AGREEMENT FOR PROFESSIONAL SERVICES
,.
s;S.')
~
AGREEMENT
FOR
PROFESSIONAL SERVICES
This AGREEMENT is made and entered into on the .3 r<J day of ~, 2001
by and between the City of Clearwater, Florida (CITY) and HDR. Engineering Inc.,
(ENGINEER).
WITNESSETH:
WHEREAS the CITY desires to engage the ENGINEER to perform certain professional services
pertinent to such work in accordance with this Agreement; and
WHEREAS the ENGINEER desires to provide such professional services in accordance with
this Agreement; and
WHEREAS the CITY selected the ENGINEER in accordance with the competitive selection
process described in Section 287.055 of the Florida Statutes, and based on information and
representations given by the ENGINEER in a proposal dated February 2001:
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue
to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and
agreed as follows:
1.0 GENERAL SCOPE OF THIS AGREEMENT
The relationship of the ENGINEER to the CITY will be that of a professional consultant,
and the ENGINEER will provide the professional and technical services required under
this Agreement in accordance with acceptable engineering practices and ethical standards.
2.0 PROFESSIONAL TECHNICAL SERVICES
2.1 The ENGINEER shall maintain an adequate and competent staff of professionally
qualified personnel available to the CITY for the purpose of rendering the required
engineering services hereunder, and shall diligently execute the work to meet the
completion time established.
2.0 The Scope of Work shall include services to manage the Friendly Village of Kapok property
from purchase through its complete vacation by all occupants, and implement a resident-
sensitive relocation of park tenants which may include the acquisition or relocation of
1
..
m
individual mobile homes, and as further described in Exhibit "A" attached.
3.0 PERIOD OF SERVICE
It is the intent of the parties hereto that this Agreement continue in force for a period of
two years from the date of execution, subject to the provisions for termination contained
herein.
4.0 INSURANCE REQUIREMENTS
See Exhibit "B" attached.
5.0 GENERAL CONSIDERATIONS
5.1 All documents including field books, drawings, specifications, calculations, etc., supplied
by the ENGINEER shall become the property of the CITY. The CITY acknowledges that
such documents are not intended or represented to be suitable for use by the CITY or
others for purposes other than those for which the documents are prepared. Any reuse of
these documents without written verification or adaptation by the ENGINEER for the
specific purpose intended will be at the CITY's sole risk without liability or legal
exposure to the ENGINEER.
5.2 The ENGINEER will provide expert witnesses, if required, to testify in connection with
any suit at law. A supplemental agreement will be negotiated between the CITY and the
ENGINEER describing the services desired and providing a basis for compensation to the
ENGINEER.
5.3 Upon the ENGINEER's written request, the CITY will furnish or cause to be furnished
such reports, studies, instruments, documents, and other information as the ENGINEER
and CITY mutually deem necessary.
5.4 The CITY and the ENGINEER each bind themselves and their successors, legal
representatives and assigns to the other party to this Agreement and to the partners,
successors, legal representatives and assigns of each other party, in respect to all
covenants of this Agreement; and, neither the CITY nor the ENGINEER will assign or
transfer its interest in this Agreement without written consent of the other.
5.5 The ENGINEER agrees to indemnify and hold harmless the CITY, its officers and
employees, from liabilities, damages, losses and costs, including, but not limited to
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or
intentional wrongful misconduct ofthe ENGINEER and persons employed or utilized by
the ENGINEER in the performance of the contract.
5.6 The ENGINEER agrees not to engage the services of any person or persons in the employ
of the CITY to an allied capacity, on either a full or part-time basis, on the date of the
2
..
00
signing of this Agreement, or during its term.
5.7 Key personnel assigned to this project by the ENGINEER shall not be removed from the
projects until alternate personnel acceptable to the CITY are approved in writing by the
CITY. Key personnel are identified as:
5.8 The ENGINEER shall attach a brief status report on the project with each request for
payment.
6.0 COMPENSATION
6.1 The ENGINEER shall be compensated for all services rendered under this Agreement in
accordance with the provisions of Exhibit "A" Scope of Work, upon presentation of
ENGINEER's invoice. An hourly rate schedule and typical methods of compensation are
attached hereto as Exhibit "C".
6.2 The compensation for services shall be invoiced by the ENGINEER and paid by the
CITY once each month. Such invoices shall be due and payable upon receipt.
6.3 The ENGINEER agrees to allow full and open inspection of payroll records and
expenditures in connection with hourly rate and cost plus fixed fee work assignments
upon request of the CITY.
7.0 PROHIBITION AGAINST CONTINGENT FEES
The ENGINEER warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for the ENGINEER to solicit or secure
this Agreement and that it has not paid or agreed to pay any persons, company,
corporation, individual or firm, other than a bona fide employee working for the
ENGINEER any fee, commission, percentage, gift, or any other consideration, contingent
upon or resulting from the award or making of this Agreement.
8.0 TERMINATION
This Agreement may be terminated by either party with seven (7) days prior written
notice, in the event of substantial failure to perform in accordance with the terms hereof
by the other party through no fault of the terminating party. If this Agreement is
terminated, the ENGINEER shall be paid in accordance with the provisions of
outstanding Work Orders for all work performed up to the date of termination.
9.0 SUSPENSION. CANCELLATION OR ABANDONMENT
If the project described in any Work Order is suspended, canceled, or abandoned by the
3
..
(IJ
,
CITY, without affecting any other Work Order or this Agreement, the ENGINEER shall
be given five (5) days prior written notice of such action and shall be compensated for
professional services provided up to the date of suspension, cancellation or abandonment.
This Agreement shall be administered and interpreted under the laws of the State of
Florida.
10.0 TERMINATION OF CONVENIENCE
Either the CITY or the ENGINEER may terminate the Agreement at any time by giving
written notice to the other of such termination and specifying the effective date of such
termination at least thirty (30) days before said termination date. If the Agreement is
terminated by the CITY as provided herein, the ENGINEER will be paid for services
rendered through the date of termination.
4
"
plJ
"
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
date and year first above written.
Approved as to form and
correctness:
e C. Hayman
ssistant City Attorney
By:
~9'~
~". \},i,t ftffilettrl
WITNESS:
By: ~1::,h"~
Sa., \I;~ 1.:t~.
CITY OF CLEARWATER
A.. B ~....JI
William B. Horne, II
City Manager
By:
ATTEST:
. ~ 7fJ~~~~0.dr-
. Goudeau. ~
lerk
5
EXHIBIT" A"
SCOPE OF SERVICES
FRIENDLY VILLAGE OF KAPOK MOBILE HOME PARK
1.0 BACKGROUND
This contract calls for turnkey services including real property acquisition, relocation,
mobile home park management property management and disposition services for
the proposed acquisition of the Friendly Village of Kapok Mobile Home Park. Once
the subject property is acquired, there will be approximately 205 relocations. The
number of parcels represented herein reflects THE CONSULTANT'S best estimate
of the work to be accomplished.
A 24-month contract period is anticipated.
The estimated number of displacees may be subject to change.
2.0 SCOPE OF SERVICES
THE CONSULTANT shall be responsible for all right of way functions as defined
in this Scope of Services.
THE CONSULT ANT shall provide technical personnel meeting the requirements
in appropriate numbers and at the proper times to ensure that the responsibilities
assigned under this contract are effectively carried out. All tasks shall be performed
in accordance with the guidelines, standards, procedures and directives that are a part
of this contract either directly or incorporated herein by reference.
3.0 DEFINITIONS
a. City: City of Clearwater, Florida
b. Consultant: HDR Engineering, Inc., Florida Acquisition & Appraisal, Inc.
and Rodeo Right of Way Services
c. Proiect Manager: The City representati ve or agent with overall responsibility
and authority to manage the right of way production tasks of the Consultant.
-1-
t/:j
d. Asbestos Consultant: Licensed Individual/Firm pursuant to Florida Statutes
455.301 thru 455.309.
4,0 CITY RESPONSIBILITIES
a. City will be responsible for the negotiation and acquisition of the park.
b. City will review, approve and execute lease agreements prepared by THE
CONSULTANT on City approved lease forms.
c. City will prosecute civil action and/or eviction proceedings against tenants.
d. If necessary, the City will coordinate with other agencies to resolve problems
relative to environmental issues on the parent tract.
e. THE CONSULTANT shall be entitled to rely upon that information which
may be provided them from time to time, from the City or others on behalf
of the City as being full, true, accurate and correct and, therefore, THE
CONSULT ANT shall have no liability for the accuracy and correctness of
such information. THE CONSULTANT shall, however, call the City's
attention to any errors or deficiencies noted in such information provided by
others and assist the City to the extent practicable in the identification and
resolution of same.
f. The City shall be responsible for pass-through expenses including but not
necessarily limited to relocation move costs, relocation replacement housing
payments, personal property acquisition costs (mobile homes), subcontractor
fees, subconsultant fees, possible shortfalls of maintenance expenses, park
operating expenses that exceed revenues, title insurance, closing costs and
other incidentals pertinent to each transaction.
5.0 LIAISON
THE CONSULTANT shall be fully responsible for carrying out all functions
assigned to it by this contract as contained in this Scope of Services. All activities
and decisions of THE CONSULTANT relating to the project shall be subject to
review and approval by the City's Project Manager. THE CONSULTANT shall
provide coordination of all activities, correspondence reports and other
-2-
~
communications related to its responsibilities under this contract as needed for the
City's Project Manager to carry out his/her responsibilities.
6.0 COOPERA TION AND PERFORMANCE OF THE CONSULTANT
During the life of this contract, the City's Project Manager may conduct reviews of
the various phases of THE CONSULTANT'S operations. THE CONSULT ANT
shall cooperate with and assist the City's Project Manager or their designee in the
conduct of the reviews.
7.0 WORK TO BE PERFORMED BY HDR
7.1 GENERAL
All right of way activities must be performed in accordance with applicable
Florida Statutes and the Florida Administrative Code (F.A.C.) Rules.
THE CONSULTANT shall provide the following General Services:
a. Establish and/or maintain an office on site for the duration of the
contract in order to provide adequate coordination of work with the
City, Park Residents and other interested parties.
This contract shall provide compensation to THE CONSULTANT for
costs associated with establishing and operating the office.
THE CONSULTANT'S price proposal will provide for all costs
associated with operating the on-site office. The direct expenses for
the office shall be included as expenses.
b. Any person employed by THE CONSULTANT for work on this
project in any capacity shall be available to testify in any eminent
domain proceeding when requested by the City.
c. THE CONSULTANT shall develop an invoicing system such that all
amounts billed to the City can be related to the activity involved.
-3-
rIJ
d. THE CONSULTANT'S project manager shall arrange a kick-off
meeting with the City and subconsultants.
e. THE CONSULTANT'S project manager shall attend meetings,
public hearings and consult with local officials as requested by the
City.
THE CONSULTANT will hold public meetings within the
geographic limits of the project. The purpose of the meetings will be
to encourage public familiarity with the project and to introduce staff
personnel.
f. A designated project manager shall be present for project decisions
at least 5 days per week during some part of the business day. A
qualified negotiation/relocation specialist shall be present during all
business hours. Staffing must be appropriate for delivery of
relocation assistance payments.
g. THE CONSULTANT shall prepare a written response to the City's
Project Manager for all audits and/or quality assurance reviews.
h. THE CONSULTANT shall furnish the standard forms required to
carry out the technical tasks pursuant to this contract.
1. THE CONSULTANT shall establish a formal Public Awareness and
Public Involvement Program to be conducted from the project office.
This includes Community Gathering Meetings as deemed necessary
and periodic newsletters.
J. THE CONSULTANT shall develop and maintain a production
reporting system tracking all critical events, both scheduled and
actual, for each parcel on the project.
k. THE CONSULTANT shall report on the complete status of
production on the project on a bi-weekly basis. Relate current status
to overall project schedule, noting exceptions and suggesting actions
required to correct schedule exceptions. A bi-weekly production
meeting will be held.
-4-
1)0
1. THE CONSULTANT shall provide a sufficient number of qualified
personnel as necessary to effectively carry out its responsibilities
under this agreement.
7.2 ACOmSITION
This scope assumes the City of Clearwater negotiates an equitable settlement.
7.3 RELOCATION
Relocation assistance benefits to each displaced person shall be in accordance
with the standards required in the Florida Administrative Code and the
Uniform Relocation and Real Property Acquisition Policies Act of 1970, and
any amendments thereto. Further, THE CONSULTANT shall provide the
following Relocation Services:
1, Establish and maintain an accurate and complete working file for
each displacee while transmitting all original documentation to City's
Project Manager upon completion.
2, Research and prepare a Relocation Needs Assessment Survey, and
submit to City's Project Manager.
Said survey shall include as a minimum the following:
. Relocation survey
. Accurate relocation schedules
. Results of field interviews with available occupants
. Inventories of characteristics and needs of individuals and
families to be displaced
. Inventories of comparable decent, safe and sanitary replacement
dwellings available for sale or rent
3. Present all relocation offers to owners and tenants.
4. Provide advisory assistance to all eligible parties.
5. Maintain up-to-date surveys of available replacement housing.
6. Disclose availability of comparable housing.
-5-
I>>
7. Calculate all appropriate relocation payments and costs. All
computations which determine compensation for owners or displacee
shall be prepared, reviewed, and approved by separate, qualified
indi vi duals.
8. Prepare claims packages and submit to City's Project Manager for
approval.
9. Review any relocation appeals and prepare responses for Project
Manager's review and approval.
10. Provide field surveillance and documentation of residential relocation
when required,
11. Provide personnel to assist the City's Project Manager and the City's
Attorney in obtaining all information pertinent to relocation appeals,
including, but not limited to, providing testimony and accumulating
information.
12. Deliver warrants to displacees.
13, Issue and deliver notices to vacate property.
14. Notify City's Project Manager of need for eviction notices.
15. Thoroughly document all contacts with relocatees and/or others
involved in relocation,
16. Within 60 days after completion of final relocation activity for
displacee, thoroughly review and transmit the working file to City's
Project Manager for retirement approval/disapproval. Upon approval,
THE CONSULTANT shall review the City's official file to ensure
that all required originals are included therein.
17. Be available to testify at any relocation appeals hearing during the life
of the contract.
18. Provide input on the determination of priority parcels based on
relocation considerations.
-6-
{1J
19. Provide management and control services including implementation
of detailed scheduling and cost control activities.
20. Prepare and process invoices for requesting warrants for payment of
claims.
21. Identify, appraise and acquire non-moveable mobile homes.
22. Obtain and deliver to the City clear title to the mobile homes
acquired,
7.4 PARK MANAGEMENT
Recommend lease agreements, when appropriate, to the City's Project
Manager and prepare necessary documents for execution.
Collect rental payments, only in the form of check or money order, prepare
and process required invoices for transmittal of rental payments in
accordance with City policies and procedures and forward to the City Project
Manager.
Provide the City with a monthly accounting of all rents due, collected, and
delinquent during the given month.
Monitor delinquent payments, issue delinquency notices, and attempt to
collect delinquent payments.
Advise the City of cases where eviction proceedings are indicated, whether
for delinquent rental payment or any other reason.
Arrange transfers of utility services and billing to the City's name when
necessary, prepare and process required invoices for payment of utilities in
accordance with City policies and procedure. Advise all utility owners to
disconnect services and remove equipment prior to demolition of
improvements on each parcel.
Receive, investigate and respond to complaints relative to parcels owned by
the City.
-7-
f!J
Advise City's Project Manager of warranted repairs of maintenance services
indicated by on-site conditions, and make arrangements to secure corrective
services through a subcontractor. THE CONSULTANT will provide for the
maintenance of all common areas, lawn services, pool services, and the
monthly monitoring of the on-site potable water system.
7.5 PROPERTY MANAGEMENT
The Consultant shall provide the following Property Management Services:
a. General Responsibilities:
THE CONSULTANT shall have the site cleared of any and all
improvements within the time frame dictated by the City.
Prepare a preliminary real property/personal property inventory with
serial numbers for each parcel and update as appropriate until all
improvements are cleared from the project.
Inspect, determine, and document the need for rodent control. If
rodent control is required, THE CONSULTANT shall arrange for
extermination services.
Review all available information and resolve discrepancies, if any,
between parcel inventories, appraisal reports (whether approved or
unapproved), relocation inventories, property owner's inventories,
and tenant inventories.
Prepare and process invoices for requesting warrants for property
management services including but not limited to demolition,
asbestos surveys and asbestos abatement in accordance with City
policies and procedures.
Prepare salvage value estimate for improvements that are acquired.
Maintain an accurate and current working file for each parcel
requiring property management services, and forward original
documentation to the City Project Manager upon completion.
-8-
~
Assist in coordination with any organization, whether public or
private, when requested to do so by the City for the purposes of
identifying, investigation and/or remediating any environmentally
unsafe condition on the parcel.
Receive and respond to all inquiries for the sale of surplus mobile
homes acquired during the life of the project.
Be available to testify at any hearing relative to property management
and/or environmental concerns during the life of the contract.
b. Demolition:
THE CONSULTANT will be responsible for preparation of all bid
packages and documents. THE CONSULTANT will assume
responsibility for advertisement and announcement of competitive bid
openings, receipt of bids, contract award, and execution of contract.
THE CONSULTANT will also assume responsibility to administer
contracts in accordance with City policies and procedures.
Develop a schedule to demolish all improvements.
Provide adequate field supervision of demolition activities to ensure
compliance with all City policies and procedures as well as terms of
the demolition contract.
Prepare demolition contracts between the City and the demolition
contractor.
c. Asbestos Consultant:
THE CONSULTANT shall procure and manage the services of an
asbestos consultant, licensed pursuant to Florida Statute 455.301 thru
455.309 to include but not be limited to those activities necessary to
conduct asbestos demolition surveys, bulk samplings, analysis and
survey reports, prepare asbestos abatement specifications, administer
abatement contract, conduct abatement observation, and prepare final
clearance activities. All services provided shall be in accordance with
EPA guidelines, National Emissions Standards for Hazardous Air
Pollutants (NESHAP) Occupational Safety and Health
-9-
~
.'
Administration (OSHA) and all Federal and State and Local
Regulations (See Attachment #1).
THE CONSULTANT will be responsible for preparation of all bid
packages and documents and will assume responsibility for
advertisement and announcement of competitive bid openings, receipt
of bids, contract award and execution of contract. THE
CONSULTANT will assume responsibility to administer contracts
in accordance with City policies and procedures.
THE CONSULTANT shall provide adequate field supervision for all
environmental activities to ensure compliance with all necessary
policies and procedures.
All contracts shall be made directly between the City and the
abatement contractor. The abatement contractor shall be responsible
for ensuring adherence to all applicable Federal, State and Local
health and safety regulations as it pertains to their work, including but
not limited to adherence with 29 CFR 1926.1101 - Asbestos.
7.6 RECORDS MAINTENANCE
THE CONSULTANT shall provide the following Records Maintenance
Services:
Receive, appropriately process and handle Florida Statutes Chapter 119
request.
Maintain all files and distribute all documents in accordance with the
requirements of the City.
Assist the City with the maintenance of the official records management files
as necessary to assure the integrity of the files by delivering parcel
documentation to the City's Project Manager as task is completed.
Turn over all files to the City upon completion of the project.
Provide accessibility to all files by the City's Project Manager,
-10-
~
7.7 OUALITY ASSURANCE PROGRAM
THE CONSULTANT shall provide the following Quality Assurance
Services:
1. Quality Reviews - Quality Reviews shall be conducted to evaluate the
adequacy of materials, documentation, processes, procedures,
training, guidance, and staffing included in the execution of this
contract. Quality Reviews shall be developed and performed to
assure compliance with THE CONSULTANT'S QA policy.
2. Quality Assurance - Quality Assurance Reviews shall be conducted
to assure compliance with THE CONSULTANT'S QA policy.
3. Quality Records - THE CONSULTANT shall maintain adequate
records of the quality assurance actions performed by the consultant's
team (including subcontractors and vendors) in providing services
and products under this contract. All records shall indicate the nature
and number of observations made, the number and type of
deficiencies found, and the corrective actions taken. These records
shall be available to the City upon request, during the contract term.
All records shall be kept at the primary project field office.
8.0 SUB CONSUL T ANT SERVICES
Upon written approval by the City Project Manager, THE CONSULTANT may
subcontract for specialized professional services that may be necessary in order for
the Consultant to carry out its requirements pursuant to this contract.
The practice of hiring subcontractual specialists when they are essential to the
performance of the assignment is permissible. Additionally, the hiring of the
subcontractual specialist and the amount to be paid must be approved in writing prior
to authorization of services. The Consultant will be responsible for the management,
scheduling, and administration of all subconsultants, including invoice processing.
The subconsultants must be qualified and have the required license to perform all
work assigned to them.
-11-
rP
9.0 COURIER SERVICE
The Consultant shall provide a courier to deliver/pick up correspondence to the City
as needed.
10.0 LICENSE REOIDREMENTS
Florida Acquisition & Appraisal, Inc. shall be registered with the Florida Real Estate
Commission. In addition, the minimum requirement for all other Consultant
personnel or subconsultant personnel, performing real estate functions, shall be
registered with the Florida Real Estate Commission as an active licensed salesperson.
-12-
,QO
EXHIBIT B
INSURANCE REQUIREMENTS
1. Liability Insurance. The vendor shall furnish, pay for, and maintain during the life of the
contract with the CITY the following liability coverages:
a. Comprehensive General Liability insurance on an "occurrence" basis in an amount not
less than $500,000 combined single limit Bodily Injury Liability and Property
Damage Liability.
b. Business Automobile Liability insurance in the amount of at least $500,000,
providing Bodily Injury Liability and Property Damage Liability.
c. Worker's Compensation Insurance applicable to its employees, if any, for statutory
coverage limits in compliance with Florida laws, including Employers' Liability
which meets all state and federal laws.
d. Professional Liability/Malpractice/Errors or Omissions insurance, as appropriate for
the type of business engaged in by the Vendor, shall be purchased and maintained by
the Vendor with minimum limits of$l,OOO,OOO per occurrence.
e. Products Liability Insurance, as appropriate for the type of product, if any, sold by
Vendor in an amount of not less than $500,000.
2. Additional Insured. The CITY is to be specifically included as an additional insured on
all liability coverage described above, except the insurance coverage identified in
paragraphs 1 (d) and l(e).
3. Notice of Cancellation or Restriction. All policies of insurance must be endorsed to
provide the CITY with thirty (30) day's notice of cancellation or restriction.
4. Certificates of Insurance/Certified Cooies of Policies. The vendor shall provide the CITY
with a certificate or certificates of insurance showing the existence of the coverages
required by this RFP. The vendor will maintain these coverages with a current certificate
or certificates of insurance throughout the term of the contract with the CITY. When
specifically requested by the CITY in writing, the vendor will provide the CITY with
certified copies of all policies of insurance as required above. New certificates and new
certified copies of policies, if certified copies of policies have been requested, shall be
provided to the CITY whenever any policy is renewed, revised, or obtained from other
Insurers.
1
IY'
5. The address where such certificates and certified polices shall be sent or delivered is as
follows:
City of Clearwater
Attention: City Clerk
P.O. Box 4748
Clearwater, FL 33758-4748
6. The VENDOR agrees to indemnify and hold harmless the CITY, its officers and
employees, from liabilities, damages, losses and costs, including, but not limited to
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or
intentional wrongful misconduct of the VENDOR and persons employed or utilized by
the VENDOR in the performance of the contract.
7. The VENDOR shall, at its expense, secure and provide to the CITY, prior to beginning
performance under this contract with the CITY, all insurance coverages as required in this
contract with the CITY.
2
IX)
EXHIBIT "C"
COMPENSATION
I/J
.
HDR ACTIVITIES/SALARIES FEE COMPUTATIONS ,~ ,-
Scenario: Without Utigation and Acquisition .
Prepared By: HDR Enj(ineerinj(, Inc. Date: 05-1un-Ol Local Name: City of Clearwater, Kapok Mobil Home Park
ACTIVITY Project Manager OA Manager Senior A2ent A ent Clerical Park Manaeer Manhours Average
Man- Hourly Man- Hourly Man- Hourly Man- Hourly Man- Hourly Man- Hourly Activity By Hourly
Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Fee Activity Rate
1. - GENERAL SERVICES 40 $105.00 20 $125.00 40 $99.00 274 $73.00 29 $40.00 0 $58.00 $31,822.00 403 $78.96
2. - ACOUISITION 0 $105.00 0 $125.00 0 $99.00 0 $73.00 0 $40.00 I $58.00 $58.00 0 $0.00
3. - RELOCATION 1543 $105.00 772 $125,00 1543 $99.00 10495 $73.00 1080 $40.00 1 $58.00 $1,220,665.00 15,434 $79.09
4. . PROPERTY MANAGEMENT 731 $105.00 365 $125.00 731 $99.00 4969 $73.00 513 $40.00 .1 $58.00 $577,948.00 7,308 $79.08
5. - PARK MANAGEMENT 0 $105.00 0 $125.00 0 $99,00 0 $73.00 0 $40,00 2829 $58.00 $164,082.00 2,829 $58.00
6. . RECORDS MANAGEMENT 215 $105.00 108 $125.00 215 $99.00 1464 $73.00 152 $40.00 -1 $58.00 $170,254.00 2,153 $79.08
TOTALS 2529 $105.00 1265 $125.00 2529 $99,00 17202 $73.00 1774 $40.00 2829 $58.00 $2,164,829.00 28,128 $76.96
CONTRACTFFES'~ARY
Manhours Avg Hr. Rate
TOTAL ESTIMATED ACTIVITIES FEE 28,128 X 76.% $ 2,164,829.00
EXPENSES $ 159,292.05
SUBTOTAL: HDR LIMITING AMOUNT $ 2,324,121.05
CONTINGENCY @ 10% $ 232,412.11
TOTAL MAXIMUM COMPENSATION (LIMITING AMOUNT) $ 2,556,533
~J~ ~~/
(7
Fee Estimale without liligation and Acquisition.xls
6/5/01
.~ 10:39 AM
MlSCELLANEOUS & DIRECf OUT -OF-POCKET EXPENSES
FPN No,:
Prepared by:
N/A
HDR Engineering, Inc.
W.P.I.No.:
Date:
Revised:
N/A
ll-Apr-Ol
.QIHER
Item Unit Rate Quantitv Cost
llX17 Check Plots EA $0.25 0 $0.00
24 x 36 VellumlBond Plots EA $6.00 0 $0.00
3-Ring Binders (2") EA $8.36 0 $0.00
Film & Developin2 (24 Exnosures) Roll $16.00 0 $0.00
GBC Binders 0") Box $12,75 0 $0.00
Laminated CoverslBacks for DesilZll C EA $0,70 0 $0.00
Screw Posts for Plans Submittals (2") Box $35.94 0 $0.00
Smead Pressboard Binders for Comn E EA $2.98 0 $0.00
GBC Binders 0") for Desgin Calcs Box $12.75 0 $0.00
Electronic File Submittals on CD EA $50.00 0 $0.00
Overnight ShiPPin2 for Phase Submiltl Boxes $50.00 0 $0.00
Permit Fee Application
General Permit EA $350.00 0 $0.00
ERP EA $3,050.00 0 $0.00
TOTAL HDR LUMP SUM EXPENSES
Fee Estimate without litigation and Acquis~ion.xls
417
Page 3 of 10
1 $159,292.051
PAGE 5 OF 10
City of Clearwater, Kapok Mobil Home Park
IDGHW A Y TASK LIST
ACTIVITY: A. RIW ACOUlSITIONIRELOCATION
I. - GENERAL SERVICES
TASK BASIS NO,OF HOURS! TOTAL REMARKS
OF UNITS UNIT HOURS
ESTIMATE
8 8 meetings @ 8 hours each. Preparation & attendance.
I. Public Awareness Plan EA 30 240
2. Establish Invoice System LS 1 24 24
3 staff @ 8 hours each.
3. Kick-off Meeting EA 1 24 24
24 months @ 4 hours per report.
4, Status Reporting MO 24 4 96
5.
6.
7.
8.
9.
10.
11.
12.
13,
14.
15.
SUBTOTAL 384
16. Quality Control 5% 1 19 19
17.
18.
19.
20.
TOTAL 403
1<J
PAGE 6 OF 10
City of Clearwater, Kapok Mobil Home Park
HIGHWAY TASK LIST
ACTIVITY: A. R/W ACOUISITIONIRELOCATION
2. - ACOUISITION
TASK BASIS NO. OF HOURS! TOTAL REMARKS
OF UNITS UNIT HOURS
FSTIMATE
Assumes City negotiates settlement
1. Negotiations DA 12 0 0
Assumes City negotiates settlement
2. Settlement & Closings Settlement I 0 0
3.
4.
5.
6.
7.
8.
9,
10.
11.
12.
13.
14,
15.
SUBTOTAL 0
16. Quality Control 5% I 0 0
17.
18.
19.
20.
TOTAL 0
~
PAGE 7 OF 10
City of Clearwater, Kapok Mobil Home Park
HIGHWAY TASK LIST
ACTIVITY: A. RIW ACOUlSITIONIRELOCA TION
3. - RELOCATION
TASK BASIS NO. OF HOURSI TOTAL REMARKS
OF UNITS UNIT HOURS
ESTIMATE
7 people for 20 days.
1. Relocation Needs Assessment UNIT 205 6 1230
Survey
Includes replacement housing surveys.
2. Relocation Calculations UNIT 205 45 9225
& Presentation of Offers
3. Advisory Assistance ED 105 8 840
Estimated 60 parcels @ 8 hours each.
4. Preparation & Maintainance PARCEL 60 8 480
of Protective Lease
Assume 15% of parcels.
5. Appeal Review/Support PARCEL 32 8 256
Assume 75 units for replacement housing.
6. Claim PreparationlRequest UNIT 75 12 900
& Deliverv of Warrants
Assume 10 evictions.
7. VacatelEviction Notices UNIT 10 16 160
8. Move Cost Estimating UNIT 205 6.5 1333
9,
10.
11.
12.
13.
14.
15.
SUBTOTAL 14424
16. Quality Control 7% I 1010 1010
17.
18,
19.
20.
TOTAL 15434
IJO
PAGE 8 OF 10
City of Clearwater. Kapok Mobil Home Park
IDGHWAY TASK LIST
ACTIVITY: A. RJW ACOUlSmONIRELOCATION
4. - PROPERTY MANAGEMENT
TASK BASIS NO. OF HOURS! TOTAL REMARKS
OF UNITS UNIT HOURS
ESTIMATE
Park Manager to assume some resposibility
1. General Responsibilites LS 205 20 4100
Assume 63% of mobile homes are non-movable.
2. Demolition LS 130 10 1300
Assume 63% of mobile homes are non-movable.
3, Acquisition of Non-Movable UNIT 130 12 1560
Mobile Homes
4,
5.
6.
7.
8.
9,
10.
II.
12.
13.
14.
15.
SUBTOTAL 6960
16. Quality Control 5% 1 348 348
17.
18.
19,
20.
TOTAL 7308
;94
..
PAGE 9 OF 10
City of Clearwater, Kapok Mobil Home Park
IDGHWAYTASKLIST
ACTIVITY: A. RIW ACOUISITIONIRELOCATION
5. - PARK MANAGEMENT
TASK BASIS NO. OF HOURS! TOTAL REMARKS
OF UNITS UNIT HOURS
ESTIMATE
I. On-Site Manager ED 380 5 1900
2. Accounting Manager ED 48 8 384
3. Lease Preparation & Execution UNIT 205 2 410
4.
S.
6.
7.
8.
.
9.
10,
II.
12,
13.
14.
IS.
SUBTOTAL 2694
16. Quality Control S% I 13S 13S
17.
18,
19.
20.
TOTAL 2829
t9tl
...
PAGE 10 OF 10
City of Clearwater, Kapok Mobil Home Park
HIGHWAY TASK LIST
ACTIVITY: A. RIW ACOUISmONIRELOCATION
6. - RECORDS MANAGEMENT
TASK BASIS NO. OF HOURSI TOTAL REMARKS
OF UNITS UNIT HOURS
ESTIMATE
Assumes settlement and original files kept at HDR
J. File Maintainance & LS 205 9 1845 untile requested by City.
Distribution
2. Compliance with Horida UNIT 205 I 205
Statutes Chapter 119
3.
4.
5.
6,
7,
8.
9.
10.
II.
12.
13,
14.
15.
SUBTOTAL 2050
16. Quality Control 5% I 103 103
17.
18.
19.
20.
TOTAL 2153
/kJ
~ii~l~arwat~r
u
Interoffice Correspondence Sheet
From:
Cyndie Goudeau, City Clerk } J
Terry Finch, Environmental Man~
.,",
.__.._~ ~ji
To:
COPIES:
Tom Miller, Assistant Director of Engineering/E&SM
o E Cl (+ 'ZOO',;
SUBJECT:
HDR Agreement for Professional Services for Kapok
CIT" Cl r:o~: r,'..'-:-::, (I:o-n\i~'-NT
. .:-L,~ 1.; ,~, ,_ :;....~ J , ~'lvlA...
DATE:
December 13,2001
Attached is the fully executed Agreement between the City of Clearwater and HDR
Engineering, Inc. for Professional Services for Kapok that was approved by the City
Commission on November 15, 2001.
TF
Attach.