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.