Loading...
HomeMy WebLinkAbout275829 BONNIE ROERIG & ASSOCIATES - PURCHASE ORDER - 9126090City of Fort Collins Date: 11/27/2012 PURCHASE ORDER PO Number I Page 9126090 1of2 This number must appear on all invoices, packing slips and labels. Vendor: 275829 Ship To: ENGINEERING DEPT-MASON BONNIE ROERIG & ASSOCIATES CITY OF FORT COLLINS 1873 S BELLAIRE ST #1222 ENGINEERING DEPT-MASON DENVER Colorado 80222-4359 281 N. COLLEGE AVE FORT COLLINS Colorado 80524 Delivery Date: 11/27/2012 Buyer: JOHN STEPHEN Note: Line Description Quantity Ordered UOM Unit Price Extended Price CSU Re -Appraisal 1 LOT LS 4,160.00 (including Parking Analysis) per Work Order APR-04-2012. MAX BRT Project. Total $4,160.00 Ra_� C3. 0✓lLLaQ � City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 (5) Assumptions and Limiting Conditions: The appraiser shall state all relevant assumptions and limiting conditions. In addition, the acquiring agency may provide other assumptions and conditions that may be required for the particular appraisal assignment, such as: (a) The data search requirements and parameters that may be required for the project. (b) Identification of the technology requirements, including approaches to value, to be used to analyze the data. (c) Need for machinery and equipment appraisals, soil studies, potential zoning changes, etc. (d) Instructions to the appraiser to appraise the property "As Is" or subject to repairs or corrective action. (e) As applicable include any information on property contamination to be provided and considered by the appraiser in making the appraisal. For this assignment, specifically, property identification pertains to all of the CSU areas affected by the BRT acquisitions. Property inspection is expected to require marking of the affected areas such that the appraiser can clearly and easily identify the easements and affected parking spaces. The type and extent of data researched is expected to include background information regarding operation of the subject affected lots, income and expense summaries for the past three to five years, project plans for reconstruction of the lots, parking space counts and similar information. The analyses applied will be those appropriate and relevant to the valuation of the property for its highest and best use. Assignment results are to include compensation for all property rights to be acquired together with consideration of the impact of the loss of parking revenue. It can be expected that the income approach will be the most important method of analysis relative to the parking lots, however, the appraiser may find it necessary to research sales of other parking lots to parking lot operators for continued parking use as a test of reasonableness. Other steps may be necessary and appropriate. With regard to reporting, the results of the analysis should be communicated to the City of Fort Collins in a summary narrative appraisal report that would meet the requirements of Standard 2-2(b) of the Uniform Standards of Professional Appraisal Practice (USPAP) promulgated by The Appraisal Foundation. Materials to be supplied to appraiser Detailed and dimensioned project plans clearly identifying the property/property rights to be acquired and showing affected parking spaces to be considered. Complete legal descriptions of property/property rights to be acquired. If the City has prepared any parking lot study (e.g. amended layouts, change in uses, etc.) this report is requested since it impacts the net damages to the parking lot. Real Estate Analysts Valuation Cons►►ltants Bonnie Roerig & .Associates, LLC Bonnie D. Roerig, MAI October 28, 2012 Mr. Patrick Rowe Real Estate Specialist II City of Fort Collins Real Estate Services 300 LaPorte Avenue P.O. Box 580 Fort Collins, Colorado 80524 Re: Proposal for Real Property Valuation Services Partial Acquisitions for BRT Colorado State University Fort Collins, Colorado Dear Mr. Rowe: Thank you for contacting me to provide our fee and time schedule to provide real estate appraisal services relative to the above —referenced property consistent with the scope of work provided. The purpose of the appraisal is to estimate the market value of the property and property rights for acquisition by the City of Fort Collins for the Bus Rapid Transit (BRT) project to be located in this area. A second purpose is to provide an analysis of the impact of the loss of on —site surface parking. The appraisal would involve an appropriate and necessary scope of work, relying upon established methods of valuation, and conveying the results in a summary report. The report would include all of the data, reasoning and conclusions necessary to support the market value of the property. The reports would be sufficient in content to support court condemnation proceedings, if needed. Note that we appraised this property in the past. The appraisal will be prepared in compliance, conformity and consistency with relevant parts of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (Uniform Act); 40 CFR Part 24.103 through 105; 23 CFR Part 710; § 38-1-101 et. Seq. C.R.S.; §24-56- 101 et. Seq. C.R.S.; appropriate State laws, regulations, policies and procedures applicable to appraisals of right of way; and the Uniform Standards of Professional Appraisal Practice (USPAP), 2012-2013 ed. 1873 S. Bellaire Street Suite 1222 Denver, Colorado 80222-4359 Phone: 303-757-5525 Fax: 303-757-8835 E-mail: bonnie@coloradoappraiser.net Based on the scope of work for the appraisal, my estimate of total fee is as shown below: Appraisal Services. CSU Parking Study i0flSi2012 I'JU:-SRT Ft. Collins. CO Hours Hrly. Rate Subtotal Property inspection (incls-travel) 3.0 Survey of comparable parking properties 4.0 Analysis 4.0 Report preparation 6.0 Total for Scope of work-BDR 17.0 S210.00 S3,570.00 Appraisal Associates 4.0 S105.00 S420.00 Productioniclerical 2.0 S05.00 S170.00 Total for Scope of Work: S4,160.00 We propose to provide you with the report draft within six weeks of the date of our receipt of authorization to proceed and the items requested in the Scope of Work. This proposal includes three copies of the report. For information, the hourly rate for my time for any appraisal services relative to this project following completion of the appraisal as may be authorized is $210.00 per hour. Please feel free to contact me should you need additional information, clarification, or if you have questions concerning this proposal. A copy of my qualification sheet is provided at the end of this proposal. Sincerely, Bonnie D. Roerig, MAI Principal and Owner BDR/hs Bonnie Roerig & .associates, LLC ReaCEstate AnaCysts - 'Valuation Consultants Purchase Order Terms and Conditions Page 2 of 2 I. COMMERCIAL DETAILS. ILNONWAIVER. Tax exemptions. By statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance ofor payment for goods hereunder or approval ofthe design, shall not release the Seller of Goods Rejected. GOODS REJECTED due to failure m meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be resumed to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hereofor any of its rights or remedies as to any such goods, regardless instructions from the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the tem s Inspection. GOODS are subject to the City of Fort Collins inspection on wrival, hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. authorized payment on the pan of the City of Fort Collins. However, it Is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Tems. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522, unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order. bill most accampanv invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when shipments are made from greater distance. Permits. Seller shall procure at sellers sale cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rates and requirements. Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full and complete authority to bind said parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your promised delivery date as noted. Time is of the essence. Delivery and pmfmmance must be effected within the time stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptance offewial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable central and without its fault of negligence, such acts of God, acts of civil or military authorities, govemmenWl priorities, fires, strikes, flood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller warrans that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees on hold the purchaser harmless from any loss, damage or expense which the Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make good, without cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goads furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include loss ofprofits or loss arose. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may nuke any changes to the terms, other than legal terms, including additions to or deletions from the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects the amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all purtions of the goods then not shipped, subject to any equitable adjustment between the ponies as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller crony of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment most be asserted within thirty (30) days form the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser hamdess form all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither parry shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written consent of the other parry. 10. TITLE. The Seller wartams full, clew and unrestricted title to the Purchaser for all equipment, materials, and items famished in performance of this agreement, free and clew of any and all tiers, restrictions, reservations, security interest encumbrances and claims of others. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. tribe Purchaser directs the Seller to correct nonconforming or defective goads by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be perforated by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such pony. The Sellers contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract, and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any pan thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipment or pan is enjoined, the Seller shall, at its own expense and at is option, either procure for the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but noninfringing equipment, or modify it so it becomes noninfringing: 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of terms used or the interpretation of the agreement and the rights of all parties hereunder shall be construed under and governed by the laws of the State of Colorado, USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Rcmesentative(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Sellet's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work anNor materials before Seller's final completion and acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials and equipment are famished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being famished by the Seller under the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependens in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limits of at least S300,000 for any one person, S500,000 for any one accident and property damage limit per accident of 5400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold hamnlcss the Purchaser and any or all of the Purchasers officers, agents and employees form and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason of any net, action, neglect, omission or default on the pan of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said parties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, famish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rates and regulations issued pursuant thereto. Revised 032010 OPERATIONS SERVICES REAL ESTATE SERVICES P.O. Box 580 300 Laporte Avenue, Bldg. B Fort Collins, CO 80522-0580 970.416.2276 970.416.2209 — fax @/cgov.com DATE: October 29, 2012 TO: Jim O'Neil FROM: Patrick Rowe RE: Mason Corridor (MAX) Bus Rapid Transit Project Cost Analysis — CSU Re -Appraisal (2012-10) The BRT Project requires further appraisal services for the Project. Given the critical tuning and the importance of consist valuations, it's my recommendation that the Project rely on Bonnie Roerig and Associates (BRA) to provide this service. To date, BRA has performed all of the necessary appraisals for BRT; BRA is up to speed with the Project and can begin work immediately, and BRA's rates are very competitive. Prior to requesting a proposal for BRA's appraisal services for the CSU re -appraisal (including parking analysis), I prepared an Internal Cost Estimate (ICE) for the work. The ICE resulted in an estimate of $3,700. The estimate is based on the initial CSU/CSURF appraisal, and the first reappraisal request. I relied primarily on the first revision proposal which resulted in a cost of $4,390.00 for the re -appraisal of the CSU/CSURF property. The current request and this assignment are very similar. I did, however, adjust the cost down by $700 estimating that it would take half as much time to perform the analysis given that the assignment does not include CSURF property (additionally, understanding the parameters and boundaries of the assignment should be easier as the legal descriptions have not changed). Following the completion of the ICE, I received a proposal from BRA in the amount of $4,160.00 (the details of this proposal is attached for reference). The BRA proposal is $460 more than the ICE. In my opinion, this cost difference is within an acceptable range of the estimate that I provided. Based on my familiarity with appraisal work, including recent and similar appraisals performed on earlier phases, I believe the BRA proposal to be in -line and justified. As such, I recommend �a pr�l of this fee estimate with a budget of $4,160. ,[�I,� Patrick Rowe Real Estate Services ,�rtc Fort Collinslndependent Cost Estimate _�—s Date of Estimate: 5-Oct-12 Contract Type: Existing Contractor PO (Y/N): NO. Description of Goods (A) or Services (B): Professional Services - Appraising I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) Previous Signature of Preparer: work orders / proposals. Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Services, Repairs, or Non -Standard Items Itemrfask: first re-appralsal ($4,390.00)... will .ire more than Initial due to CSU ling over parking lot financials + r look for market data... Materials or Work Description Other Direct Costs Labor Rate $ Labor Hours Labor Class Allocated Overhead SGBA' Profit TOTAL CSU Re -Appraisal $ 3,700.00 -current valuation analysis -re-inspected parking spots / CSU meeting Total $ 3 700.00 'Selling. General and Administrative Expenses Real Estate Analysts _ - Valuation Consultants Bonnie Roerig & Associates, 11 C Bonnie D. Roerig, MAI October 28, 2012 Mr. Patrick Rowe Real Estate Specialist II City of Fort Collins Real Estate Services 300 LaPorte Avenue P.O. Box 580 Fort Collins, Colorado 80524 Re: Proposal for Real Property Valuation Services Partial Acquisitions for BRT Colorado State University Fort Collins, Colorado Dear Mr. Rowe: Thank you for contacting me to provide our fee and time schedule to provide real estate appraisal services relative to the above —referenced property consistent with the scope of work provided. The purpose of the appraisal is to estimate the market value of the property and property rights for acquisition by the City of Fort Collins for the Bus Rapid Transit (BRT) project to be located in this area. A second purpose is to provide an analysis of the impact of the loss of on —site surface parking. The appraisal would involve an appropriate and necessary scope of work, relying upon established methods of valuation, and conveying the results in a summary report. The report would include all of the data, reasoning and conclusions necessary to support the market value of the property. The reports would be sufficient in content to support court condemnation proceedings, if needed. Note that we appraised this property in the past. The appraisal will be prepared in compliance, conformity and consistency with relevant parts of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (Uniform Act); 40 CFR Part 24.103 through 105; 23 CFR Part 710; § 38-1-101 et. Seq. C.R.S.; §24-56- 101 et. Seq. C.R.S.; appropriate State laws, regulations, policies and procedures applicable to appraisals of right of way; and the Uniform Standards of Professional Appraisal Practice (USPAP), 2012-2013 ed. 1873 S. Bellaire Street Suite 1222 Denver, Colorado 80222-4359 Phone: 303-757-5525 Fax: 303-757-8835 E-mail: bonnie@coloradoappraiser.net Based on the scope of work for the appraisal, my estimate of total fee is as shown below: Appraisal Services, CSU Parking Study 10/18/2012 MAX-BRT Ft. Collins, CO Hours Hrly. Rate Subtotal Property inspection (incls. travel) 3.0 Survey of comparable parking properties 4.0 Analysis 4.0 Report preparation 6.0 Total for Scope of Work-BDR 17.0 $210.00 $3,570.00 Appraisal Associates 4.0 $105.00 $420.00 Production/clerical 2.0 S85.00 $170.00 Total for Scope of Work: $4,160.00 We propose to provide you with the report draft within six weeks of the date of our receipt of authorization to proceed and the items requested in the Scope of Work. This proposal includes three copies of the report. For information, the hourly rate for my time for any appraisal services relative to this project following completion of the appraisal as may be authorized is $210.00 per hour. Please feel free to contact me should you need additional information, clarification, or if you have questions concerning this proposal. A copy of my qualification sheet is provided at the end of this proposal. Sincerely, Bonnie D. Roerig, MAI Principal and Owner BDR/hs Bonnie Roerig & .Associates, LLC ReaCEstate AnaCysts - TaCuation ConsuCtants EXHIBIT "B" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CIT`_' OF FORT COLLINS AND Bonnie Roerig & Associates DATED: March 1, 2004 Work Order Number: APR 04-2012 Purchase order Number: Project Title: BRT- CSU Re -Appraisal (including parking analysis) Commencement Date: October 29, 2012 Completion Date: December 10, 2012 Maximum Fee (time and reimbursable direct costs): $4,160.00 Project Description: re -appraise property interests necessary from CSU for the BRT Project. Provide current value and include analysis of parking and any value implications. Scope of Services: Provide appraisal services according to the attached Scope of Work (which includes compliance with the Uniform Standards of Professional Appraisal Practice, the Uniform Act, FTA rules and regulations, and appropriate state law). Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this work order (including the attached forms) the Services Agreement shall control. SERVICE PROVIDER / By: Date: CC: Purchasing ACCEPTANCE U The attached forms consisting of eight (g) pages are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given - C I' By Da; Director of Purchasing and Risk Management over $60, 000. SCOPE OF WORK CSU Current Valuation and Parking Study a. The appraiser will, at a minimum: (1) Provide an appraisal meeting the agency's definition of an appraisal or at a minimum the definition must be compatible with the definition found at 49 CFR 24.2(a)(3). (2) Afford the property owner or the owner's designated representative the opportunity to accompany the appraiser on the inspection of the property. (3) Perform an inspection of the subject property. The inspection should be appropriate for the appraisal problem, and the Scope of Work should address: (a) The extent of the inspection and description of the neighborhood and proposed project area, (b) The extent of the subject property inspection, and (c) The level of detail of the description of the physical characteristics of the property being appraised (and, in the case of a partial acquisition, the remaining property). (4) In the appraisal report, include a sketch of the property and provide the location and dimensions of any improvements. Also, it should include adequate photographs of the subject property and comparable sales and provide location maps of the property and comparable sales. (S) In the appraisal report, include the following items: (a) The property right(s) to be acquired, e.g., fee simple, easement, etc., (b) The value being appraised and its definition, (c) Appraised as if free and clear of contamination (or as specified), (d) The date of the appraisal report and the date of valuation, (e) The realty/personalty report, if appropriate, required at 49 CFR 24.103(a)(2)(i), (f) The known and observed encumbrances, if any, (g) Title information, (h) Location, (i) Zoning, (j) Present use, and (k) At least a five-year sales history of the property. (6) In the appraisal report, identify the highest and best use. If highest and best use is in question or different from the existing use, provide an appropriate analysis identifying the market -based highest and best use. If "parking lot" is determined to be the highest and best use, an income approach will be prepared. Assistance of the City in obtaining CSU parking revenue records. This information is necessary in the highest and best use determination. (7) Present and analyze relevant market information. Specific requirements should include research, analysis, and verification of comparable sales. Inspection of the comparable sales should also be specified. (8) In developing and reporting the appraisal, disregard any decrease or increase in the fair market value of the real property caused by the project for which the property is to be acquired or by the likelihood that the property would be acquired for the project. If necessary, the appraiser may cite the Jurisdictional Exception under Uniform Standards of Professional Appraisal Practice (USPAP to ensure compliance with USPAP while following this Uniform Act requirement. (9) Report all analysis, opinions, and conclusions in a summary narrative appraisal report. b. Additional Requirements of Scope of Work (1) Intended Use: This appraisal is to estimate the fair market value of the property, as of the specified date of valuation, for the proposed acquisition of the property rights specified (i.e., fee simple, etc.) for a federally -assisted project. (2) Intended User: The intended user of this appraisal report is primarily the acquiring agency, but its funding partners may review the appraisal as part of their program oversight activities. (3) Definition of Market Value: This is determined by State law, but includes the following: (a) Buyer and seller are typically motivated; (b) Both parties are well informed or well advised, each acting in what he or she considers his or her own best interest; (c) A reasonable time is allowed for exposure in the open market; (d) Payment is made in terms of cash in U.S. dollars or in terms of financial arrangements comparable thereto; and (e) The price represents the normal consideration for the property sold unaffected by special or creative financing or sales concessions granted by anyone associated with the sale. (4) Certification: The required certification should be in the State's approved Appraisal Procedures or part of State law and comply with the current edition of USPAP.