INFRASTRUCTURE INVENTORY AND VALUATION SERVICES FOR GOVERNMENTAL ACCOUNTING STANDARDS BOARD
. ...
AGREEMENT
This AGREEMENT, made this Ad-NO day of l)t"c.~"""b~ 2005 by and between the City of
Clearwater, Florida (City), a municipal corporation located at P.O. Box 4748, Clearwater, Florida 33758, and
American Appraisal Associates, Inc., a valuation consulting firm, located at 11234 Villa Trace Place, Charlotte,
North Carolina, hereinafter referred to as "Consultant";
WHEREAS, City issued Request for Proposal No. 40-05 for Infrastructure Inventory and Valuation
Services for Governmental Accounting Standards Board (GASB) Statement No. 34 Implementation (See Exhibit
"A"); and
WHEREAS, City selected Consultant to provide valuation and other related services (Project) according
to Consultant's response to Request for Proposal No. 40-05 (See Exhibit "B").
NOW THEREFORE, the City and Consultant do hereby incorporate all terms and conditions in Exhibit
"A" and Exhibit "B" and mutually agree as follows:
1. SCOPE OF PROJECT. Consultant agrees to provide infrastructure inventory and valuation services
under the terms and conditions described in Exhibit B.
2. TIME OF PERFORMANCE. Project will commence on January 1, 2006 and shall terminate on July 31,
2006.
3. REPORTS. Consultant agrees to provide to City reports on the Project under the terms provided in
Exhibit B.
L
4. COMPENSATION. The City will pay Consultant a sum not to exceed $35,150 for infrastructure and
land inventory and valuation services. City agrees to pay Consultant 30% of the amount due upon
commencement of the services and the balance as progress billings as time is incurred. Any additional
services related to the Project must be approved by the "City Project Manager".
5. METHOD OF PAYMENT. Consultant shall bill City according to the payment schedule, and City
agrees to pay after approval by the City Project Manager under theterms of the Florida Prompt Payment Act
F.S.218.70.
1
6. CONTACTS FOR RESPONSIBILITY. Thomas C. Moore will be designated as Project Director for
this project by Consultant to manage and supervise the performance of this Agreement on behalf of
Consultant. Associated with the Project Director will be staff members whose experience and qualifications
are appropriate for this Project. The City will be represented by William B. Home II, or his designee as the
City Project Manager, for all matters relating to this Agreement.
7. TERMINATION OF CONTRACT. The City or the Consultant at its sole discretion may terminate this
contract by giving the other party thirty (30) days written notice of its election to do so and by specifying the
effective date of such termination. The Consultant shall be paid for its services through the effective date of
the termination. Further, if Consultant shall fail to fulfill any of its material obligations hereunder, this
Agreement shall be in default, the City may terminate the contract, and Consultant shall be paid only for work
completed.
8. NON-DISCRIMINATION. There shall be no discrimination against any employee who is employed in
the work covered by Consultant, or against applicants for such employment, because of race, religion, color,
sex, or national origin. This provision shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rate of payor
other forms of compensation; and selection for training, including apprenticeship.
9. INTERESTS OF PARTIES. Consultant covenants that its officers, employees and shareholders have no
interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree
with the performance of services required to be performed under this Agreement.
10. INDEMNIFICATION AND INSURANCE. Subject to Paragraph 14, Consultant agrees to hold the City
and its officers, employees and agents free and harmless from and against any and all actual losses, penalties,
damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and
character arising directly out of or due to any negligent act or omission of Consultant or its employees in
connection with or arising directly out of this Agreement and/or the performance hereof. Without limiting its
liability under this Agreement, Consultant shall procure and maintain during the life of this Agreement
2
liability insurance coverage as described in Exhibit "A". This provision shall survive the termination of this
Agreement.
11. PROPRIETARY MATERIALS. Upon request by City, Consultant shall transfer, assIgn and make
available to City or its representatives all property and materials in Consultant's possession belonging to the
City, or originally produced by Consultant as a deliverable hereunder. Consultant may keep only such copies
of City's property and materials necessary to comply with professional standards with respect to
documentation of work performed and/or in accordance with Consultant's document retention policies. Any
such copies retained by the Consultant shall not be used for any other purpose than stated herein.
12. GOVERNING LAW. This Agreement shall be governed by the laws of the State of Florida and any
dispute involving the enforcement or interpretation of this Agreement shall have its venue in Pinellas County,
Florida. In the event that any legal action shall be necessary to enforce the provisions of this Agreement, the
prevailing party shall be entitled to all reasonable court costs, including attorneys' fees.
13 . WARRANTIES. Consultant warrants that the service provided will be performed and supervised by
qualified personnel. Notwithstanding anything to the contrary contained in this agreement, consultant makes
no other warranties, express or implied, or whether arising by operation of law, course of performance or
dealing, custom, usage in the trade or profession or otherwise, including without limitation implied warranties
of merchantability and fitness for a particular purpose.
14. LIMITATION OF LIABILITY. Other than the City's obligations to make payments that are due and
owing under this Agreement, a party's and its affiliates' entire and collective liability arising out of or relating
to this Agreement, including without limitation on account of performance or nonperformance of obligations
hereunder and indemnification under Paragraph 10, regardless of the form of the cause of action, whether in
contract, tort (including without limitation negligence), statute, or otherwise, shall in no event exceed the
annual fees paid to the Consultant under this Agreement. Notwithstanding anything to the contrary contained
in this Agreement, neither party nor its affiliates shall, under any circumstances, be liable to the other party or
its affiliates for any claim based upon any third party claim or for any consequential, incidental, indirect,
3
punitive, exemplary or special damages of any nature whatsoever, or for any damages arising out of or in
connection with any malfunctions, delays, loss of data, loss of profit, interruption of service or loss of
business or anticipatory profits, even if a party or its affiliates have been advised of the likelihood of such
damages occurring. No action, regardless of form, arising out of this Agreement may be brought by either
party more than one (1) year after the cause of the action has accrued.
15. OTHER PROVISIONS. If any provision of this Agreement, including the Limitation of Liability clause, is
determined to be invalid under any applicable law, such provision will be applied to the maximum extent
permitted by applicable law, and shall automatically be deemed amended in a manner consistent with its
objectives to the extent necessary to conform to any limitations required under applicable law.
IN WITNESS WHEREOF, the City and Consultant have executed this Agreement on the date first above written.
CITY OF CLEARWATER, FLORIDA
By:
~~.~
William B. Home, II
City Manager
Approved as to form:
&Z!E!/--
Asst. City Attorney
Attest:
-
~~#~~
fCity Clerk ~---_ .:~ -' _-__-~ '<-.
-"'. ..---
- ~ "" -
, - - - ~
- - ......
- . ,
----_...- ......
---
AMERICAN APPRAISAL ASSOCIATES, INe.
B~~#-/
Attest:
:>~L (..
"
~
4
Exhibit A - Request for Proposal No. 40-05
!
\-,
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
REQUEST FOR PROPOSAL
FOR
INFRASTRUCTURE INVENTORY AND VALUATION SERVICES
FOR GASB 34 IMPLEMENTATION
RFP 40-05
Issued By:
Purchasing Department
Municipal Services Building, 3rd Floor
100 S. Myrtle Avenue
Clearwater, Florida 33756-5520
(727) 562-4634
(727) 562-4635 FAX
Date of Issue: August 25, 2005
Due Date/Time for Receipt of Proposals: October 18, 2005 @ 4:00 PM
MANDATORY PRE-SUBMITTAL CONFERENCE
September 20, 2005 2:30 pm
Municipal Services Building, 1st Floor, Room 130
100 S. Myrtle Avenue
Clearwater, Florida 33756-5520
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
REQUEST FOR PROPOSAL FOR
INFRASTRUCTURE INVENTORY AND VALUATION SERVICES
FOR GASB 34 IMPLEMENTATION
FOR CITY OF CLEARWATER, FLORIDA
I. INTRODUCTION
A. Purpose
The City of Clearwater (City) is seeking a qualified firm to provide an inventory of, and
apply valuation to, its infrastructure assets for financial reporting necessary for
compliance with the Government Accounting Standards Board (GASB) Statement No. 34.
The City currently has this information partially compiled in variety of formats such as
Microsoft Excel, Microsoft Access, AutoCAD, and ARC GIS. The successful proposer
shall be required to consolidate all existing data into a single format for use by the City.
The preferred format is Microsoft Excel. City staff will provide existing maps, drawings,
and other information. The final deliverable, when utilizing City GIS layers, shall be
prepared so that the data can be easily imported into the City's existing GIS system.
The successful proposer shall report the assets at historical cost or estimated historical
cost. Current value reporting, annual depreciation, accrued depreciation, and net value
shall be calculated using nationally recognized cost index factors. Information on said
infrastructure shall be calculated back to the year of construction. All of the roads/streets
shall be capitalized collectively by networks and subsystems. Every effort shall be made
to establish the actual date of acquisition or construction. If this information is not
available, the proposer shall explain fully the method utilized to establish value in
substantial detail.
Additional related services required under the scope of this engagement include the
valuation of donated land parcels, using generally accepted appraisal practices and/or cost
index factors; and an inventory and insurance replacement cost valuation of all City
buildings and contents. The inventory and insurance replacement cost valuation of all
City buildings and contents will be contingent upon available funding and will be the
final phase of the project. Separate pricing is requested for the inventory and insurance
replacement cost valuation of City buildings versus buildings and contents.
The successful proposer shall warrant that the information, once completely obtained and
compiled, shall comply to the fullest extent with GASB Statement 34. Proposer will also
be required to provide a thorough out-briefing to City staff members on the final work-
product. City staff shall be provided with all information relative to the source of the
data, how it was derived, and the methodology for perpetual use.
All materials, including the proposal, shall become the property of the City and may be
made available to the public. The master file of itemized asset costs/valuations and dates
of acquisition shall be provided in no less than four (4) sets of computerized format and
four (4) sets of printed copy.
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
The City will select and negotiate with the firm whose proposal is most responsive to this
Request for Proposal (RFP) and in the best interest of the City. Proposals submitted in
response to the RFP must provide sufficient detail and information to complete an
evaluation of their merit. The instructions contained herein must be followed to be
considered responsive to the RFP. The City reserves the right to reject any or all
responses.
B. Calendar of Events
The City will utilize the following time table with the goal of selection. This schedule
may be altered as necessary at the City's discretion.
August 25, 2005
September 20, 2005
October 18, 2005
October 25, 2005
December 1, 2005
January 1, 2006
C. Proposal Delivery
Release Date
Mandatorv pre-submittal conference, 2:30 PM, Municipal
Services Bldg., 100 S. Myrtle Ave., Clearwater, FL, First Floor,
Room 130.
RFP opening 4:00 PM, 100 S. Myrtle Ave, Clearwater, FL
33756
Ranking of firms completed (Evaluation Committee)
City Council approval
Contract effective
Seven (7) proposal copies shall be delivered to the City of Clearwater, Purchasing
Manager, 100 S. Myrtle Avenue, Clearwater, Florida 33756-5520, prior to opening
time of 4:00 PM, EDT, on October 18, 2005.
The delivery of proposals to the City of Clearwater Purchasing Office prior to the
specified date and time is solely and strictly the responsibility of the proposing firm. The
City shall not, under any circumstances, be responsible for delays caused by the United
states Postal Service or any private delivery service, or for other delays. All responses
must be manually and duly signed by an authorized corporate officer, principal, or partner
with the authority to bind said firm.
All responses must be marked on the outside:
"Request to provide Infrastructure Inventory and Valuation Services
for GASB 34 Implementation for the City of Clearwater, Florida
To be opened at 4:00 PM, EDT, October 18, 2005"
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
Each proposer is solely responsible for reading and completely understanding the
requirements of this RFP. The opening time shall be and must be scrupulously observed.
Under no circumstances will proposals delivered after the specified delivery time be
considered. Late submissions shall be returned unopened to the firm with the notation:
"The proposal was received after the delivery time designated for the receipt and opening
of the proposals".
All proposals shall be prepared and submitted in accordance with the provisions of this
RFP. However, the City may waive any informalities, irregularities, or variances,
whether technical or substantial in nature, or reject any and all proposals at its discretion.
Any proposal may be withdrawn prior to the indicated time for opening of proposals or
authorized postponement thereof. No firm may withdraw a proposal within ninety (90)
days after the actual date of the proposal's opening.
D. Ranking of RFP's
Proposal ranking results will be announced and all responses shall be a matter of public
record. Criteria for evaluation are set forth in this document. These criteria will be used
by the City to determine, in its judgment, the proposal it deems to be in its best interest.
Negotiations will proceed, if at all, with the responsible ranked firm whose proposal is
determined by the City to be in its best interest. Proposers will be required to attend
the mandatory pre-submittal conference. Proposers may be required to make
presentations. The City reserves the right to reject any or all responses with or without
cause.
E. General Background Information
The City of Clearwater is located on the west coast of Florida with a population of
approximately 110,000. The City encompasses roughly 25.45 square miles of land and
8.6 square miles of water, including approximately 315 miles of roads. Infrastructure to
be inventoried and valued will be discussed in detail at the mandatory pre-submittal
conference but includes roads with associated right of way, bridges, seawalls, and piers.
II. Proposal Format
A. Organization
Provide a cover letter introducing the firm and the individual that will act as the firm's
primary contact for this project. Describe the organization, date founded, and ownership
of the firm including any subsidiaries and affiliates relevant to the City. Describe the
experience of the firm in providing infrastructure inventory and valuation services for
compliance with GASB 34. Provide a statement affirming that the firm has the necessary
resources to undertake a project of this magnitude.
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
B. Personnel
Provide a list of personnel to be assigned to the City's project. Provide biographical
information, including work on similar projects, for personnel that will be directly
involved with the City's project.
c. Projected Timetable
Provide an estimate of the time necessary for each phase of the project. The proposed
performance period must not exceed 210 calendar days after contract award.
D. Cost of Project
Provide the cost to complete the project phases in a cost breakdown format.
E. Firm's Contacts
Provide names, telephone and fax numbers, and e-mail addresses.
F. References
Provide a list of at least five references, preferably for similar GASB 34
implementations, including contact names and telephone numbers.
G. Proposed Contract
Provide a copy of proposed contract.
H. Other Requirements
Proposers shall submit 7 copies of the proposal. Proposals shall be limited to a
maximum of fifty (50) pages.
III. EVALUATION OF PROPOSALS
A Committee has been established to review and evaluate all proposals submitted in
response to this Request for Proposal (RFP). The Committee shall conduct a preliminary
evaluation of all proposals on the basis of the information provided and other evaluation
criteria as set forth in the RFP. The Committee will first review each proposal for
compliance with the minimum qualifications and mandatory requirements of the RFP.
Failure to comply with any mandatory requirements may disqualify a proposal.
Proposals will be evaluated on the following criteria:
1. Overall experience in providing the requested services
2. Expertise of assigned staff
3. Approach to providing the requested services
25 points
25 points
20 points
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
4. References
5. Cost
20 points
10 points
Award shall be made to the firm whose proposal is determined to be in the best interest of
the City taking into consideration the criteria listed below:
. Attendance at the mandatory pre-submittal conference. Attendance is required to
attain an understanding of the scope of the project and available City resources.
. General quality and adequacy of response including completeness and thoroughness,
demonstrated understanding of the project, responsiveness to terms and conditions,
and the listing of any exceptions or conditions detailed by the proposer to the
specifications.
. Technical competence of firm to perform the work based on qualifications and
experience of personnel, experience of firm, and reference verification.
. Time required for completing the proj ect. The proposed performance period must not
exceed 210 calendar days after contract award (estimated to be January 1, 2006).
. Reasonableness of cost estimates based on the total cost.
IV INSURANCE REQUIREMENTS
General Liability
The Vendor (contractor) shall furnish, pay for, and maintain during the life of this contract,
such general liability insurance to protect the City, the Contractor, an any of his/her sub-
contractors who may be performing any work under the terms and provisions of this contract
from claims for damages or bodily injury, including accidental death, as well as from claims
for this contract whether such operations as may be performed by the Vendor or by any sub-
contractor or by any other party directly or indirectly employed by either the Vendor or the
sub-contractor.
The Vendor's insurance coverage shall include General Liability, Automobile Liability, Professional
Liability and Worker's Compensation and Employer's Liability. The General Liability shall be the
Comprehensive form including the categories of: Premises and Operations, Underground and Collapse
Hazard, Products and Completed Operations, Contractual, Independent Vendors, Broad Form Property
Damage, and Personal Injury in the minimum amounts of $500,000 for combined Bodily Injury and
Property Damage.
The Proposer's comprehensive general liability policy shall include contractual liability on a blanket or
specific basis to cover this indemnification. Such insurance shall be written by a company licensed to
do business in the State of Florida and satisfactory to the City. Prior to commencing any work under
the contract, certificates evidencing the maintenance of said insurance shall be furnished to and
approved by the City's Risk Manager.
The Certificate of Insurance shall show the City of Clearwater as an additional insured party to the
Vendor, shall show that all sub-contractors or any other party directly or indirectly employed by either
the Vendor or the sub-contractor as additional insured party( s) and shall also show the City of
Clearwater as the Certificate Holder. The Certificate Holder shall be notified a minimum of 30 days
prior to any cancellation of policy which may occur prior to the policy expiration date contained on the
Certificate of Insurance.
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
The Worker's Compensation and Employer's Liability shall be in conformance with current State of
Florida Statutory requirements.
Business Automobile Liability
The Vendor shall maintain, for the life of the contract, Business Automobile Liability Insurance, if
applicable. The minimum limits of coverage shall be $500,000 per occurrence, Combined Single
Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any
Auto" type policy. Coverage shall be no more restrictive than the latest edition of the Business
Automobile Policies of the Insurance Services Office (ISO).
Professional Liability
The Vendor shall procure and maintain for the life of this contract, Professional Liability Insurance.
This insurance shall provide coverage against such liability resulting from this contract/project. The
minimum limits of coverage shall be $500,000 per occurrence with deductible or self-insured retention
(SIR) indicated.
The Vendor shall defend, indemnify, save and hold the City harmless from any and all claims, suits,
judgments, and liability for death, personal injury, bodily injury, or property damage arising directly or
indirectly from the performance by the Vendor, its employees, subcontractors, or assigns, including
legal fees, court costs, or other legal expenses. Vendor acknowledges that it is solely responsible for
complying with the terms of this RFP. In addition, the Vendor shall, at its expense, secure and provide
to City, prior to beginning performance under this RFP, insurance coverages as required in this RFP.
Proof of Insurance: The contractor shall furnish the City with satisfactory proof of coverage of all
insurance required by this RFP.
Any party providing services or products to the City will be expected to enter into a written agreement,
contract, or purchase order with the City that incorporates, either in writing or by reference, all of the
pertinent provisions relating to insurance and insurance requirements as contained herein. A failure to
do so may, at the sole option of the City, disqualify any bidder or proposer of services and/or products
to the City.
V OTHER RFP PROCEDURES AND TERMS
A. Where and How to Deliver Inquiries:
Questions and clarifications to be submitted in writing to: Mr. George McKibben, Purchasing
Manager, City of Clearwater, P.O. Box 4748, Clearwater, Florida 33758-4748.
Inquiries may be faxed to: (727) 562-4635.
B. How RFP Addenda Will Be Communicated:
Addenda will be sent, via certified mail, to all vendors who are registered with Purchasing as having
requested a copy of the RFP.
C. General Terms:
The winning vendor may be rejected as the primary selection if that vendor cannot successfully
negotiate the contract with the City to the satisfaction of the City.
._ l, . t
Infrastructure Inventory and Valuation Services for GASB 34 Implementation RFP 40-05
D. Appropriations Clause:
The City, as an entity of government, is subject to the appropriation of funds by its legislative body in
an amount sufficient to allow continuation of its performance in accordance with the terms and
conditions of this contract for each and every fiscal year in which this contract is executed and entered
into and for which this contract shall remain in effect. Upon notice that sufficient funds are not
available in the subsequent fiscal years, the City shall thereafter be released of all terms and other
conditions.
E. Right To Protest:
Any actual or prospective bidder who is aggrieved in connection with the solicitation or award of a
contract may seek resolution ofhislher complaints by contacting the Purchasing Manager.
F. No Corrections:
Once a competitive proposal is submitted, the City shall not accept any request by any proposer to
correct errors or omissions in any calculations or competitive price submitted.
G. Openness of Procurement Process:
Written competitive proposals, other submissions, correspondence, and all records made thereof, as
well as, negotiations conducted pursuant to this RFP, shall be handled in compliance with Chapters
119 and 286, Florida Statutes. The City gives no assurance as to the confidentiality of any portion of
any proposal once submitted.
H. No Collusion:
By offering a submission to the RFP, the proposer certifies the proposer has not divulged to, discussed
or compared hislher competitive proposal with other proposers and has not colluded with any other
proposer or parties to this competitive proposal whatsoever.
I. Informality Waiver I Rejection of Bids:
The City reserves the right to reject any or all responses and to waive any irregularity, variance or
informality whether technical or substantial in nature, in keeping with the best interests of the City.
Exhibit B - American Appraisal Associates
Response to Request for Proposal No. 40-05
.
American Appraisal Associates@
IMPLEMENTATION OF GASB 34 CAPITAL ASSET REpORTING FOR:
CITY OF CLEARWATER
RFP No. 40-05
October 14, 2005
Submitted by:
Thomas C. Moore
Assistant Vice President
American Appraisal Associates, Inc.
11234 Villa Trace Place
Charlotte, NC 28277
Phone: 704-543-0551
Fax: 704-543-0554
Email address:tmoore(lV.american-appraisal.com
American Appraisal Associates
I TABLE OF CONTENTS
Page
Background and Purpose.............................................................................................................................. 1-3
Technical Approach......................... ............................................................................................................. 3-4
Engagement Methodology ........................................................................................................................... 4-5
Specific Data/Definitions................. .................. .............................................................................................. 6
Cos ting Methodology/Definitions. ......................................... .................................................................... 5-6
Deliverables .......... .............................. ...................... .......................................................................................... 9
Timing................................................. ...................... ........................................................................ ................. 10
Fee Terms and Conditions ........................ ........................... ............................................. ............................10
Environmental Policy............................................................... ....................................................................... 11
General Service Conditions. . ... . .. ... ...... ................... .. ..... .... . ... .. . ... . . .. .. .. ........ ..... . . 12-14
Authorization of Service. . . . . . . . . . . . . . . . . . . . ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ... ., . .15
ATTACHMENTS
A Client's Schedule of Properties to be Appraised
B Appraiser Qualifications
C Corporate Public Sector Qualifications
D References
Ch.:Jr1()ttc-
Chic8'A~]
CinCHlrl.31f
Da1l3'
Der.'1-P.1
Df:lf{Jit
Houston
Ir'vint?
t:)S /'r:\JB~8:::'
Ml!l.<il,.lKee
N;::'},' Orle;:;p.:.
New' York
03k 8took
Philadelph,a
PIttsburgh
P,im;elon
San Francisco
Sch.<lt1mnllfg
S1:.imf<:")rd
\ilJasflJngton 0 C.
.
American Appraisal Associates@
11234 Villa Trace Place
Charlotte, North Carolina 28277
International
United States
B'f:\ton
i\U~,tr1:l
CJi1ad,1
C!lifli:~
CLe01 Rf:-p'_,ij!i::::
Frnnce
(-iermiJny
GHj~:o.~
HU"';Jary
I ~ ;ll'{
b::.-:m
p()rtlJ9~-11
Rl1ssiJ
Spa,n
ThaiLand
United Kingool'Jl
AnanL'~
Telephone (704) 543-0551
Fax (704) 543-0554
www.american-appraisal.com
American Appraisal's 109/h Year
October 14,2004
City of Clearwater
Purchasing Manager
c; Hall
3500 Pan American Drive
Miami, FL 33133-5504
Re: RFP No. 40-05
Dear Ladies and Gentlemen:
American Appraisal Associates, Inc. ("American Appraisal") is pleased to provide this proposal for
professional valuation consulting services. The purpose of our work will be to develop a
comprehensive report covering specified capital assets of the City of Clearwater (the "City" or
"Client") to assist you in meeting the reporting requirements of the Governmental Accounting
Standards Board's (GASB) Statement No. 34. In addition, and at the option of the City, we will
provide insurable values for select City buildings and contents.
The attached proposal includes the services requested in the City's Request for Proposal (RFP)
Number 04-05-096 dated June 21, 2005. In developing our recommendations we have given
consideration to the data provided in the RFP (as amended), data provided at the Pre Submittal
Conference and our past experience and expertise in addressing the needs of numerous government
entities throughout Florida and the U.S.
BACKGROUND AND PURPOSE
On June 30, 1999, the Governmental Accounting Standards Board (GAS B) issued Statement No.
34, Basic Financial Statements - and Management's Discussion and AnalYsis - for State and Local Governments.
The statement establishes new financial reporting standards for state and local governments
including states, counties, cities, towns, villages and special purpose governments such as school
districts and public utilities.
We understand that the City has completed an inventory of buildings and equipment for fixed asset
reporting under GASB 34. The project described in this letter will involve City-owned infrastructure
and land parcels for GASB 34 reporting requirements in accordance with the Statement's provisions
for compliance on infrastructure reporting for its 2005 Comprehensive Annual Financial Report.
'h' ".(due )'our "w~;lIes,".@
American Appraisal Associates
THE CITY'S RESPONSIBILITIES
1. Provide a list of all property to be included in the assignment,
along with physical location/street address, on-site property
contact/ department liaison, and telephone number, where
applicable.
2. Identify a representative of the City to serve as the primary
on-site contact and liaison between the City and American
Appraisal.
3. Provide copies of any prior infrastructure listings, in hard
copy and electronic media following completion of inventory.
4. Provide complete and open access to all designated areas
including security escorts for security-sensitive areas.
AMERICAN APPRAISAL'S RESPONSIBILITIES
1. Develop a project work plan for approval by the City and
external auditors prior to commencement of our field
investigations.
2. Limited reconciliation of assets from the current fixed asset
database. Where we match an asset number to your fixed
asset ledger, we will carry forward the historical cost and
acquisition date as reported. For assets without a cost and/or
acquisition date, we will estimate the original cost and
acquisition date.
3. Prepare preliminary and final reports.
4. Provide weekly status reports as to our progress, or
challenges, incurred throughout the study from start to
delivery.
QUALIFICATIONS AND EXPERIENCE
American Appraisal, founded in 1896, is the world's largest valuation consulting firm with one of the
largest dedicated full-time professional staff dedicated to serving the Public Sector community
within the valuation industry. Our firm has provided inventory, tagging and valuation services to
over 4,000 governmental and scholastic entities since the implementation of GASB-34 began in
2001. Further, we have had the privilege of serving more than 40 governments throughout Florida
during that time. A partial list of Clients Served is included on Page 2 of the Bid Response Form.
Kevin J. McHugh, Senior Vice President and National Director for Governmental and Higher
Education Services serves on the GASB Capital Asset and Asset Impairment Task Forces. Kevin is
also a member of the GASB and NACUBO's Statement No. 34/35 Implementation Guide Review
Committee.
City of Clearwater
2
October 14, 2005
2505-05-047
American Appraisal Associates
Valuation consulting is our only business. Neither American Appraisal, nor any of its subsidiaries,
perform accounting or bookkeeping related services. It is our commitment to maintain total
independence and protect our clients from any concerns of a "conflict of interest" with their
auditors.
Upon completion of the project you will be asked for your opinion on the services provided because
quality service is, and will continue to be, the primary focus of American Appraisal Associates. We
regard our clients as the best judges of quality service. During our fiscal year ended March 31,
2005, our Property Appraisal Services Group achieved a 97% quality rating.
In support of our commitment to the public sector we have committed significant staff resources in-
house to service our clients, in the establishment of industry-wide standards, and in educational
forums including presentations, publications, and continuing education seminars.
PROJECT TEAM
ENGAGEMENT TEAM
Professionals assigned to this project will involve several levels of management: executive review,
contract manager, project manager, and the appraisal staff:
The project staff will include:
Executive Review:
Gary Soucek
Managing Principal
404-233-0503
gsoucek@american-appraisal.com
Contract Manager:
Thomas C. Moore
Assistant Vice President
704-543-0551
tmoore@american-appraisal.com
Project Manager:
Craig Wilderspin
Senior Valuation Consultant
404-233-0503
cwilderspin@american-appraisal.com
The above professional staff members will have overall responsibility and are key personnel to the
successful completion of the assignment. Specific appraisal staff assignments may vary depending
upon current availability at the time of the authorization to proceed with this project. See
Attachment B for appraiser qualifications.
TECHNICAL APPROACH
The capital assets to be included in this engagement include infrastructure and donated land parcels
located throughout the City, as reported to us. Further, The City has adopted a capitalization policy
of $500,000 for infrastructure.
City of Clearwater
3
October 14,2005
2505-05-047
American Appraisal Associates
Excluded from the services provided by this proposal are:
~ Buildings (see Optional Services)
~ Land Improvements
~ Moveable equipment
~ Assets Below the Capitalization Threshold
~ Leased Equipment - Operating
~ Assets in or at locations that are considered as not easily accessible or identified locations
within the proposal
~ Personal Property of Employees or Others
~ Supplies/Expendable Inventories/Spare Parts
~ Historical Treasures
ENGAGEMENT METHODOLOGY
Infrastructure and Related Rights-of- Way
American Appraisal will require access to certain information currently maintained by the Client
regarding infrastructure assets to be appraised. This information will include:
.
Asset Classes (roads, bridges, lighting, etc.)
Quantitative (lane miles, square feet, etc.)
Description of the Asset(s)
Locational Information
Historical Cost
Date of Acquisition
.
.
.
.
.
The designated infrastructure assets that will be included are as follows:
.
Roads, Streets, Curbs, Gutters
Sidewalks
Bridges
Pedestrian Bridges
Bike/] ogging Paths
Signage
Storm Drain System/Catch Basins
Canals /Waterways
Lakes
Seawalls
Fiber Optic System
.
.
.
.
.
.
.
.
.
.
American Appraisal will value the Client's infrastructure, as identified above. American Appraisal
will require data from the Client, which may include maps, CADs, and GIS system.
American Appraisal will assign dates of construction, depreciable lives and original cost estimates
consistent with the methodology promulgated in Statement 34. American Appraisal will assign
current replacement values and apply reverse inflation indices to these values.
City of Clearwater
4
October 14,2005
2505-05-047
American Appraisal Associates
The application of "reverse inflation indices" adjusts the current Cost of Replacement estimates to
price levels that would have prevailed at the time of original construction or purchase.
American Appraisal will exclude interest costs, cost overruns charged by contractors, and premiums
paid for services performed, unless evidence of such historical cost is provided by the Client.
Roads will be treated as a network or as a subsystem (road subsystem for transit network).
Generally, a transit network would include subsystems for roads, sidewalks, lighting, signage, storm
water collection and treatment, traffic signals with separate cost pools and calculations of average
useful life and acquisition dates for each subsystem. As an alternative, the costs for roads, sidewalks,
lighting, signage, storm water collection and treatment and traffic signals could be included in a
single network with a single cost pool and a single calculation of the average useful life and
acquisition date for the composite group.
In addition, cost segregation is required to allocate a portion of the estimated historical cost of roads
to land and land improvements (acquisition, excavation, backfill, grading, etc., for the calculation of
accumulated depreciation for the remaining capitalized costs. However, we will analyze the total
costs allocated to land and land improvements for road projects in the City to determine if they are
substantial.
Road information will include details such as the type (highways, collector streets, arterial streets,
residential streets, alleys, etc.) Quantity (lane miles, square feet of roadway, length and width, etc),
type of construction (concrete, asphalt, gravel, concrete with asphalt overlay), and average useful life
and acquisition date. We will base our study on the City's data regarding annual road expenditures,
repairs and maintenance history, replacement plans, and engineering studies. The same information
- such as Planning Department studies, annual expenditures, etc. - will be employed in examining the
other elements of highway networks - sidewalks, storm water collection, etc.
Land Identification and Valuation
The City has provided a listing of the 220 donated land parcels, indicating the parcel number,
description, location and assessed value. For purposes of financial reporting for GASB 34, each land
parcel will require an actual or estimated date of acquisition and historical cost to be recorded.
American Appraisal will provide estimated cost through the use of reverse trending. This valuation
technique involves the application of a reverse trend factor to the current assessed value, based on
the year acquired, to arrive at an accounting estimate of historical cost. In order to estimate the value
for land, we will require the size of each parcel and date acquired, where missing. Our fee estimate
does not anticipate researching any deeds.
APPRAISAL SERVICES
The nature of assistance provided by professional appraisal firms to governments depends on their
retroactive capitalization of infrastructure. Generally, the recommended "best efforts" approach will
entail the following:
Capitalization of major infrastructure assets (networks and subsystems greater than 5%)
Capitalization of all additions (including additions made before June 30, 1980)
City of Clearwater
5
October 14, 2005
2505-05-047
American Appraisal Associates
Determination of estimated historical cost (based on current replacement cost deflated to
the year of acquisition)
Development of a composite property record and depreciation methodology (rather
than detailed individual records and calculations for network assets).
The classification of the different elements of infrastructure assets into groups will have a significant
effect on the composite calculation of depreciation and, in particular, the composite calculation of
the average useful life and acquisition date for the group.
COST ANALYSIS METHODOLOGY
Our project will provide a record of estimated historical cost or original cost. Normal costing will
be used to estimate the historical cost of road networks and subsystems. Normal cost represents an
estimated cost based on the cost of reproduction new indexed by a reciprocal factor of the price
increase from the estimated acquisition date to the appraisal date. Replacement costs are determined
by, but not limited to, the following sources:
-Current bid proposals for road projects
-American Association of State Highways and Transportation Officials publications
-Marshall & Swift pricing indices
-R.S. Means pricing indices
-Other road construction publications and parts catalogues
Estimated historical cost will be determined by the utilization of the following information regarding
historical cost trends:
-United States Federal Highway Administration's
Price Trends fOr Federal-Aid Highwqy Construction
-Other road construction publications and parts catalogues
The accumulated depreciation calculation will be based upon the network and subsystems' estimated
historical cost, estimated acquisition date and the estimated useful life utilizing the straight-line
method of depreciation. Useful lives will be based upon information provided by the government
or industry standards.
COSTING METHODOLOGy/DEFINITIONS
1. Historical Cost - The actual cost of a property to the present owner - the
cost as of the date the property was first constructed or originally installed.
When historical cost is provided in a usable format, it will be included. When
this information is not readily available, American Appraisal will estimate the
original cost by applying reverse inflation indices to the cost of reproduction
new.
2. Estimated Original Cost - The estimated original cost of the property in
accordance with costs as of the actual or estimated date the property was first
constructed, originally installed, or purchased.
City of Clearwater
6
October 14, 2005
2505-05-047
American Appraisal Associates
3. Direct Costing - Additional research into the historical cost documented as
provided by the Client in a readily available and useable format, in the
Client's property records for the original construction, improvements and
betterments.
4. Normal Costing - Estimated cost based on the cost of reproduction new
indexed by a reciprocal factor of the price increase from the appraisal date to
the actual or estimated acquisition date.
5. Acquisition Date - When readily available, we will use the actual acquisition
date of the property. In the absence of readily available information, the
acquisition date will be estimated based upon American Appraisal's
knowledge of the property type and its condition.
6. Estimated Life - An estimate will be made of the useful life of each unit-
controlled asset and each group-controlled asset. The matter of historical
lifing practice versus estimated actual lives will be discussed during the
planning meeting and an acceptable approach will be developed.
7. Accumulated Depreciation - Will be based on the asset's cost, acquisition
date and the estimated useful life utilizing the straight-line basis of
depreciation. Useful lives will be based on information provided by the
Client or industry standards.
8. Cost of Reproduction New - The amount required to reproduce a
duplicate or a replica of the entire property at one time in like kind and
materials in accordance with current market prices for materials, labor, and
manufactured equipment, contractors' overhead and profit, and fees, but
without provision for overtime, bonuses for labor, or premiums for material
or equipment. In insurance industry terminology, cost of reproduction new,
as defined above, is synonymous with the insurance industry phrase,
"replacement cost."
OPTIONAL SERVICES
INSURANCE VALUATION
A professional apprai~al is essential for proper insurance planning because it:
.
Provides the insured with the proper basis to determine the amount of
coverage to be carried.
.
Allows for competitive and well-thought-out bids on insurance coverage.
.
Properly segregates values between buildings risk as well as other floater items.
.
In the event of a loss, this appraisal can serve as a foundation to generate proof of
loss documentation. Most insurance policy provisions require an inventory, scope
of damage, and values, to be current "as of the date of the loss". This can only be
completed after a loss has occurred.
City of Clearwater
7
October 14, 2005
2505-05-047
American Appraisal Associates
· Provides a solid basis for economical perpetuation.
· Assures proper accountability and stewardship of assets.
The purpose of our appraisal effort will be two-fold:
First, to establish current insurable values for insurance placement;
Second, to establish a method to keep the values up-to-date, on an annual basis, considering
physical changes in the buildings and structures and changes in the cost of labor and
materials
INCLUSIONS
The assets to be included will comprise certain buildings/ structures, contents, listed in the Schedule
of Properties, attached and marked Exhibit A, as provided to us. As requested, all water and
wastewater facilities, including lift/pump stations, reservoirs and water towers will be excluded from
the scope of work.
Based on a review and analysis of data provided, we have determined that there are 148
buildings/ structures with 1,300,000 total square feet of building area.
The above-described quantities are subject to revision based on input from the City and can be
modified with a corresponding adjustment in fees. We will work with City staff to identify locations
that should be deleted or added to the scope of work before initiating our field investigation. Should
additional buildings not listed require valuation, a cost per building of $250 would apply.
METHODOLOGY - CONTENTS - MODELING
Following completion of the physical inspection of the buildings, American Appraisal will use its
internally developed, proprietary database to estimate the insurable value of the contents of each
building.
Replacement costs for each building's contents are based on the usage of each building, (i.e.
administration buildings, libraries, garage and maintenance or general use buildings). We use a
unique database that contains contents data from thousands of municipal buildings appraised by
American Appraisal's Property Appraisal Services Group. This system categorizes buildings by like
type (those listed above) and develops an average contents value per-square-foot of building area.
This unique approach generates a replacement cost estimate for a given building's contents (based
on building type and size) without requiring the more lengthy and costly physical inventory
inspection process.
Using statistical analysis, the database has building contents models for all standard public buildings.
Further, it has the ability to alter the models, when necessary, to account for above or below average
contents values.
City of Clearwater
8
October 14, 2005
2505-05-047
American Appraisal Associates
The basis of value for this segment of the project will be Cost of Reproduction New, defined as
follows:
Cost of Reproduction New is defined as the amount required to reproduce a
replica or duplicate of the entire property at one time in like kind and materials in
accordance with current market prices for materials, labor and manufactured
equipment, contractor's overhead and profit and fees, but without provision for
overtime, bonuses for labor or premiums for materials or equipment.
Cost of Reproduction New is synonymous with the insurance industry term
"Replacement Cost".
INSURANCE EXCLUSIONS
Specific items of property excluded from coverage, per the terms of the City's current insurance
policy, will be excluded from the building valuation. In order to accurately recognize insurance
exclusions, a copy of the policy section specifying the components excluded must be provided to
AAA prior to the commencement of fieldwork. If a copy of the appropriate section(s) is not
provided, property exclusions will not be considered in the valuation process.
DELIVERABLES
The City will receive a full complement of reports, four (4) hard copies a .PDF file and Excel file
reflecting the results of American Appraisal's investigation, to include:
1. A narrative for use by management and outside auditors to assist the
Client's efforts in meeting GASB 34 capital asset reporting requirements.
2. Certificate of Values.
3. Glossary of accounts and descriptive abbreviations used.
4. Customized appraisal reports (available at a nominal charge, upon request).
A. Report - American Appraisal will provide the City with a Summary Appraisal Report, in
accordance with the reporting requirements set forth by the Uniform Standards of Professional
Appraisal Practice ("USP AP"). The report will present only summary discussions of the data,
reasoning, and analyses used in the appraisal process to develop American Appraisal's opinion of
value. Supporting documentation concerning the data, reasoning, and analyses will be retained as
a part of the work papers. American Appraisal is not responsible for unauthorized use of its
report.
B. American Appraisal will provide the following reports:
Property Accounting Reports
Property Accounting Summary
Capital Assets Detail
Retirements Report
Additions Report
Adjustments Report
Transfers Report
C. References are provided and marked Attachment D.
City of Clearwater
9
October 14,2005
2505-05-047
American Appraisal Associates
TIMING
Assuming authorization of services on or before January 1, 2006, American Appraisal will issue a
final report within sixty (60) days of its completion of fieldwork, including the optional insurance
valuation services. This estimate is based upon American Appraisal's assumption that it will not
experience any change in scope to this agreement, and that the City will not cause American
Appraisal to be delayed following the completion of fieldwork.
FEE TERMS AND CONDITIONS
A. Fee - American Appraisal's fee takes into consideration, the scope of the project, the technical
expertise required by American Appraisal's staff and the time required to complete the
assignment. Based on American Appraisal's understanding of the project, the fees for this
project are as follows:
Primary Service
Infrastructure Research and Valuation
Land Valuation (220 Parcels)
$28,675
$6,475
Optional Service - Insurance Valuation (Buildings/Contents)
$36,075
B. The professional staff and their respective hourly rates by classification are shown below:
. Managing Principal @ $150/hr.
. Contract Manager @ $150/hr
. Senior Project Manager @ $125/hr
. Staff Appraisers @$90/hr
. IT staff@ $90/hr
Fees include professional time for planning and executing the work through, and including,
American Appraisal's final report. Expenses include those costs for such items as office and
report processing, travel, living, computer charges, postage, and copying, which are directly
incurred by American Appraisal staff while executing the work.
If City representatives or advisors request material assistance from us beyond that outlined
herein and subsequent to the issuance of our final report, we will provide you with an estimate
of the fees related to that assistance and secure your written authorization to proceed prior to
initiating any services.
C. Statement of Independence - American Appraisal's fee is based upon its estimate of
professional time to complete the work according to American Appraisal's understanding of
Client's requirements and in no way is contingent upon the outcome of its conclusions of value.
City of Clearwater
10
October 14, 2005
2505-05-047
~
American Appraisal Associates
D. Invoicing Schedule - American Appraisal will invoice you for professional services rendered
including expenses. Invoices are payable by the Client upon receipt and will be issued as the
engagement progresses as follows:
· 30%
· Balance
Upon commencement of field investigation
Progress billings as time is incurred
For your convenience, we are providing our remittance address and wire transfer instructions:
Remittance Address
American Appraisal Associates, Inc.
Bin 391
Milwaukee, WI 53288-0391
Wire Transfer Instructions
Bank Name/Address:
M&I Bank
770 North Water Street
Milwaukee, WI 53202
Routing Number:
075000051
For the Credit to the Account of:
American Appraisal Associates, Inc.
Account Number - 0024274888
E. Unpaid Invoices - We reserve the right to withhold delivery of preliminary conclusions or
final report(s) if, when either of these are ready for delivery, any previously issued invoice
remains unpaid. Further, we reserve the right to issue the final invoice if preliminary
conclusions or a draft report have been outstanding for more than 30 days.
F. Complete Agreement - This Agreement, and any attachments or documents incorporated
herein, constitute the complete and total agreement between the two parties, and shall
supersede any preexisting or contemporaneously drafted agreements for services. In the
event that you issue a purchase order to us covering this engagement it is agreed that such
purchase order is issued for purposes of authorization and your internal use only, and none
of its terms and conditions shall modify the terms and conditions of this letter and/or
related documentation, or affect either party's responsibility to the other party as defined in
this letter. Should American Appraisal incur additional costs as a result of the Client's failure
to pay invoices in accordance with the terms stated herein, the Client will be responsible for
all costs (including, but not limited to attorney's and collection agency's fees) associated with
the collection of any and all unpaid amounts to which American Appraisal is legally entitled.
Further, American Appraisal reserves the right to charge interest for the Client's failure to
pay on a timely basis.
ENVIRONMENTAL POLICY
American Appraisal will make no investigation of, nor assume any responsibility for, the existence or
impact of any hazardous substance, which mayor may not be present on the property, in the
development of American Appraisal's conclusion. If in the course of American Appraisal's
investigation, it is informed of or observe any hazardous substance problems with the property,
American Appraisal will note it in its report.
City of Clearwater
11
October 14, 2005
2505-05-047
American Appraisal Associates
GENERAL SERVICE CONDITIONS
Agreement - The Contract governing this engagement including these General Service Conditions
represents the entire agreement between American Appraisal and the Client. It supersedes any prior
oral or written agreement and may not be altered except by the mutual written agreement of all
parties thereto.
Assignment - Neither party may assign, transfer, or delegate any of the rights or obligations
hereunder without the prior written consent of the other party; unless such assignment is based
upon the lawful transfer to a successor in interest of all or substantially all of the party's assets or
business interests.
Client of Record - Only the signed Client(s) of Record may rely on the results of American
Appraisal's work. No third party shall have the reliance or contractual rights of American Appraisal's
Client(s) of Record without American Appraisal's prior written consent. No party should rely on the
results of American Appraisal's work as a substitute for its own due diligence.
Communication - With the exception of the signed acknowledgment of this Contract, electronic
media including voice-mail, e-mail, and faxes are acceptable vehicles to communicate all materials
unless such communication forms are expressly prohibited in the Contract. Client shall not assume
or deem the Client Service Team assigned by American Appraisal to any work contemplated by the
Contract to have knowledge of information provided to others not part of that team.
Contingent Fees - American Appraisal's compensation is not contingent in any way upon its
opinions or conclusions or upon any subsequent event directly related to those opinions or
conclusions. Client shall pay American Appraisal's invoices in accordance with their stated terms.
Confidentiality - American Appraisal will maintain the confidentiality of the Client's confidential
information with the same degree of care that American Appraisal uses to keep its own materials
confidential and shall not disclose it to anyone or use it for any purpose whatsoever other than
Client's engagement, provided that in the event that American Appraisal is legally compelled to
disclose such information, American Appraisal shall provide Client with prompt written notice so
that Client may seek a protective remedy, if available. American Appraisal shall have the right to
provide access to work files as required to comply with any quality or compliance audits
administered by any necessary accreditation or standards organizations with which its employees are
associated. Any such access shall continue to be subject to the same confidence by both American
Appraisal and the applicable organization. Information shall not be treated as confidential if: (i) it is
now or later available to the public, (ii) at the time of disclosure to American Appraisal, the
information was already in its possession, or (iii) the information was obtained from a third party
under no obligation of confidentiality to Client.
Unless mandated by applicable laws or governmental regulations, Client shall not disclose any part
of American Appraisal's work product, its confidential materials, or its role in the engagement to
anyone not stipulated in the Contract, without the prior written consent of American Appraisal.
American Appraisal shall have the right to include Client's name in American Appraisal's client list.
Force Majeure - Neither the Client nor American Appraisal shall be liable for delays or for failures
to perform according to the terms of the Contract due to circumstances that are beyond their
individual control.
City of Clearwater
12
October 14, 2005
2505~05~047
, .
American Appraisal Associates
Governing Law, Jurisdiction and Venue - This Contract shall be governed by the law of the
State of Wisconsin within the jurisdiction of any state or federal court located in Milwaukee,
Wisconsin, having subject matter jurisdiction.
Indemnification - Client shall indemnify and hold harmless American Appraisal against and from
any and all losses, claims, actions, damages, expenses or liabilities, including reasonable attorneys'
fees, to which American Appraisal may become subject in connection with this engagement, except
to the extent finally judicially determined to have resulted from the negligence or intentional
misconduct of American Appraisal. Client's obligation for indemnification and reimbursement shall
extend to any controlling person of American Appraisal including any director, officer, employee,
subcontractor, affiliate, or agent. American Appraisal's liability to Client shall in no event exceed the
fees it receives as a result of the engagement, except to the extent finally judicially determined to
have resulted from the negligence or intentional misconduct of American Appraisal.
American Appraisal shall indemnify and hold harmless Client against and from any and all losses,
claims, or expenses for bodily injury or property damage, in proportionate part to that which is
caused by American Appraisal personnel or representatives during the performance of the
engagement, except to the extent of Client's negligence. While on Client's premises, the personnel
assigned by American Appraisal to any work contemplated by the Contract shall comply with all
posted safety instructions or safety procedures requested by Client.
Independent Contractor - American Appraisal and Client shall be independent contractors with
respect to each other. American Appraisal reserves the right to use subcontractors in executing the
engagement. American Appraisal is an equal opportunity employer.
Limits on the Use of the Work - American Appraisal's report may be used only for the specific
use or uses stated in the Contract, and any other use is invalid.
Reliance on Information Provided by Client - American Appraisal is entitled to rely without
independent verification on the accuracy and completeness of all of the information provided by
Client or its advisors.
Retention - Unless stipulated to the contrary in the Contract or in a related written agreement,
American Appraisal will retain as its property all files, documents, work papers, and other results,
developed during the course of the engagement. Such materials will be retained for a period of at
least seven years. During this retention period, Client shall have access to these documents to assist
it in completing the specific use or uses stated in the Contract, subject only to reasonable
notification.
Scope of the Work - American Appraisal shall be obligated only for services specified in the
Contract, and only for changes to the scope of those services that are set forth in any subsequent
written agreement. As a result, the scope of the work does not include unrelated services or the
responsibility to update any of the work after its completion. Further, American Appraisal reserves
the right to decline to perform any additional services, if American Appraisal believes such services
would create an actual or perceived conflict of interests, or would be illegal or in violation of
applicable regulations or professional standards.
City of Clearwater
13
October 14, 2005
2505-05-047
American Appraisal Associates
Standards of Performance - American Appraisal shall perform the engagement in accordance with
applicable professional standards. However, professional services usually involve judgments made in
an uncertain environment and based on an analysis of data that may be unverified or subject to
change over time. Client and other parties to whom Client provides access to the results of
American Appraisal's work shall evaluate the performance of American Appraisal based on the
specifications of the Contract as well as on the applicable professional standards.
Testimony - American Appraisal's services do not include giving testimony or participating in or
attending court or any other legal or regulatory hearing or inquiry unless provided for in the
Contract or in a subsequent written agreement.
Legal Review and Exceptions to RFP
Based on a review of the terms and conditions of the RFP, the following revisions are hereby noted:
The Vendor shall defend, indemnify, save and hold the City harmless in proportionate part to its
relative fault. from any and all claims, suits, judgments, and liabil1ty for death, personal injury, bodily
injury, or property damage arising directly or indirectly from the negligent performance by the
Vendor, its employees, subcontractors, or assigns, including legal fees, court costs, or other legal
expenses. Vendor acknowledges that it is solely responsible for complying with the terms of this
RFP. In addition, the Vendor shall, at its expense, secure and provide to City, prior to beginning
performance under this RFP, insurance coverages as required in this RFP.
City of Clearwater
14
October 14,2005
2505-05-047
American Appraisal Associates
AUTHORIZATION OF SERVICES
This Agreement is provided in duplicate; if it correcdy reflects Client's understanding of American
Appraisal's agreement, please confirm such by signing and returning one copy. Client hereby affirms
that its stated purpose is to use the report created by American Appraisal for financial reporting,
property control purposes and insurance purposes only.
Please note, we will be unable to deliver any conclusions, verbal or written, until we are in receipt of
this acknowledgment. Please forward the original to the undersigned at: American Appraisal
Associates, Inc., 11234 Villa Trace Place, Charlotte, NC 28277
We look forward to the opportunity of serving the valuation needs of the City of Clearwater, once
again and assure you, if selected, that the work will receive our careful and continued attention.
Respectfully submitted,
Gi
Thomas C. Moore
Assistant Vice President
TCM/ sz:
Client of Record:
Signature:
Name (typed/printed)
Tide:
Date:
City of Clearwater
E-Mail:
Please initial below to include the services offered
Primary Service
Infrastructure Valuation
Land Valuation
Optional Services
Insurance Valuation
City of Clearwater
15
October 14, 200S
2505-05-047
American Appraisal Associates
ATTACHMENT A
CLIENT'S SCHEDULE OF PROPERTIES TO BE
APPRAISED
-<
Eo-
-<
~
c
~
~
-(
=::
~
~
~
o
~
Q",
...:l
-<
...
u
"
r.'l
:iE
:;E
o
u
U) U V f.J u
,....tfl'tA'tBO
(") 0
;i ~
iG'" V>
oi
I-
LJ 8i "J '" "' "" 2 ~ '" ... 8 :5 8 - ~, '" g
g co ~ :g :& ~. ..... <'> .,. ;! 0 0 0 ~ ~ 8 0
~mg~~~~~ ~g~~t~g8
~~~~~~~~ ~~N~~~~~
.- W7 <;;'w
""
~~~~~~
~.,.;
~;;
8~~aa8~~~~~
",8 8N;:l;l8~:8
~~ ~~-~tRt;
C tA ~
o
CJ
~~~~
..,
...
Cleo
<;: ....
~ ~
';;
ID
...
..
:;;
C
'C
Q. VJ
en ~
It')
....
Ii ~
l'I
c:r
CIl
'in
a .. 0 0
CJ
~
~
~ III
C
Q
N
~ir
OC
oa
~ N G
,; ~
...
;
'in
a N 00
o
o
88 g
~~~
~::;;e
.,;....
V>
U)
'"
....
~
.....l;1g,
... "" ....
<0 ~
.... N
Ul~
i2~
~~
t<i
IQ
04
000
88""
~g
~;;
g g g
$gg
... It') ""
It> '"
g88~~~
'" c:> 0
o.rio
o .. ,..
~........
,.. II>
~ g
..;
('oj ...
~;;
~~~8SS;;~~S~l;
,... l.l) coo U) <D C _ Ii)
t? oooo-iN ot?.,.;
M :g~8l8li:~ ~b;'"
~ .". "'NIiO'-91Ao EiA
.... ....
(Jl <:>
~~
DiU;
II> ..
~~~
It') 0 c:>
~ 8 12
06...
.... N
~ g: :: : 0
>>>>-z
~~~~g
c-)~"':<<>N
.. '"
~~~
00:5
~ :ll ....
NgtD
'" VJ 1Il
~~~~~
8 ~ ~ ~
~~ :~
o 000 0
zzzzz
~~~
~g
...
'" 0
lI>C'>
Ql ""
Nt?
""" '" N c? "l:" (\I N C"ol ('l') c-1 t') IN p) ... Nt")..,. C'.,J N N
'P"'NNN..-NNNf"IIC'-IN....NNNNNNt'IIN
CJ)
t:
~ .~
e 2
~ ~
o
~ .~
'0
Cll ...
~ ~ 01
.~ c: 'C
~(3~
Cll oS! fl CI>
-:~'2 ~~i
-g~~c~~c
....~'i6.Qc.9.e
~~:~~~~~
~ 2 ~ := e ~ f!! ~
..J0al:EU:U:U:lO.
ai
:r
~2:-
<:3 <:3
8 ~ j ~ s S t ~ t ~ ~ ~
~ ! ~ ~ ~ ~ ~ ~ ~ ~ ~
R ~ R ~ m m ~ ~ m ~ m
~GGG15500005
~ ~ .;
e ~ Q < ~
~ < ~ ~ g
a;-a~~~
~ 8 ~ co :=
~OO~~
c.riU>oCll
~ ~ ~ ~
c c
E ~
C&~~~
~ l1! ~ ~ ~
1:: IV ~ Cll CI>
[;!:l!~C
OJ ~ ~ 's .~
Q u U 0 0
~~
"E
~ g
'" i3
~ ~
~.9I
~~
'" .
::l CIl
~ 8
.... ...
'"
Z '0
Gi Gi ~ ~ ~
~~_~o::a;
Cii '" ~ ""
.6 .S "ii ., .! ~
~~~.;~~
~e"'.:lalZ
o~:5i:S8
;Ui~:!~~
<<> a;
~ c
C <U
,2 CJ
iii CD
U5 ~
l!! .-
u: ~
'"
CD
S C
8 .2
~~~~ c:ii
~~lI:~ n;~
~gga5!'2
CDiiiEiii'"'S'S
'~Ui",(i)G5~:a!
'i! ! ! .f: .~ .~ 0
,""U:i!l.I.u.u.~
~
""
CI)
2
~ ...
'"
~~
., II>
'" '"
""
8
""
19 c
'" ,2
.!! iii
g>'2 ~(i)
n~ ~~
~8~=C>
..!!!=€€
.<1l s .! '" 0
t:}(/)CIlZZ
~&~~~~
co U') :."" 0 ~
~S~.,~ ~
N~(A ~
It>
~8S
o 0
~ui
~~
g
~~a~
0<:>0
fiJ 8 8
<-i!iit<i
~ 0 ~
an ro.T
... ....
It>
~~
8. ~
o <:>
N 8
NN
V> ...
S8S~~~
~ 0 ~ rD cwi ,......
~~~~a~
....
"'"
'0
...
G)
al
IQ
Q.
;:
Cl
E
~
~
CI>
C
...
's
'"
C
.8
w
S !i ~ S ~
! ! ! ~ ~
C'a CQ m co ~
o5ocje
!!SS~~
co C\5 fO m nt
~ ~ i! ! i!
co ft CD ct. C'O
Q) Q) 41 CD Q)
1300130
'"
f:
c:~L,.\-
1:~~~
d:~~~
~ ~ Z III
zOoO
... "0
.!! 0::
c :; '"
~ 8 .91
es~ Qjlg
~~.9I.!I~:r
;::ri.~~€
O(J):E:Euo
Q~zz~~
:g~88c;;Q...
~ "" "'" .. C\i
co
~~
80
It') 8
- g
<"> ~
~~~~
toO.. ~ oi
~ ~ ...
~.... a
o 0
V> V>
gaaa
o
lI'l
o.
~
o 0
8 8
I1g
V> U>
as
<ti
~
"OCb-g G)
S~a5'e~
o::Ce>noC "''''
Gi~l~~ ~~
j:!~~:!gt(
>8'!:: >O:::E:E
~~_Gi1j~zz
~~$:il~.!80
... U') N en ~ IoL. .... ~
o 0
........
gaa88.g8.g~~~
~ OOOCOCD"MN
~ ~&~~~~~~
~ z;~cnU>4h~
'"
~~~~
00""" 0
~g~~
~~C').n
... ~
VJ '"
~~~~~~
00 000
8S ~;::l8
ai~ ....~-t
~ ~
<:>
'"
....
o 0
z z
o 0
~ ~ N ~ . ~ M N ~ M ~ N
0(
!-o
<
Q
()
Z
~
=
>-
Ii
to:l
ll.
o
=
c..
..J
0(
o
=
~
~
~
o
u
N<"IC'\I_NN(\IC'lN('IoINN-....-....
'0
.,
'E
a .~ ~ &
1: i .Q,
(;j II) ::i ~
.!!ec.~Q).lS
~~~~~~
.c> -'-'8
:; 'E :2 .10 !5 no
(g~~~8~
'" III
c: C
~ !! ~
~8~fl SlOJ ~
.! ~~82> g>~i1'6'3
~ ~ :2 ~ ~ '" t1 '6 '~ '3 0 a:I
e! .e ~ i1 5i ~ ~ ~ ; ~ ~ ~
~~ff~~912~.~.E~
~~(i)(;jz~atlZ~:E~5
~ ...
~ .!l
~ ~
';j
uu
>-
<I>
.c
...
2: "- '- ~ \- '- "- '-
~ S Q) - 4) GJ Q) 6)
&!~~J~J~
~ m 2 ~ ~ ~ : ~
~00130000
s ~ !i !i ~ 2 .e
~ ~ ~ ! ~ ~ ~
(U ta m ~ nJ m ft)
OJ d) Q) 4l) Q,I QJ a:J
00000013
.. ...
~ fi
~ ~
<0 '"
Gl CI>
00
'0 '0
~ a
0::0::
~Q;
~ '8
::l =
Z ~
~ ~
9!
41 i :g
~ ~ It>
'" '0
~~&
~ ~ '"
~ ~ ~
zz~
00..
o co ....
.. ... '"
Gi
l!!
~
:i
~ E
c: 'iii
~a..
'" :ll
<<> '"
... ~
...,
CJ)
<:
ji:
a;
Gi ~~~
_~ai""'<C<C
~~~~1111
U5g.!!~~~
~lti..c:f:f
_ 0 :E 1:
ez:z~~~
~N~:g88
N--.....QJ........
.. 'E
~ ~ -p
en :; ~
~~~~~
"'~~~iD
~~~~~
~~~~~
,~ .~
n; 1i
~ ~
ailo<l
'" OJ
<: r:
.C 'C
IV '"
:l! :E
l()
o
o
~
o
~
0)
o
X
It"i
o
r.'..
I
,...
>
o
(/)
'"
~ ! ! ~ ! ~ ~ ! ! ~ ! e ! 0 ~ ~ ~ ~ ~ 0 ~ ~ ~ ~
~u:~~~~u:u:u:~u:~~~~~~~~~~~~~
u:
,S .~ "~
'ii n; ii
~~~~~~~~~~~
no !!! e ~ ~ ~ e! e o<l o<l ~
~ ~ 5 ~ ~ ~ ~ ~ ~ ~ ~
"C or:: 'C
~ '" no
:E :::E :l!
,~ ,~
(i i6
~ ~
o<lc(l
OJ '"
r: 0::
'C 'C
:!~
..... N ~ "ft ~ U) ,.. cO en ~ = ~ ~ ~ ~ ~ ~ ~ ~ ~ N ~ ~ ~ :t3 ~ {:;; ~ ~ ~ ~ ~ ~ ~ ~ ~ t:i ~ ~ ~ :; ~ ~ ;:
"
~ ~. g g
Na.c:JO
'I:t (\I "'" co
R;(I)~~N
.... ... <J>
~ <fl
..
C
'"
-=
8
~:e88
(0. q 0
~ ~ ci
.... ..... ~
'" .....
~C:Sco(Oo
MOO"lO.....
f8g~o~.~
tA(I)OQ)-~
rig~~~
OJ 0
... ....
OJ
ri
....
8~8
o <>
ui' .....;
N r<)
<<> N
.,. ....
g g g g
g~l!!g
WV*$~
;;
~ ~ 8 8
(f') 000
!ig~g
.... rh ...
.... ...
aS8
gg
N ....
....
le.....808gggg5l8Si
q o "'1.0 q'3o "'1
~;:~8&'jg8ol?i~
r...,~.,;q"'~~~$q
:; ~:; ~b4 ;A
CD
888888
o.<:tqqqq
g~~~o~
......."".....g'"
~..:.f;$c,q...
II')
...
QJ
:il
=
i 0 0 ~ 0 0 0 ~ 0 0 000
z z > z z z > z z z z Z
00>00000 ......... N
g~f5g~ig ~; ~
It ggg ~~~~fi ~
S z
<
E-<
<
Q
c:
Z
-
E-<
<
~
>-
~
=:
~
~
C
~
~
..J
<
-
v
=:
1;0}
~
~
C
U
..
~~~~~
8888!C
'" II) ,... .., (>j
_"~~MU)
oc=t~t;;
qq<<t
~ 0 ...
qa~
t;; ....
0' (5
oq
":11)
~s;
...
~ 8
NO
... II)
II) .,
.... ...
0' 0
011)
0"':
:;:; F:
... ...
~(5o
<> <>
~g
..... N
fA ....
~ (5 g g g g ~ ~ ~ g g 8
as .... c ,..: <Ii .,; ~.; N r:i 6 0
~ ~ ~ ~ ~ ~ ~ N ~ 0 ~
__~_<"l__'C7IJ)t'f')U)
~th~WtW4AtJl)~ UJo
g Si 8
.q C!
.... '"
'" N
....
000
...~&
8 8
..... N
.... ....
o 000
zzzz
000 or-
8 ~ ~
~.; or-
o <>
... ...
888Si
qC?~
... .... ...
... ... ...
a:lll:888
~ NinO
a>.nNc-i
.,-W<r-th
<fl ...
...
~ ~ ~ ~
....";0";
\l)fTI(t)CO
.... N II>
.... ...
aaRga~
'" C! <C.
~;;
~
....
o
N
41
ell
I'CI
~
..-
...
...
8888888~
g~6g8gg~
~;;;~Ch~~~
o 0
8 8
g~
,..., ...
...
000 000 0 0
zzzzzzzz
~!.~.~~~.~~
~ <r"" ,.... N.,.... r M
o~;::-ai
"a ~ e II)
CD';)(~:e-;
~EI~~~
l5888~ll.
~e!S!o~
.!:!8gg~:>
..J~~~=;:
:2 . , ,..c: '0
CIlWWWll.W
E
o
-~ ~ ~
f\) III
'S ll. a::
~~~
OJ ...J ...J
&,r..>u
-:;(.)u
0'00
w ~ ~
000000
zzzzzz
8~~~~~
~ N
'"
G>
~ S
o c 0
() g e
@ ~g> ij
8.~ 0'0 0::
(J)~~al~~
EiSjc4)C;
~~Ci~C;~
5 ~ ,~ ,~ .g 7il
8~~$~a
<
!-o
<
Q
I.:l
Z
;::
~
...
~
'"-l
c:.
o
cr:
c:.
..:l
<
U
"
~
::;:
:;:
o
u
It> 0
... ...
co
,.:
~
o 0 000 0
08...8....,.
g :i
;; ...
OOOQOO
....~&ClS8l5
~a~~~
I N ('\I "'C:I" P) N ~ M fN N N N I'? ~ C\I ('\I <"I tf) t"') ~ N N M C\I oN N N N (W) ~ N N N C""i N .... C'I or- N N ("II C'I t:"oiI M ~
U
~
aa
00<> 0
~888
bO~g
~~~~
C;')
7ii
is .- .- (\l N N N N N N C\I N IN N N .- N N N N (\l N N N N C\I N N N C\I N N N N N N C"'\I N N N N N N C\I N
~
<::0
M
'>.
~ ~ Oi
=0. C
~M~lii~<3
.. 0 ~ ".. ~
.. CIl !5 .~
) .~ ~ ~
~8~
(.)
'" ....,
~ 01 ll.
'j5.a~
E in 'c;,
8 ~ g>
III <'0 ~
aGio
~~~
~ ~
0. :)
E 0
S8~
~~~~
G>CIlll.o;
u !i! '" u:
6 ~ ~ 4\ e
~-g,c~
~~'E~:
&~~l3&!
o 0
8 8
1J"i~
(0) ....
;:t(l)
o Q
:z :z
o
o 0 Q 0 Q 0 0
zzzzzzz
o 0000
8 ~5lga:
M iii";"';....
~!l
.- c
~ <3
CD u
fl '"'
to ~
~ <(
~ ~
<11 CD
~ U
~
~
o
u
_'_~ E u
~'> "'o~ ~&..
<3'" ~~c;;...ll.~~
_t.=_ll.'E....5 g~ E ~~ ~
o i\i ~ 16 CD 'C c:~='6.:i
ZiOe.gll.Qf~~CD~:I:O
(.)!.c;E~C> ~ '8"'u
~~~~~~~oc!~~~
~~
... <11
tl~
c c
... ..
E E
~~
88
e>
:>
c
~ ~
~ =
fI}"OJ
~8
III
>.
~ ~ .i .!! Ci G; :u Ci; .9 ki Q; .9! sa;; S 4> S j ~ Qi 4;
U ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ e <'0 .. <'0 .. .. e e <'0 ~ <'0
- ~ ~ ~ ~ , ~ ; ~ i I ~ ~ i i ~ i ~ ~ ~ i i
OOOO~~~@O~GGDOOQOOOGD
10l
<II
! GJ
.",;; 2:!
"'C:. US
c(a5-rj 4)
O;>->~e ilJ
!~jjj~U5t;:
Ui~:;~<>>tsQ)
jClO~<(~
~~~~~~
~
is e
II> :>
~~..;
c. CIl ,.
CIl~jjj
i ~ E
~ci~
~ ~ 8
CD <'0 ...
N-.N
- .~ .~
~ 'iO ii
e ~ ~
1; oe Gll
0. ., III
~ .e '2
~~
c ~ c c c C c e c c c c
~i~~~~~.~~~~~
~ ~ 2 ~ ~ ~ ~ ~ ~ ~ ~ ~
cr.o.:~~&~&~&!.&&!~
oeao!loDoeoeoe~oDoDoDo(joe
~~~~~~~~~~~~
~~~~~~~:.~~~~
III
~ ii
~ ~
0.(i5
L{l ~
~C5
CD ....
0> 0
<OM
= =
o 0
i AI
i: e!
u u
/1&
oooe
... ..
'll!! i!:
~G!.
~ i ~
~ ~ ~
~ '" <11
G> III '"
000
~
'" ...
~ 8
- ~
~ ~
.a C!)
l3vi
~ ~
~ :!
Q)~4i
~ <( ~
111~
I) G.> 4.l 'i5
l!! e! l!! e
c)c)CJ~
c6viviu
000 0
'V ""lit oq ~
: :! :! ~
'0
~ ~
~j~6>
~:fE~
~ ~ ~ ~
3: 52 0
III Z <p
.~ u; :! E:
<C~""
~
<3
'"
.,.c:
0=..
~ Q.1 S
.:l ~ ;
~~(.)
~~~8
<( ::; > ll.
~.s~s
~ l ~ ~
"' ~ (Q to
Q) Q) 4J Q)
00<:50
G>
~
.9! III II>
~ ~ ~
~ '00
w:t::r:
000
~ ~H~
c e c: e
.2 .2 .2 ,2
~ ~ ~ ~
(i&~~
"'Glloeao!l
II.) q, fh en
-1: 'll!! ~ i!:
C\) cv AI l"i:l
ll. ll. ll. ll.
Q; ~ Q1
~ ~ ~
'" '" '"
~.s! ~
uuu
~ ~ i ~ ~ ~ m m ~ ~ ~ S ~
!~~~~~~~~~~ ~~
~ ~ ~ ~ ~ ~ ~ ~ m ~ ~ ~ m
5GOac3QGOGDOD<3
888
III al III
c: = c:
~ .!! ~
C1S"3:i
~ ~ ~ ~
~::;::; ::;
zzzz
~ 88:5
,.... C'\l ("4 N
.~~.Sl~,~.~~
iiLiiiCiRi"iiCi
~ ~ IE ~ l!! l!! l!!
~ iii ~ OJ III ~ :d
a:a::cr.a:a::cr.a::
Glloeoeoeoeoeoe
~~~~~~~
ca (\1l rQ t'D ~ ~ ca
ll. ll. ll. ~ ~ ll. ~
G>
~ ...
.., c
Q) 8 ~
E ~
Q) c: e 'n; 'e
~~l-'=l-
"5~~~~
:tWll.ll.ll.
It) 0 0 0 0
~glelele
~_NNN
! ~ ~
~~S
~ .Sl
Cii n;
~ IE
cr. ~
"'Gll
.. oil
~ i!:
'" III
ll.ll.
~ ~ ~ ~ ~ ~ u; ~ ~ ~ :g :g t;; ~ m f5 10 &'j &l ;b :g $ fa m m ~ -= ~ ~ ;t le !e ~ ~ se g ~ ~ :6 ~
c c: =
.~ ~ ~
~ ~ ~
&!. & &
oe",oO
.. I/) II>
~-1:~
ll. G!. ll.
c: c c: c: c: c:
~.~~~~~
e ~ IE l!! IE l!!
g <Ii g lil g ~
cr. c:: cr. cr. cr. a:
oOGll"'Gllao!loe
UJI fA ~ II! UJ fA
i!:-!~ei!:~
co C'J ~ l'\l "' co
ll.ll.ll.ll.ll.ll.
,,;
r:: ~
J! r;
'3 "3
~ e
~:1!
o .....
8 ~
... ....
..;
:>
~ ~
1<
c: ~
::l c
8.!!
<:l
Qj as
e ~
(i5in
~ ~
III (JJ
a: ii: It)
~ .... Q) ..-
~ ~ ~ ~
c c
.2 .S?
CD 'ii
IE l!!
~~
oeao!l
'" III
"'" i!:
~ G:
to c
.2 0
7i C;
l!! g
l!l (JJ
a::c::
oDoe
.. '"
~~
ll. ll.
10
o
o
a
N
en
Ul
x
lC'i
o
,
,...
I
,...
>
o
(/)
., G>
~:g
c.. ll.
~18S;~
<(
r--
-<
Q
~
~
~
~
r-
~
j:l.,
o
g:
...:l
-<
....
u
~
~
~
o
u
8 8
me
'" ...
taW""
...
o
I-
.l!
=
J!l
=
o
u
g g
o Q.
aio
g'~~
~
Iii
t
:ii:
.E
a
I/) ~ ~
g g
CD v
G:
e-
I/)
~wo~
III III
~ ~
... ...
~~~~&
o . ~
z;; ...
8a8~g8~
<:> ~ v,co
o ,,- Me
c:) ~ ~ ~
_ C"') .,,~
... w
000
z z z
o 0 IS>
~ ~
.. ..;
;;s 0 ~
.... 100
rio
lh~
88g~8888~
NO<s$:O:OtDOO
~g15~~~~g
w:i~~ ~~
en
88g8~~
:ggggi8
"'............0
.,.:t\i
.... ...
...
~8~
q
CD
....
o 0
8 8
00
'" <"l
<J> '"
Ul
coo QJ
zzz>-
888:5
u> M M C"\I'
~
....
~~
g ~ ~ ~ ~
giog"oi
<l>v;3",:5
';~IiiW
"'...
8 g g
oaio
..,. ... CD
'" IS> ..-
...........
gggg8~~
00000(1)0)
~!:l:h~~~l3
........ ""Cll)
8 8
00
om
It) N
Nlfl
....
Ln~~or::...Oim
~ ~~~~::J::J
;J ~~~~~~
... ......"'t;;.......
..........
..,
...
o
C"'l
III
Q
III
Q,
~~a!g8
~g~
~:;N
...
8888800
0000088
ogg~~~g
8...................
ri<n
...
8g8~~8gm~~~~~~~
o~gi~~~; ~"'~
rlw~~~2i~CI't ~aa
~ g ~
000
~ ~ ~
.., ." U)
o 0
8 8
gi
~ .....
N
<>>
O..-OO)OOSlCD
(I)~~~~C\I~
a)oi......<"l~fi
~:g~~"lIS>_
~....:a>~Z;:;
tft~~Ch
a~a
aa88~8&
88 g~
N 0 (')
... - ...
Z;;
og
8 0
gg
CI> <10
c-J
V>
Cii
VI:e U)
~~~~~~~~~~~~~~
gi:~o~o8~:g88888
t~<s$~<O~~"~~~'~~~
100 ~
o 0
Z Z
<:>
o 0
Z Z
o 0
il :e
..,;0\
N CD
000
Z Z Z
<:> 0 <:>
l6:5~
te~~
c:
'n;
c
'" B '"
~ ~ ~
~ .8 ~
gt ~ ~
:g;:g
~ &. ~
.!>
<II )(
.. ...J '"
1< ~ ~
~ c 8-
IV e.
~ '0
~~~li~
~~€~,lc
~ :! ~ ~ ~
~1i~~5l
~~~a:~
..(
Eo-
..(
Cl
t.:l
z
i=
~
>-
l;;;
I.;;
Q.
C
=:
Q.
~
-<
C
=
w
~
:e
o
\.I
888 808 0 2 0 2
0<;><;> N g 0 g 5 ... 5
fi8~~~g~8 g
'-9~~~~~~~ (JI)
~ ~ .-
....
o Q 0 0 0
ZZZZZ
N CDOO
o '"
... '"
~~~~~
OONON
~~15~~
...- a) -.:: ....., ...
'"
(I) '"
~~~~
1tl
M
'iil
8"''''''''''' "'''''''N M ",N<">MN"'_N'" NNNN.......MN"'''' "'''' ",N"'''''''' M.... v........................
.-
6 ~ ~ N N ~ N N N N .~ N N N N N M N N N N N ~ N N ~ - N N ~ N N ~ N N N N N N N N N N N ~
.,.
Q
Q
N
. ,.,
~~
=g
OJ ~ %
, ~
o
..
~
.;
:i
~ ~
Ul -=
E (I)
~ '" ..
~$~
~
S!
o
c Ul
~!
III ..
~a:
)(
41 ""
l~~~
c:s~~~
c: 8 -'" ~
~~8.i!
CJ ~ III ~
>-~GJQ)
2l&~fjG
is
> g ~
~ n ::l
~-g-6:i
~'6..S!-g
. ~ U? 0. t'Q
~o~e~.g
.o8w!8
Eeiiia:u
~~~~~
...
II>
a,'E
2~
I/) c:
~ 'I
g u
w~
Ol
<:
:i Gi
'" 'E
III '"
.. U
g E a
g 8 ,.,
.. ~ m
s ~ ts
~o~
~ ~ ~ ~ t S ~ ~ ~ ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~
~ : m ~ ~ z ; ~ ~
oouuo{3uo{3
..
Ul
~
'0 0;
~ !
4> ii5 -g
!:8ai
iii := 3:
C)~
s-
~~
~
<
"Cl
~ ~
~ ij
~ l!:!
~~
~
G.I us <:;
3: 1i l!!
... '" us
E ~ =
~ ~ ~
U) .l: <P
ZUl:!
~ i
M ...
Q) ~ ~ ~ s .s ~
~~~~~~~
m IV (\) co co C'G (1)
GOOGGrsG
::-
a; ~ .... (3
~'C -gg ~~ ~
~~ "'~~ ffi~ ~
i~-o~~5-g!~ g
e!~~~~.ijiii:!{3ie
(!lU~"'€llIei~C:~
~8~~~~:!:=s~g
~:g~~~~~frl~.s~
Ol
c:
:g
'5
.. Cl
~ .5
:: ~
~ f3
CQ u
co '"
c: c:
E :si ~
~~~g.g
... !; E III '"
C1 g g .~ ~
B&&~~
... ..... ...
~ ~ ~
... .... .... ....
~ S !! S
to co ca co
~ ~ ~ ~
jl1.;l.;l
UUUU
~ .~ 'E
is 0 III
Ul .. ::l
0>0101
C c: ~.
"a, cs. -'"
<t)(f.)~Ri
~:aai~~
~~~~~
o-:2'g
.. .... "3 '" IS>
~~CJ:!~
Iliillilll&jIJIII!1111
I I I I ~ i ~ m m ~ m ! i I J ~ ~ ~ ~ i ~ B I
~a:a:a:&~~&&~&oca:oca:a:ococa:ocococa:
a,~~~~~~~~~~~~~~~~~~~~~~
~~~~~~~~~~~~~~~~~~~~~~~
~~~~~~~~~~~~~~~~~~~~~&
~ Gi !i ~
~ l ~ ~
~ ~ ~ ~
~~;~~~~~~~~~~~~~~~~~e~E
c:
.9 ...
* ~ ,~ ,~ ~
Q~~~(J) g
~ ~ n D ~ '~
oo;bJ~~~ 'S
c;.!'C"'~Cii" alO
~8~~~~~ '~~
~~~~~~cnflc'il2
)1o;~l!l(,)o...e~,!lc;;
o~ClCJ"ClS:~"':CC:
~:fzcnouu~~8
~
c a
~~
co Vi
.~ ft
'j! :a
1-0...
~iiOi
~ ~ ~ ~
cv m ('Q C'D
(U Q) 4.) 0
001313
z: z:
'8 '8
a:l a:l
c: c
~ ~
"5 S
~ ~
:l: :!
~ ~
<10 ..,
N N
~ 0
Ql < ~
~8~~~
ai.f!v.iij~
~ I- .!: ~ !
~;~C>CJ
"o...l!!z<ri
1II",l.l.o<o
~a;~M~
I_NU)....~
~ ~ S S B 8 ~ I ~ I
;E;f:f:f:f:f~~~~
~ ~ :!
- .. -
'!2 ~ ~ ~
.. - -
s i!
~ ~
.. III
Ql '"
1J G
; ~ s s ~ CD 4i
~ l ~ ~ ~ ~ ~
co n) &V m to fa Q
GOGGGGG
4i
~ C>
~ U
-CQ) 0
i'i f!! ;
IUS ~
u: ~ <
Z ~ Z
... Ol :5
~E~E~
Q:
Ul ~
5 ~ ,~
1j.~:Ji
'c ~ 0... ~
~ '2 :::l a
~ ~ ~ ~
~ ~ 0... o...~
0... :c
~
'- ... """ - ... .... '-
~ ~ ~ ~ 4T CU s
~~~i:~l~
m ~ :3 ~ ~ ~ ~
1J1J[j13{3{3{3
II>
::>
c:
'" Qj
~ ~ ~
.!!!cnl1l
~ c >-
:! -E ~
z .. ell
o l.!) ~
; ~ l3
~
iii
Q) :.~
~CCO
~~.8~~~
~'5Ci~fJ);;;
C::~~~;i::l
:~~rogo
'" C') ...... '" Ol N
en U) II) W I/) f/) UJ II')
~55~~~~'S
~~~~~~~~
U U (;J <.> U (.) tJ U
i5:a:l5i5j5i5i5iS
=~::l=;)~:;)=
0... 0... Q.. 0.. Q.. Q, Cl. 0...
ltl
8
C'Il
25
~
~ ~
..- ...
_ N ~ ~ ~ ~ ~ ~ ~ 0
~~~~~~N~~~
... N
..., C"l
- ..-
U)
x
Lri
<:>
r0!-
o
.....
>
o
C/')
<
~
~
f.:)
:z:
...
~ ~
)'I
....
~
;.l
~
o
c::
~
...;J
-<
-
u
=:
:.1
~
~
o
u
'.
~~g8~8D;~
ricO<<io~~~ ~
'"iDU')..~~~coCQ ~
Oo;;;;;;;;;~""fl ~
I-
g 8 8
~8g
... ...
_ (I) &1":
.... ....
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
o 0 N ~ M m M 0 coo
oo~\I'i("j~N6.noo
:g~~.q~~,...~8~~~
U)CI)rJ)~(RtII~;;.tA4n'4J
;;ggg8
ftJ.cio.r;Pi
~g~~~
u#dC'i
... <II
."
g~~~~
III
1:
.,
'E
o
o
~~a~aa~8~8~gg8~~~~&~~g
f1i g g O~N~g~g 0
o ~ C'\l ~lO~...tt)....U') ~
ii w <h ....~............
~ ~ ~ 0 ~ 0 0 0 ~ 0 c 0
~gg8108""8g8&8
N0505o,,;o ';05000
G3~~~.~-~ ~~..~~~
~~Z;;;~~~ ;iz;(/)~~
':;
CD
..
i
Q.
U)~~~~~~~
'"
<0
...
~ *
a
III
~~~~~~
~ ~ ~
~ 8
01 r-
N
~
Z
I.
7ii
g~MC"')M('f)P)r)cv)C"")N
U
7ii
iSNNNNNNNNNN
iii
Q
o
M
I ~
c
..
go
..
~~
~:
~~
I-'
~
l0-
b
'0 ! j i
2 (;;
~ en
8!
~ !?
~~
l: ..... '-
o G> .,
". ~ ~
:g ~
00
III ~
III oCt
~ '8 'ii
~g~aJ~
i&n~.iU5
D)t;(!j3~
, ,~ G;
~~::!:O:
~ ~ ~ ~
1:
~CDtnE~
c~~tV~
.2 .2 0 .,...! ~
Cia;I!a-~
5~~~~~
~ i!
iC ...
2: ~
'" co
Ol 4>
00
Q) 4> ; ~ Gi ~
~~~~~~
~ 2 gJ g; ~ ~
00000(3
r:::
~
~ ~
~s= all
c: 8 ,~~ 21
'sm oe~
~~z~~~
"'",,<Ol~Ci:i
3~>.C6 ~
m~~~~ui
~~~~~~
_ ~ ~ ~ ~ m 0 ~ 0 W
55-g~:g-g5~5~
~~~~~~~~~3:
ftJ~~~~~~~~~
It.g~.g.gg.g.g.g.g
CQ.Q.Q.Q.Q.Q.Q.Q.Q.
a ~ ~ ~ a ~ ~ ~ :
E
..
a:
8 g;; S
o N <:)
0" ILl uS
.., '" ...
'" ... It>
..,. ~
~~~~~
~~&~~
0) .-"':
-
~ ~ ~
<:) 0 o.
000
~ ~ ~
~..;Vt
rJ> V>
000
8&rJ>
:is
~~
;;
~~!!~~~~
~~i~~~~~
S S 8 8 8 S !<
0000000
cio.n<'ioog
8~~~a;~(t')
dM .:~.,..
'lC:"'U) u>rn
...
~!~~
'" '" '" 0
S 8 8 g
~ - ,....
o 0
zZ
C 0
~ ~
N
j i I
'" '" '"
Q) '" G>
000
l:.J
Q>
'0
.?:-o
i3 on
5 ;
s ~
o oCt
.s::. '
e>Z
:> g
~ ~
i
:.
m
3
l!:
o
; ~ ~
i g
~ ~
'" III
'" C>
00
C
~
CD
~ g
& oCt "~
~ i .~
e ~ ::!:
'fi (l) O/,l
'" :I: ;:
8 z .~
(l)
""
..
oJ
0> ""
en .2 .~
.S 3l Q)
ai.e.s!
~~g>",~~~
'g>~~~~{2(!)
Wli'iEC(:>~j
C(l!!l!!~tI)m(f)
~ ~ ~
c.. Cl.
~ ~ ~ M ~ . ~ ~ ~ M ~
~
NC\l'Nt'lNiNNN(',INN
N
""
C;
:e
'5
c:l
~4;Q).!d;i:>>s
~~~~~~~~
<11 to co R co e to ~
.91.91C>0l,S14>,S1Q)
(,)(,)00(,)0(,)0
~ ~
... ..;
...., ..,
9? Q) 0'.1
i~~
~ iii ~
.s::. =_
j~~
~ "i i
O~::!:
o ... ...
N ... N
~ ~ ::
C II)
C> il 0
~g.o >..~
&~,iig ~ -8'0::
Wc]:l! 8. ~u
"OCE......f3' UJ en.S:
l;:l;",c (;; ~.;
lf~~"~'=o.lij~~-g
;-"Ui 1P cC\)O
~'c'im"'~iall
~~I~~~~~~
~ S S
~ ~ ~
~ m m
DoD
...... ...
j ~ ~ j
~~j~
(,)000
fI)
(l)
>-
'" <:> '"
00'"
'" 0 S;
~ N C;I)
'" <? '"
N N N
X .:l-
rS 8
x
.!l!
c.""
g ~
o G>
... iC
G> '"
Cl::W
,~ ~ g
co ~ ~
~~~
~
oCtlD iJ
.., '0 (l)
C(U~~'" :;
CDJl4l Z. '5
.!l!2~...::>:>~iJ 0
:>G>-~~a!l!:Z~
~:!~~,l!I=~e~Qi
!~€€€'l\l~3it:~l!!
~Cl~~~:l; e>~ !!lo~
o::~... ~~~'~~E
tI) ~t-O>~'=
8 ~
C C
'" '" C C
~ fII~~j ~~
r.(t ~ro'Ec:
iB~~~~l!!~J
~~~ili~;:
u; d: nI ~ "_:;1- T:-C
::!:Ci3~ ~~
mm
(!)(!)
tI)tI)
~~
III tI)
mmtl)
$$~
~~~
mill(/)
~~~~!~~~~~~~~~~~~~~~~
<GO
~
.,..
II)
cc
co
rzi
N
CO')
~
co
cc
,...
rzi
It)
co
o
~
CO)
o
It)
M
o
o
rzi
co
N
~
111
ii
-
o
I-
~
c
o
~.
.-
N
~
o
o
o.
S
"!.
-
loft
8
o
~
o
...
.,.
<II
4>
>-
o
8
8
...
N
N
<II
-I!:
~
4;
z
5l
g
~
lD
Q;
i'ii
!
...
(l)
o
..,
0::
e
'"
e
.s::.
..,
'"
8
'CI
o
$
c
,2
c;;
l!!
g
a;
all
rn
-I!:
~
~
-
It'i
N
N
o
It)
M
Vi>
'It
'0
o:t
41
Q
ra
Co
<.0
(0
""
a5
Lt)
o
N
"'it
Vi>
..,
o
Lt)
M
(0
-
a5
o
M
~
-<
E-
-<
Q
C
z
e::
-<
cz:
>
E-
Cl:
~
Q.
o
cz:
Q.
Lt)
8
~
"'"
;:::
-
-<
C
cz:
~
~
~
U
It)
o
o
N
-
o
~
0)
V>
x
.n
o
I
l"-
I
I"-
6
CI'J
American Appraisal Associates
ATTACHMENT B
APPRAISER QUALIFICATIONS
, '
Gary M. Soucek
Managing Principal,
Property Appraisal Services Group
Position
Gary M. Soucek is the Managing Principal of the Atlanta
Property Appraisal Services Group of American Appraisal
Associates, Inc. ("AAA").
Experience
Valuation
Mr. Soucek specializes in valuing machinery, equipment, and
related personal property, including chemical and other
processing equipment, computer software, distribution
equipment, engineering drawings and designs, high technology
and data processing equipment, manufacturing materials and
inventories, productive machinery and equipment, and
production tools and dies.
Industries he has served include agriculture, aviation, banking,
bottling, cement, chemical processing, construction, data
processing, distribution, food processing, forest products,
health care, high technology, hospitality, publishing, radio and
television broadcasting, railroad, real estate, retailing,
shipping, textiles, transportation, and wholesaling. In addition
to the United States, he has completed appraisal assignments
in France, Germany, Sweden, Belgium, Saudi Arabia, and
Mexico.
Mr. Soucek has provided many types of values for purposes
including ad valorem property tax assessment appeal,
allocation of purchase price, charitable contribution, estate tax,
financing collateral substantiation, gift tax, insurance, lease
residuals, leveraged buyouts, merger and acquisition,
liquidation partnership/corporation equity contribution, asset
record creation, substantiation of asset ownership, utility rate
determination, and documentation of depreciation and
obsolescence.
Business
Mr. Soucek joined AAA in 2001. Previously, he served as
president of Soucek Appraisals, Inc., for seven years. His
experience prior to this includes six years as a senior manager
with Deloitte & Touche Valuation Group; four years as senior
manager with Arthur D. Little Valuation, Inc.; and three years
of project management for Marshall & Stevens, Inc.
Education
Accounting and Computer Science
Moraine Valley College
Morton Junior College
Joliet Junior College
College of DuPage
State of Illinois, Insurance Producers License for Accident and
Health
Licenses
Professional
Affiliations
American Society of Appraisers
Introduction to Machinery and Equipment Valuation
Machinery and Equipment Valuation Methodology
Machinery and Equipment Valuation - Advanced Topics and
Case Studies
Machinery and Equipment Valuation - Advanced Topics and
Report Writing
Uniform Standards of Professional Appraisal Practice
AON
Insurance Sales
r
Craig Wilderspin
Senior Valuation Consultant,
Property Appraisal Services Group
Position
Craig Wilderspin is a senior valuation consultant for the
Milwaukee Property Appraisal Services Group of American
Appraisal Associates, Inc. ("AAA").
Experience
V a/uation
As a senior valuation consultant, Mr. Wilderspin is responsible
for taking accurate inventory in the field and converting and
evaluating the information, which is then processed.
Mr. Wilderspin primarily values fixed and movable assets,
land, land improvements, and buildings for insurance and
accounting purposes. He has appraised property and assessed
intrinsic value for a variety of corporate and governmental
entities including industrial plants, cities, and school districts,
as well as churches and universities.
Business
Mr. Wilderspin joined AAA in 2001. Prior to joining AAA,
he worked for M&I Bank and Founders Bank.
University of Wisconsin - Madison
Bachelor of Business Administration - Finance, Investment,
and Banking
Education
American Appraisal Associates
ATTACHMENT C
PUBLIC SECTOR QUALIFICATIONS
American Appraisal Associates
Appraisal Services For The Public Sector
Governments, school systems, and universities often have substantial investment in fixed assets but
no reliable way to manage those assets or determine proper insurance coverage for them.
Now there's an answer. American Appraisal Associates offers fixed asset management and insurance
services that capture vital information on your assets. This information gives you the power to
effectively plan and monitor the use of your assets and determine appropriate insurance coverage
for them.
Our services include:
. Fixed asset management systems
. Insurance services for individual clients and insurance pools
. Planning studies
. Infrastructure valuations
Fixed Asset Management Systems
If you have inadequate fixed asset records, you may be in danger of receiving a qualified auditors
report or management letter - and that can hurt your bond rating. There is no need to take that
chance. We can establish a thorough and efficient system that will satisfy GAAP accounting
requirements and make your day-to-day operations simpler.
Our systems put you in control because each one is tailor-made. We work with you to design a
system that is as flexible as it is easy to use so you can track assets for a variety of purposes. Best of
all, our systems help you meet government regulations, accounting and budgeting requirements, and
property management responsibilities.
Insurance Services
Determining correct insurance coverage for diverse assets is difficult, and the need for accuracy is
great. That's why so many in the public sector rely on us to determine the replacement value of their
assets. We've been the world's leading insurance appraiser since 1896.
You can depend on our values because we use reliable resources such as our national machinery and
equipment database. With insurance coverage based on our values, your property will be well
protected.
Planning Studies
Our planning studies help you get the most benefit from your fixed asset management system. As
part of this service, we review your current system, policies, and procedures and make
recommendations for improvement.
Infrastructure Valuation
During an infrastructure valuation, we value items such as wastewater systems, sidewalks, and curbs,
and prepare an account report projecting their replacement. We ensure that none of your assets are
overlooked.
American Appraisal Associates
Professional Staff
American Appraisal Associates has a full-time staff of professional appraisers dedicated to serving
the public sector. So, you never have to worry about subcontracted work.
In addition, our staff members belong to professional associations such as the American Society of
Appraisers. They are also trained in GAAP requirements and the special needs of governments,
school systems and universities. This training ensures that your needs are understood, and that they
drive the work we do.
Our Approach
Fixed Asset Management Systems ,
You are the most important part of a fixed asset management system. That's why we spend so much
time learning your needs and planning your system. We want to make sure that our solution will
meet your requirements.
As part of our service, we conduct an inventory of all of your fixed assets and develop current
replacement cost, actual cash value, or estimated original cost, if original cost is not known. Assets
can be bar coded for ease of identification and future efficiencies. This information is entered into
our computer system and reviewed for accuracy before the final report is delivered.
In addition, we offer two alternatives for keeping asset data up-to-date. A perpetuation procedure
can be built into the system so that you may maintain the data independently, or we can perform
updates for you each year.
Traditional Insurance Services
For those seeking to insure their assets, we offer traditional insurance appraisals, in which we
inventory and inspect all assets, research local costs of materials, labor, and estimate values and
depreciation. In addition, we offer simplified annual updates to ensure proper coverage throughout
your policy period.
Appraisal Services for Insurance Pools
We have also created a unique appraisal service to meet the specific needs of risk-sharing, insurance
pools.
This service uses nationally recognized building and cost information systems such as the Boeckh
Building Valuation System and contents model based on thousands of comparable properties from
our national database to value buildings, contents, consumables, and property in the open.
(Contents include items such as desks, chairs, and ftle cabinets. Consumables include office supplies,
books, and janitorial supplies. And property in the open is comprised of items such as fences,
lighting, flagpoles, and playground equipment.)
Using this cost effective approach, we can provide reliable, consistent asset values and simplified
annual updates for all pool members.
, .
American Appraisal Associates
The Benefits - Appraisal Services Designed for You
Our goal is to provide you with the most reliable, cost-effective valuation services possible. That's
why we offer the following benefits:
. Full-time, trained professionals who work on every job
. A proprietary, national database of machinery and equipment values
. An advanced, bar code inventory system
. Customized insurance services for risk-sharing, insurance pools
You can count on us to learn your objectives, develop a solution that's right for you, and stand
behind our values. No matter what. We believe that's the only way to do business.
; .
American Appraisal Associates
ffm!ittidl~H,'
ATTACHMENT D
REFERENCES