our services and to address any specific requirements they may have; • Preparation of an inventory schedule, which =11 allow for advance notification of personnel; • Meeting with systems personnel to address fixed asset software and data conversion issues B. SCOPE OF SERVICES A detailed description of the scope of proposed services is included for your review. The proposed scope is as follows: TASK 1: Inventory of Machinery & Equipment Appraisal personnel will inspect, inventory and identify all moveable machinery and equipment including. computer and office equipment, audio -video equipment, and all major furniture, by room within each building for each location. Assets will be inventoried by Unit Control with following guidelines: • Unit Control Machinery and equipment with an original cost of $750 or more, with an estimated useful life of more than one year, will be inventoried and identified individually. Manufacturer, model number and serial number (where available) will be captured for each unit control asset. �' • Group Control Assets with an appraised value less than the unit control threshold will be also recorded and valued using VRM's "modeling" approach. Using this methodology, VRM will provide . a total contents value for all minor equipment found in each building. 9 9- 582 SECTION III: APPROACH TO WORK A. PROJECT PLANNING B. SCOPE OF SERVICES C. METHODOLOGY D. TIMING E. REPORTS F. TECHNOLOGY G., , GENERAL INFORMATION - to- 2 9— 582 sM • City of Homestead, FL • Cit, y of Oakland Park, FL • City of Belle Glade, F-L — • Clty of Cocoa, FL • City of Tallahassee, FL Each of these projects consisted of building appraisal services and/or detailed inventory & bar code tagging services. The delivery of reports for each project averaged approximately 60 days. If you have any questions on any of the projects or would like more information please contact me at (800) 876-6607. N r WE �9- 582 B. VRM'S QUALIFICATIONS VRM was established in 1989 by a group of experienced appraisal professionals committed to creating a national valuation & consulting firm. Today, `RINI is proud to be recognized as the industry leader in providing comprehensive inventory and appraisal services to the public sector. VRM's success and growth can be attributed to our ability to assess, execute, and support each individual client's specific requirements and do so in a timely and cost effective manner. We have the largest and most experienced professional staff in the industry and our staff is comprised of full-time, in-house appraisal persoaneL We guarantee that our services will be provided without the use of subcontractors which assures you that only qualified and experienced professionals will be serving the County. All appraisers at Valuation Resource Management, Inc. are associated with the American Society of Appraisers, one of the most widely noted appraisal and valuation societies in North America. Our conclusions are reports are prepared in accordance with the stringent requirements of the Uniform Standards of Professional ,appraisal Practice (USPAP) and are designed to comply with GAAP, GAAFR, GASB, and various state accounting mandates and insurance underwriting requirements. Our clients are always assured of receiving independent, accurate, and supportable valuations. We truly appreciate the opportunity to submit our recommendations and look forward to working with the County should VRM be the selected firm. C. PAST PERFORMANCE VRM has provided similar services to those being proposed to the County for more than 2,000 entities in the past few years. We are extremely proud of our work history and encourage you to contact any of the clients we have served. We strive to provide the highest degree of service available and to do so at a reasonable cost. To ensure that we address the County's needs, we will spend a great deal of time conducting pre -project planning. This will ensure that the project flows smoothly and in a timely fashion. We strive to exceed each of our client's expectations and ensure that you will be 100% satisfied. If you are dissatisfied with any phase of the project we ensure you that we will directly address any concerns that may arise during the project. Recent projects that we have conducted similar in size and scope in the State of Florida include: • Monroe County, FL • City of St. Petersburg, FL • Leon County, FL -8- R. A. REFERENCES I have included a few references below for your review. Additional references and information is available upon request. .• , Monroe County, FL 5100 College Road Key West, FL 33040 Ms. Donna Perez, Risk Manager (305) 292-4454 X g S -15 L+ VRM provided the County with detailed valuation services on all County -owned buildings and equipment. An on -site investigation included the inspection and appraisal of all buildings and contents. Our conclusions were utilized by the County to address insurance reporting and proof of loss needs. • City of St. Petersburg, FL One Fourth Street North St. Petersburg, FL 33701 Mr. John McCoy, Risk Manag�ement (813) 893-7582 1a'7' e9.2- rJ -31 VRM has just completed a 3 year project to provide the City with detailed appraisal services of designated buildings and contents owned by the City. VRM provided customized reports including photos and plot plans, which the City is using to address insurance reporting and proof of loss needs. Additionally, the City recently extended the contract for an additional 3 years starring mi 1999. ® City of Cocoa, FL 603 Brevard Avenue Cocoa, FL 32922 Ms. Donna Mince, General Accounting Manager (407) 639-7515 VRM conducted a detailed building, equipment, and infrastructure inventory and appraisal for the City. The project included conducting a wall to wall inventory of all capitalized equipment and applying bar code tags to each asset All City -owned buildings and utilities were also inventoried and appraised. Our conclusions were used to address financial reporting and insurance reporting needs. -7- 9J- 58 �.. SECTION 11: OUALIFICATIONS A. REFERENCES B. VRM's QUALIFICATIONS C. PAST PERFORMANCE 99- H. SUMMARY OF LITAGATION There have not been any litigation, claim(s), or contract disputes filed by or against Valuation Resource Management, Inc. within the past five (5) years. Please see the attached Deputes Disclosure Form found as an attachment in Section V of this proposal. I. CONFLICT OF INTEREST STATEMENT Please see the attached Conflict of Interest Statement Form found as an attachment in Section V of this proposal. J. CURRENT WORKLOAD Valuation Resource Management, Inc. has fifteen offices and forty-four appraisers and currently is working on numerous projects throughout the country. Many of those projects are long-term projects that are flexible regarding scheduling and completion. This allows us to adjust our workload and assign the appropriate personnel to projects that are awarded to VRM. Though we have a steady workload and foresee a steady workload for the future, this will not affect the proposed project in any way, shape, or form. One of the benefits of working with VRM is that our resources allow us to better serve our clients and expedite projects and report delivery if required. K. VOLUME OF WORK PREVIOUSLY AWARDED BY COUNTY Seminole County has never awarded any contracts or work to Valuation Resource Management, Inc. L. ADDITIONAL DATA Please see Section V. — Additional Attachments -5- 582 0 DEPARTMENT OF FiSGtt SERVICES FURCHASM.G VNISION December 14, 1993 kwatcamv. ROK'AS Cn01a TO: PROSPECTIVE BIDDERS AND ALL OTHERS CONCERNED FROM: Jacqui Perry, CPPB Sr. Buyer SUBJECT: RFP457-881JVP Services related to the Inventory, Valuation and Barcoding of all tangible property of the County of Seminole, Sanford, Florida DUE DATE December 18, 1998 at 2:00 P.M. PLEASE REPLACE: PLEASE REPLACE PAGES 10.13-15. PLEASE ADD There are 78 Buildings and 193 Structures. Bidder herebyjacknywiedges this addendurrr Signature: - Daft: Bidder (Flan submitting Old): — Failure to acknowledge receipt of this addendum may result in disqualification of yoar bid submittal As acknowledgment of receipt of Addendum, attach this addendum immediately behind the Bid Response Form Sacqu: Perry, CPPB Sr. Buyer 99- 582 D. PRINCIPALS The principals of Valuation Resource Management, Inc. include: • Mr. Bill Jaeger, President 8383 Wilshire Boulevard - Ste. 840 Beverly Hills, CA 90211 • Mr. Dan Mangini, Chief Financial Officer 1425 Greenway Drive - Ste. 207 Irving, TX 75038 • Mr. Greg Friz, Vice President 8383 Wilshire Boulevard -Ste. 840 Beverly Hills, CA 90211 • Mr. Mark Hessel, Vice President 611 North Broadway - Ste. 525 Milwaukee, WI 53202 • Mr. JeffAnderson, Vice President 8383 Wilshire Boulevard - Ste. 840 Beverly Hills, CA 90211 E. CORPORATE INFORMATION Valuation Resource Management, Inc. currently has offices in both Jacksonville and Miami, FL. ,VRM has conducted numerous projects in the State over the past few years and has all licenses required to provide the proposed services to the County. F. LICENSE SANCTIONS Valuation Resource Management, Inc. does not, nor ever had, any regulatory or license agency sanctions filed against it. G. ACKNOWLEDGEMENT OF ADDENDA I have received all addenda regarding this RFP and have attached copies in Section V of this proposal. -4- SCB,NIIT PROPOSALS TO: REQUEST FOR Seminole County 1101 E. 1st Street. Room 3208 PROPOSALS Sanford. Florida 32771 and Attn: PURCHASING DIVISION Proposer Acknowledgment Contact: Jacqui V. Perry, CPPB at (407) 321-1130 Ext. 7114 RFP No.: RFP-457-98 IJVP SERVICES RELATED TO THE INVENTORY, VALUATION AND BARCODING OF ALL TANGIBLE PROPERTY OF THE COUNTY OF SEMINOLE. SANFORD, FLORIDA. Proposal Due Date: December 18,1998 Location of Public Opening:County Services Building Time: 2:00 P.M. 1101 East First Street, Room 93208 Sanford, Florida Pre -Proposal Meeting: December 2. 1998 at 1:00 PM in Rm#3132 Name: pL V T MA A Federal Employer ID Number or SS Number: IMc- rMailingAddress:zt/O If returning as a "No Proposal'. state reason (if so. return only this i'S C S 5V -r &5 page): .te. Zip: ATc,1K O Type of Entity: (Circle one) Corporation Partnership Proprietorship / I 7 Joint Venture A thorized Signature (I anual) Typed Name: p I Incorporated in the State of: Det-AWACZE Telephone Number:. Title: St Fax Number:( ) , a Date: /1 THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL PROPOSAL GUIDELINES Pan I CONTACT: All prospective proposers are hereby instructed not to contact any member of the Seminole County Board of County Commissioners. County Manager, or Seminole County Staff member other than the noted contact person regarding this RFP or their proposal at any time prior to the final evaluation and recommended ranking by County staff for this project. Any such contact shall be cause for rejection of your proposal. PUBLIC OPENING: Proposals shall be received at the Purchasing Division at the above referenced address by the specified time and date. As soon as possible thereafter the names of the proposers shall be read off at the specified location. Persons with disabilities needing assistance to participate in the Public Opening should call the contact person at least 48 hours in advance of the Public Opening at 321-1130. extension 7116. DELAYS: The COUNTY, at its sole discretion, may delay the scheduled due dates indicated above.if it is to the advantage of the COUNTY to do so. The *COUNTY will notify proposers of all changes in scheduled due dates by written addendum. PROPOSAL SUBMISSION AND WITHDRAWAL: The COUNTY will receive proposals at the above address. The outside of the envelope/container must be identified with the RFP Number and title as stated above. The 99- 582 counties, schools, colleges and universities, and states. He has managed hundreds of public entity engagements and is a nationally known speaker on Exed asset and insurance issues. Mr. Jaeger has addressed and led workshops for the Association of Business Officials and the Government Finance Officers Association. / Mr._ Kory Dogs, District Manager for VRlvl's Southeastern Region, will serve as the j Contract an Mager for the project. Kory has extensive experience in managing contracts for VR.M and our clients. Kory has serviced numerous entities as both Project Manager and Contract Manager. Kory will be the County's primary contact both prior to the start of the project, and after the delivery of final reports. The Project Manager and project team that will be assigned to the project will consist of qualified and experienced professional staff from our Southeastern offices (Atlanta, Jacksonville, and Miami). The Project Manager and team will be selected based on current backlog and availability. The Project Manager will have experience in managing similar projects and will be affiliated with the American Society of Appraisers (-ASA). The professional qualifications of Bill Jaeger, Kory Dogs, and the appraisers most likely to serve on this project are included as an exhibit to our proposal. Upon receipt of your authorization we will contact you to determine a mutually agreeable J schedule for the project planning meeting and our field investigation. Delivery. of the final reports will be within approximately 60-90 days of the start of the fieldwork, assuming we receive any required information from the County promptly. If this schedule does not meet with the County's requirements, please inform us as soon as possible so that we may alter our schedule to meet your needs. If the County's needs are more immediate, VRM has the in-house appraisal staff available to expedite the project and meet any desired timeframe. We appreciate the opportunity to submit our recommendations and look forward to working with the County on this important project. I you have any questions on our proposed services or would like more information please contact me at (800) 876-6607. Thank you and we look forward to your selection! Sincerely, Valuation Resource�n ement, Inc. Kory C. ogs / District Manager -3- .\ R 99- 5�2 V Valuation • Resource • Management, Inc. Atlanta • Beyerh- Hills • Chica-o 4 Dallas • Der.%er • Indianapolis • Milwaukee • _%finneahuli�- • Philadelphia • Richmond • Seattle December 1 5, 1998 Seminole County - Purchasing Division 1101 East 1" Street, Room 3208 Sanford, FL 32771 LETTER OF TRANSMITTAL Dear Seminole County, Valuation Resource Management, Inc. (VRM) hereby proposes to provide professional inventory and valuation consulting services to Seminole County (hereafter, the "County"). VRM is proud to be recognized as the industry leader in providing comprehensive inventory and appraisal services to public sector entities. We have served more than 2,000 entities in the past few years and we employ the largest and most experienced professional staff of its kind. Our staff is comprised of full-time, in-house appraisal personnel, each of whom specialize in servicing public sector entities. All appraisers at VRM are associated with the American Society of Appraisers, one of the most widely noted appraisal and valuation societies in North America. Select personnel have obtained the senior designation, ASA, which is recognized as the highest designation within the appraisal discipline. Later in this proposal we outline the personnel who will be available to serve the County, on this project. , The purpose of our appraisal will be to provide Seminole County with a comprehensive fixed asset inventory management system to meet the following objectives: • Financial Reporting: Fir l! cunrnt fiscal reporting regsrirements; establish audit compliance with Generally Accepted Accounting Principles (GAAP) & Governmental Accounting, Auditing, and Financial Reporting (GAAFR), and enable tracking of equipment punhased through government programs • Accountability and Control: Meet current requirements for accountability and enhance operational eeieney through identification; contro4 re ihmntog & maintenance of equipment. • Insurance: Pmvide currant insurable values for insurance placement & proof -of -loss documentation and establish a system for updating the values. • Capital Expenditure Planning: Establish a basis forprojecting capita! asset improvements and replacements to assist the County in the planning and budgeting processes The proposed project will include a wall to wall inventory and appraisal of all County -owned 0 equipment with an original cost of $730 or greater, and a detailed appraisal of all County buildings. Land parcels, spare parts, supplies, and personal property of County employees will be excluded from the inventory and appraisal. Valuation Resource Management, Inc. is managed by Mr. William N_Jae$er, ASA, President. Mr. Jaeger will serve as Executive -In -Charge for the project. Mr. Jaeger has over 17 years experience in inventory and valuation procedures for property records of cities, 267-5 Paces Ferry-14nid NW, Suite 215 Atlanta, CA 30339 Ti0-432-2626 • 1-S00-876-6607 • FAX 770-432-1144 39- 582 • SECTION I: REQUIRED SUBMITTALS A. Letter of Transmittal B. RFP Page 1 - Type of Business FEIN - SSN C. Addenda D. Principals E. Corporate Information (evidence of autliority to do business in FL) F. License Sanctions G. Acknowledgement of Addenda H. Summary of Litigation I. Conflict of Interest Statement J. Current Workload K Volume of Work Previously Awarded by Seminole County L. Additional Data (see Section V. — Other Attachments) 99- 582 , 0 TABLE OF ITEM I. Required Submittals II. Qualifications III. Approach to Work IV. Price Proposal V. Other Attachments .R iL SEMINOILEICOUNTY FLORIDAS NANmCHOICE ' PROPOSAL REGARDING RFP: 457-98 /JVP SERVICES RELATED TO THE INVENTORY, VALUATION AND BARCODING OF ALL TANGIBLE PROPERTY OF THE COUNTY OF SEMINOLE, SANFORD, FLORIDA. SUBMITTED BY: 'hTnTuil = �� rr�r� 1wl�a�J"b), nor. 2675 Paces Ferry Road Suite Z 15 Atlanta, GA 30039 800.876.6607 korydogs@msn.com R' V M 9,9- 582 �, . 0 M 0 Valuation Resource Management, Inc. 99- 582 SCOPE OF SERVICES TASK 1: Inventory of Machinery & Equipment Appraisal personnel will inspect, inventory and identify all moveable machinery and equipment including: computer and office equipment, audio -video equipment, and all major furniture, by room within each building for each location and including licensed vehicles and mobile equipment. Assets will be inventoried by Unit Control with following guidelines: • Unit Control Machinery and equipment with an original cost of $750 or more, with an estimated useful life of more than one year, will be inventoried and identified individually. Manufacnirer, model number and serial number (where available) will be captured for each unit control asset program. • Group Control Assets with an appraised value less than the unit control threshold will be also recorded and valued using VRM's "modeling" approach. Using this methodology, VRM will provide a total contents value for all minor equipment found in each building. • Allexisting tags should be recorded to assist in reconciliation and enhanced identification. • Report of all valuation and assets tags, will be compared to our existing fixed asset inventory. VRM shall provide a reconciliation report comparing the County's fixed asset report to their final report • This approach will provide the County with a new inventory record of all capitalized assets ($750.00 original cost and a useful life of one year or more)and replacement cost for assets under $750.00. Provide all necessary reports in hard copy and digital format compatible with MS Office 97 and H T E fixed assets. TASK 2: Building Appraisal Services Our appraisal and research investigation of the buildings will follow generally accepted appraisal practices and will include use of a detailed segregated cost approach to develop accurate and complete construction data and acceptable insurance values. The buildings in our inventory will be carefully inspected and measured by VRM personnel. When available, constriction blueprints will be utilized. An identifying description of each building will be developed and recorded. Basic construction components will be identified and valued, including excavation, grading, foundations, framing, floors, roofs, interior construction, building service equipment such as electrical, plumbing, heating, air conditioning, sprinkler, fire protection, alarm systems and related fixed equipment. A color photograph and detailed "to scale" plot plan will be provided for each structure appraised. The property address, property name, building name, occupancy, construction classification, year of construction, condition and square footage will be listed on the detail reports for each building. 99-a82 .—fey TASK 3: Land Improvement Appraisal Services (prauidd at no addinard okvge) Land improvements are those assets located outside of a building and particular to a parcel of land including, but not limited to, fencing, lighting, yard equipment and playground equipment. These types of assets are often overlooked when conducting an inventory and appraisal. Because they can make up a reasonable portion of an entity's assets we will inventory, appraise, and record all assets within this classification. TASK 4: Bar Code Tagging Service Our appraisers will apply new mylar bar code tags to all unit control items and will enter the tag number into the database. The tags to be used will be in a "code 3-9 format.". This format will be the format required to conducting a scanned re -inventory. Tags will be applied in a consistent location on like items enabling ease of re -inventory. A sample tag is shown below: TASK 5: Master File Tape The County will use its own fixed asset software program and-VRM shall provide a completed fixed asset database on a 3-1/2 inch diskette to be used with our Comp See Barcoder and Label Matrix Software. The file layout is included in this proposal as an Exhibit. VRM's Information Services Group rISG") is available to provide additional data import assistance to you or your designated software consultant on a time and expenses basis. The standard rate is S95 per hour plus expenses. Please contact your local VRM representative if you are interested in this service. TASK 6: Annual Re -inventory & Update Service VRM also proposes to provide physical on -site re -inventory services. VRM will physically re - inventory all unit control, tagged assets, utilizing our bar code scanning devices and provide exception reports reflecting the previous year's activity. Prior to starting the re -inventory process, each capitalized addition will be located, tagged, and recorded in our database with the pertinent data (location, fund, etc.). VRM will record the information in the same manner as the original project. All buildings will then be completely re - inventoried using our own bar code scanners. Upon completion of the re -inventory VRM will generate exception reports and provide them to the County. The reports will list all transfers, additions, and potential disposals. We will then ask the County to review the reports to make final determinations on the exceptions. Once the exception reports have been reconciled, all additions, retirements and transfers will be applied and final updated reports will be reissued Also as part of our re -inventory service, we will provide the County with annual updates for buildings and values from the original project. This service requires the County m provide VRM with a complete listing of any building additions, renovations, or demolitions that occurred in the previous year. VRM will provide the necessary training and forms to ensure that the changes are recorded and reported properly. VRM will process all reported activity and update the buildings affected. Upon completion of the construction update process VRM will apply customized trend factors to the values of all buildings and equipment to reflect their current insurable values. -2— ' C. METHODOLOGY Our investigation of the property will follow generally accepted appraisal practices and will include use of specific techniques necessary to develop a valid and acceptable original cost and current replacement cost values for each item or group of items inventoried. The date of acquisition and useful life will also be listed We will determine values by using the following methods: Direct Costing - With this technique we will match a historic cost record to a unit or group of property items. The actual purchase cost and acquisition date will be reported for those assets. • Standard Costing - A standard cost is an estimated cost based on a known average installed cost for a like unit at the estimated acquisition date. The unit's age is estimated based on observed condition, manufacturer's name, model, serial number, age of the facility, and other factors. • Normal Costing - Where the preceding techniques cannot be employed to apply historical cost, we will estimate cost based on a present cost of reproduction new, indexed by a reciprocal factor of the price increase from the estimated date acquired to the appraisal date. Donated assets will be recorded at fair market value at the time of donation. For assets that have been donated in new:or unused condition, the replacement value at the time of donation will be used This information is available from vendors, manufacturers' price lists or telephone quotes. Assets donated used will be recorded at their estimated fair value. During the course of the inventory and our subsequent valuation research, our appraisers will conduct an investigation to determine original cost and cost of reproduction new, defined as follows: • Original Cost is the amount originaIly paid to acquire the asset, including such costs as set-up charges, transportation, taxes, engineering and architectural fees, and title instance. If an asset was donated or bought for a nominal sum, GAAP requires the asset be accounted for at market value as of the date of acquisition. • Cost of Reproduction New (synonymous with the insurance term "new replacement cost") is the amount required to reproduce property in like kind and materials, in accordance with current market prices for materials, labor and manufactured equipment, contractors overhead, profit, and fees, but with no provisions for overtime or bonuses for labor and premiums for material or equipment, based upon reproducing the entire property at one time. • Exclusion is a provision in an insurance contract describing property, or types of property, that are not covered by the contract. Based upon our review of the insurance form, we will identify those items specifically excluded under terms of the policy. VRM's investigation will include the use of various research sources to develop the cost conclusions for each asset or group of assets. These sources include catalogs, phone quotes, price lists, trade journals, magazines, industry publications, technical and pricing subscription services, engineering manuals such as Mears, Marshall Swift, Handy Whitman, and E.H. Boeckh. TASK 7: Annual Re -inventory & Update Service VRM also proposes to provide physical on -site re -inventory services. VRM will physically re -inventory all unit control, tagged assets, utilizing our bar code scanning devices and provide exception reports reflecting the previous year's activity. 3 99- '582 Prior to starting the re -inventory process, each capitalized addition will be located, tagged, and recorded in our database with the pertinent data (location, fund, etc.). VRM will record the information in the same manner as the original project. All buildings will then be completely re -inventoried using our own bar code scanners. Upon completion of the re -inventory VRM will generate exception reports and provide them to the County. The reports will list all transfers, additions, and potential disposals. We will then ask the County to review the reports to make final determinations on the exceptions. Once the exception reports have been reconciled, all additions, retirements and transfers will be applied and final updated reports will be reissued. Also as part of our re -inventory service, we will provide the County with annual updates for buildings and values from the original project. This service requires the County to provide VRM with a complete listing of any building additions, renovations, or demolitions that occurred in the previous year. VRM will provide the necessary training and forms to ensure that the changes are recorded and reported properly. VRM will process all reported activity and update the buildings affected. Upon completion of the construction update process VRM will apply customized trend factors to the values of all buildings and equipment to reflect their current insurable values. C. METHODOLOGY Our investigation of the property will follow generally accepted appraisal practices and will include use of specific techniques necessary to develop a valid and acceptable original cost and current replacement cost values for each item or group of items inventoried. The date of acquisition and useful life will also be listed. We willdetermine values by using the following methods: • Direct Costing - With this technique we will match a historic cost record to a unit or group of property items. The actual purchase cost and acquisition date will be reported for those assets. • Standard Costing - A standard cost is an estimated cost based on a known average installed cost for alike unit at the estimated acquisition date. The unit's age is estimated based on observed condition, manufacturers name, model, serial number, age of the facility, and other factors. • Normal Costing - Where the preceding techniques cannot be employed to apply historical cost, we will estimate cost based on a present cost of reproduction new, indexed by a reciprocal factor of the price increase from the estimated date acquired to the appraisal date. Donated assets will be recorded at fair market value at the time of donation. For assets that have been donated in new or unused condition, the replacement value at the time of donation will be used: This information is available from vendors, manufacturers' price lists or telephone quotes. Assets donated used will be recorded at their estimated fair value. During the course of the inventory and our subsequent valuation research, our appraisers will conduct an investigation to determine original cost and cost of reproduction new, defined as follows: • Original Cost is the amount originally paid to acquire the asset, including such costs as set- up charges, transportation, taxes, engineering and architectural fees, and title insurance. If an asset was donated or bought for a nominal sum, GAAP requires the asset be accounted for ��- 582 �. at market value as of the date of acquisition. Cost of Reproduction New (synonymous with the insurance term "new replacement cost") is the amount required to reproduce property in like kind and materials, in accordance with current market prices for materials, labor and manufactured equipment, contractor's overhead, profit, and fees, but with no provisions for overtime or bonuses for labor and premiums for material or equipment, based upon reproducing the entire property at one time. • Exclusion is a provision in an insurance contract describing property, or types of property, that are not covered by the contract. Based upon our review of the insurance form, we wail identify those items specifically excluded under terms of the policy. Our investigation will include the use of various research sources to develop the cost conclusions for each asset or group of assets. These sources include catalogs, phone quotes, price lists, trade journals, magazines, industry publications, technical and pricing subscription services, engineering manuals such as Means, Marshall Swift, Handy Whitman, and E.EL Boeckh. , D. TINIIIVG VRM's standard delivery is 60 — 90 days. An example of a projected timeline for the completion of the proposed project can be seen below. If the County has the need to receive final reports in less than 90 days please contact me so we can adjust our schedule and meet your request. TENTATIVE SCHEDULE OF EVENTS WWh I - AUWd of Cantrad - VRM's ProiectPlmmmgB%g r Wok 2 - Start of F dduvrk Woks 2 - 3 - FieUmork Cax&4 d Wwles 4 - S - Offi TPOniM ofPn*rt (Eduxng & Val) Week 6 - Find Stages ofRewev Ccm Woks 7 - 8 - job Sew to VRM's Pm=M Drepv&rer and Reports Pn =ed Wyk 9 - Final Reports Deliremd NOTE: The work plan provided is intended only to provide an idea of how a standard project unfolds. VRM's standard delivery schedule is 60-90 days. VRM has the staff available to expedite the project if desired. If the County has special delivery needs please contact your local VRM representative to discuss a delivery date that will meet your requirements. E. REPORTS VRM will provide reports to be utilized for external auditing, accountability & control, and insurance reporting requirements. Detail, as well as summary reports will be provided. The standard G. GENERAL INFORMATION standardThe following conditions are considered practice in the performance of our appraisal service arid, as applicable, are made a part of this proposal: pmvi& ,1 ow ,./ on /,. or o ga /.. ,• dx mdmis:/ in dx apprxml / Ifs xzddx nwdwg uz&a of dx azets appraisai I :,. r, !' f1 ./ it I' ,r ./ !. , :, I' J , , ' / / 4 r.r & /' :r. ,r r I' .. r r I , , • Our building appraisal fees are based on the information provided in the RFP and addendum. We interpreted the information provided as follows.- - 76 buildings will require appraisals, and -193 structures will require appraisals, totaling: - 269 total buildings & structures to be appraised reports to be provided will include: • Accounting (Fixed Asset) Summary Represents original cost summaries of capitalized assets only. Costs are totaled by fund and asset type. • Accounting (Fixed Asset) Detail By Building Provides a detailed listing of capitalized assets showing the accumulated depreciation, original cost and current years provision sorted by building. • Accounting (Fixed Asset) Detail By Division Provides a detailed listing of capitalized assets showing the accumulated depreciation, original cost and current year's provision sorted by division. • Insurance Summary Includes all assets regardless of cost, provides summary totals for cost of reproduction new. This summary report is sorted by location and building. • Insurance Detail Derailed listing of equipment inventoried supporting the insurance summary report. The insurance detail report is sorted by location, building, and department. Building Appraisal Reports Individual reports will be provided for each building listing the location, construction information and insurable values for each building/structure appraised Building detail reports will also include a color photograph of the structure appraised "To sole" plot plans will also be included. • Rolling Stock Reports VRM will provide reports that will list all rolling stock sorted by both type and location. (Sample reports are included as an exhibit for your review) F. TECHNOLOGY Each of VRM's appraisers utilize laptop computers and handheld data collection devices. The use of this technology brings an unparalleled degree of quality control to a project of this type. By using the latest technology VRM is able to collect, review, and edit data on a daily basis. This process is invaluable because it allows our appraisers to located potential mistakes during the fieldwork portion of the project. In the case of questionable data, an appraiser can review the data that was collected and return to the asset in question the next day to address the concern. VRM also utilizes several proprietary software programs to facilitate the inventory, valuation, review, and reporting process. Technology allows VRM to inventory a large number of assets efficiently, accurately, and consistently. The use of the latest technology has been a major factor in our success and quality of service. 99- 5GOA EXHIBIT B RATE SCHEDULE Building valuation services: Replacement valuation services for assets under $750.00 Annual update of building valua- tion per year for years two (2) through five (5) of the Agreement term: First time detailed inventory ser- vices of assets over $750.00: Bar Code tagging per asset: Annual on site re -inventory service per year for years two (2) through five (5) of the Agreement term: G $10,945.00 $ 950.00 $ 675.00 per year $15,900.60 $1 .0125 per asset $ 8,775.00 per year J -- ;5 8,2 • ATTEST: MORSE er to the Board of County Commissioners of Seminole County, Florida. BOARD OF COUNTY COMMISSIONERS S OLE WUNTY, RIDA By: CARLTON HENLEY, Chairm Date: -Q-/ 7 9 For the use and reliance Seminole County only. Approved as to form and legal rfi y Coun y Attorne AC/lpk 01/12/98 Attachment Exhibit A - Scope of services Exhibit B - Rate Schedule \\CA PO_CSB\SYS\CA\USFPtS\Calk0l\MYDOCS\AGT\RFP457.DOC 19 As authorized for execution by of the Board of o my Commis- sio rs at their 1921, regular meWing. 0 9 - 582, f.