INTERLOCAL AGREEMENT FOR PROVISION OF PRELIMINARY FLOODPLAIN INSURANCE MAPS INTERLOCAL AGREEMENT BETWEEN PINELLAS COUNTY
AND
THE CITY OF CLEARWATER FOR
PROVISION OF PRELIMINARY FLOODPLAIN INSURANCE MAPS
THIS INTERLOCAL AGREEMENT(this "Agreement") is entered into this C�_day of
LW_, 2019, by Pinellas County, a political subdivision of the State of Florida (the "County"),
and the City of Clearwater, a municipal corporation of the State of Florida, (the "City"),
collectively"Parties".
WITNESSETH:
WHEREAS,this Agreement is made and entered between the parties pursuant to Section
163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of 1969," which "permits local
government units to make the most efficient use of their powers by enabling them to cooperate
with other localities on a basis of mutual advantage and thereby to provide services and facilities
in a manner and pursuant to forms of governmental organization that will accord best with
geographic, economic, population, and other factors influencing the needs and development of
local communities";
WHEREAS, the County and the City each participate in the Federal Emergency
Management Association's (FEMA)National Flood Insurance Program(NFIP);
WHEREAS,FEMA will be providing Preliminary Flood Insurance Rate Maps(FIRM)in
furtherance of the NFIP to the County and the City;
WHEREAS,the County has retained HDR,Inc.under Contract No. 156-0095-CN(RW)to
review preliminary FIRMs for accuracy and validity, compile and submit appeals if needed to
FEMA, and assist with public meetings;
WHEREAS, to promote efficiency and mutual advantage, the City has asked the County
to review preliminary FIRMS, submit appeals on the City's behalf, and provide public meeting
support, and the County has agreed to do the same; and
WHEREAS,the City has agreed to reimburse the County for the costs of FIRM review and
appeal submission to FEMA and public meeting support.
NOW THEREFORE, for and in consideration of the foregoing recitals, the mutual
promises,covenants and conditions contained herein,the receipt and adequacy of which are hereby
acknowledged,the parties agree as follows:
1. Performance of Services:
The County, in conjunction with HDR and any other duly retained contractors or
subcontractors, shall review preliminary FIRMs, submit appeals to FEMA, and provide public
meeting support for the City as described within the"Scope of Services,"which is attached hereto
1
and incorporated herein as Exhibit A. -- Scope of Services Tasks 2.1 through 2.3, 3.1, and 3.2,
within Exhibit A, will be undertaken by the County. Tasks 2.4 and 3.3 will be performed as
requested for each jurisdiction for the fees described in the attached Exhibit A-Scope of Services.
Exhibit B —City Fee Schedule is attached hereto and incorporated herein to.illustrate Tasks 2.4
and 3.3 quantities and cost will vary based on the individual agency requests for service.
2. Funding:
The City shall pay the County for work performed under Exhibit A-Scope of Services on
a reimbursement basis,in an amount not to exceed$9,827.00 and in accordance with the following:
The County shall mail the City monthly invoices("County Invoices")for work performed
under this Agreement. The amount of a County Invoice shall be based upon the amount invoiced
to the County for such work performed by HDR and any other duly retained contractors or
subcontractors, as well as any work performed by the County itself, and any reasonable
administrative costs the County incurs in meeting its obligations hereunder. Together with a
County Invoice,the County shall include copies of applicable invoices submitted by HDR or other
duly retained contractors or subcontractors for work performed hereunder.
Upon receipt of a County Invoice, the City shall provide payment to the County in
accordance with the Local Government Prompt Payment Act(the"Act"),codified at Chapter 218,
Part VII,Florida Statutes. Consistent with the Act,payment shall be due to the County within 45
days following receipt of Invoice from the County with interest accruing thereafter. The dispute
resolution procedures and remedies for non-compliance in the Act shall likewise apply.
3. Agreement Term:
As required by Section 153.01(11),Florida Statutes,this Agreement shall be filed with the
Clerk of Circuit Court of Pinellas County,Florida after the Agreement has been fully executed by
the Parties, and shall take effect upon the date of filing. This Agreement shall expire upon the
earlier of: (1) receipt by the County of all payments due under this Agreement; or(2) September
30,2020.
4. Termination,Default, and Remedies:
This Agreement may be terminated in writing by either party: (1) without cause upon
fifteen (15) days of receipt of notice of termination by the other party; or (2) with cause
immediately upon receipt of a notice of termination by the other party. This Agreement may also
be terminated at any time by mutual written agreement of the parties.
If the City terminates this Agreement without cause or the County terminates this
Agreement with cause,the City shall reimburse the County for any funds the County has expended
or obligated in furtherance of this Agreement prior to the actual date of termination,,including but
not limited to those costs incurred by HDR and other duly retained contractors or subcontractors
for work performed hereunder. This remedy shall survive the termination or expiration of this
Agreement.
2
5. Project Managers and Notice:
In order to assure proper coordination and review throughout the term of this Agreement,the City
and the County each designate a Project Manager as follows:
Jurisdiction Contact/Mailing Address
Sarah Kessler,CFM,Environmental Specialist
Engineering Department
City of Clearwater
100 S.Myrtle Ave. Suite 220
Clearwater,FL 33759
Sarah.Kessier@,mycIearwater.com
(813)541-1662
Coun
Lisa Foster,CFM
Floodplain Coordinator
Stormwater Planning&Engineering
Stormwater&Vegetation Division
Public Works Department
14 S.Ft. Harrison,x#426
Clearwater,FL 33756
Ifoster@pinellascounty.org
727.464.8962 .
Either party may designate a replacement Project Manager in writing at any time, which
shall become effective immediately upon receipt of notice of such replacement designation by the
other party.
Unless otherwise specified herein,all notices,invoices,payments,approvals,designations,
and other correspondence required by law and this Agreement shall be in writing and delivered
via e-mail or USPS Certified Mail to the respective Project Manager. Notice shall be considered
delivered or received as reflected by an e-mail read receipt or a certified mail delivery receipt.
Fiscal Non-Funding:
This Agreement is not a general obligation of either party. It is understood that neither this
Agreement nor any representation by any employee or officer of either party creates any obligation
to appropriate or make monies available for the purpose of this Agreement beyond the fiscal year
for which this Agreement is executed.No liability shall be incurred by a party,or any department
of a party,beyond the monies budgeted and available for this purpose.If funds are not appropriated
by a party for any or all of this Agreement, the party shall not be obligated to pay any sums
provided pursuant to this Agreement beyond the portion for which funds are appropriated. The
party agrees to promptly notify the other party in writing of such failure of appropriation,and upon
receipt of such notice, this Agreement shall terminate. Notwithstanding such termination, if the
3
City terminates this Agreement due to failure of appropriation,the City shall reimburse the County
for any funds the County has expended or obligated in furtherance of this Agreement, including
but not Iimited to those costs incurred by HDR and other duly retained contractors or
subcontractors for work performed hereunder.
6. Records and Audit:
The City shall:
a) retain all data,financial records,statistical records,and any other records(including
electronic storage media)pertinent to this Agreement("Records") for a period of five (5)
years after termination or expiration of this Agreement or,if an audit has been initiated in
accordance with subsection c) of this Section 7 below and audit findings have not been
resolved at the end of five (5) years, the records shall be retained until resolution of the
audit findings;
b) maintain all Records in accordance with generally accepted accounting procedures
and practices that sufficiently and properly reflect all revenues and expenditures of funds
provided by the County under this Agreement;
c) ensure that all Records are subject at all reasonable times for inspection, review,
audit, and duplication by County personnel and other personnel duly authorized by the
County;
d) fully comply with the provisions of Chapter 119, Florida Statutes, as applicable;
and
e) ensure that all requirements in this Section 7 are included in all contracts and
subcontracts entered into in furtherance of this Agreement.
7. Indemnification and Non_Agency Relationship
Each party shall be liable for its own negligence under this Agreement. Nothing contained
herein is intended to serve as a waiver by either party of its sovereign immunity or to extend the
liability of either party beyond the limits set forth in Section 768.28, Florida Statutes. Further,
nothing herein shall be construed as consent by either party to be sued by third parties in any
manner arising out this Agreement or contracts related thereto.
8. Modification of Agreement:
This Agreement represents the entire agreement of the parties.Any alterations,variations,
changes, modifications, or waivers of provisions of this Agreement shall only be valid when they
have been reduced to writing,duly signed by each of the parties hereto,and attached to the original
of this Agreement.
4
9. Assignment:
This Agreement may not be assigned by either parry without the prior written consent of
the other parry.The parties each bind itself, its successors, assigns,and legal representatives to the
other parry hereto and to the successors, assigns, and legal representatives of such other party in
respect to all covenants and obligations contained herein.
10. Compliance with Applicable Laws:
The City shall use its best efforts to ensure that at all times and in all aspects of the Project;
its officers,employees,contractors,and agents are in compliance with all applicable federal,state,
and local laws.
11. Governing Laws:
This Agreement and the rights and obligations of the parties hereto shall be governed and
construed according to the laws of the State of Florida.
12. Entire Agreement:
This document, including Exhibits hereto, embodies the whole agreement between the
Parties. There are no promises,terms,conditions or allegations other than those contained herein,
and this document shall supersede all previous communications, representations and/or
agreements,whether written or verbal,between the Parties hereto.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
5
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their duly authorized representatives on the day and date first above written.
CITY OF CLEARWATER FLORIDA PINELLAS COUNTY, FLORIDA by and
through its County Administrator
By: By:
Barry A. urton
County Administrator
Print: D. Scott Rice PE
Title:-Engineering Director
ATTEST: &'
roved as to Form:
Y
Rosemarie Call, City Cie A y:
!SKID Office of the County Attorn
Approved as to Form:
By:
Michael P. Fuino,Assistant City Attorney
ProLaw Doc.#14372
6
EXHIBIT A: SCOPE OF SERVICES
7
WORK ASSIGNMENT
SCOPE OF SERVICES
ENGINEERING CONSULTING SERVICES
Contract No. 145-0342-RW
(BASE CONSMTANT AGREEMENT)
Design Service
For
FEMA Coastal Map Update Technical Reviews
County R!D: TBD
Prepared for:
Pinellas County
Public Works for ter & Vegetation Division
14 South Fort
11arrison Avenue
Clearwater, Florida 33756
Prepared by:
HDR Engineering, -xine.
4830 W Kennedy Blvd
Suite 400
I ampa, FL 33609
May 14, 2018
Page 1
TABLE OF CONTENTS
TABLEOF CONTENTS...........................................................................................................................2
I. PROJECT TITLE..........................................................................................................................3
II. OBJECTIVE..................................................................................................................................3
III. PROJECT DESCRIPTION..........................................................................................................3
IV. PROJECT SCOPE OF WORK.....................................................................................................3
V. COMPENSATION........................................................................................................................9
VI. SCHEDULE.................................................................................................................................10
Page 2
SCOPE OF SERVICES FOR ENGINEERING CONSULTING SERVICES
This Exhibit forms an integral part of the agreement between Pinellas County(hereinafter referred to as the
COUNTY)and HDR Engineering,Inc.(hereinafter referred to as the CONSULTANT)relative to the work
described as follows:
I. PROJECT TITLE
Professional Engineering Services for Review Support Services for FEMA Preliminary Coastal Flood
Insurance Rate Map Update Technical Review.
11. OBJECTIVE
The overall objective of this document is to describe the scope of work and responsibilities of the
CONSULTANT for providing review support services associated with the FEMA Coastal Map Update
Technical Reviews.
III. PROJECT DESCRIPTION
Pinellas County participates in FEMA's National Flood Insurance Program (NFIP) and adopts their
mapping and regulations. Recently, FEMA initiated a restudy of all coastal counties and has been
progressively revising its coastal flood risk mapping throughout the country. As part of this revision
process, FEMA,through its study contractor,will present the COUNTY with results from the restudy for
the area under a preliminary status with opportunity for the COUNTY to review preliminary mapping for
accuracy. The project consists of services necessary for the technical review of updates to the FEMA
Coastal Maps,
IV. PROJECT SCOPE OF WORK
TASK 1 GENERAL SERVICES
The CONSULTANT will coordinate with the COUNTY and maintain the current contract:
1.1 Contract Maintenance
The CONSULTANT shall perform contract maintenance on a monthly basis providing the
COUNTY with progress reports, milestone dates, and invoices as required.
1.2 M kin s
The CONSULTANT shall attend and provide meeting minutes for 4 meetings, including an
initial project kick-off meeting and a preliminary review meeting, pre-public outreach meeting
and a detailed review meeting with the COUNTY. The CONSULTANT shall provide meeting
minutes for review and approval to the COUNTY.
Page 3
TASK 2 COASTAL MAP TECHNICAL REVIEWS
As part of the stakeholder review, FEMA, or its study contractor, will provide the COUNTY
with data and documentation supporting creation of the preliminary flood hazard workmaps.
This information may include the following:
1. Topographic and bathymetric Digital Elevation Model(DEM)
2. Field Reconnaissance documentation
3. Tide,Wind,Wave,Current, and Flooding Data
4. Numerical Models inputs and outputs:
a. ADCIRC+SWAN
b. WHAFIS
c. RUNUP
5. Climatological Data and Meteorological Forcing
6. Wind Data and Hindcasts
7. Model Calibration Report
8. Joint Probability Methodology(or TPM-OS)Report
9. Surge Results Surfaces(GIS shapefiles)
10. Comparison of results to historical and adjacent studies documentation
11. Transect Location Maps
12. Wave Information Summary
13. Wave Setup,Runup and Overtopping Analyses
14. Overland Wave Propagation Modeling Report
15. Verification to an Observed Coastal Flood Event
16. Combined probability at riverine flooding confluences documentation
17. Flood Zone Designation and BFE Documentation(report and shapefiles of mapping)
18. Flood Hazard Worlmiaps(shapefileslpdf)
To facilitate the review of the provided products and supporting information within a timely
manner,review services are divided between a regional (countywide) and more detailed review.
The regional review will address countywide changes in the floodmaps. Upon presentation
and concurrence with the County,the detailed review will provide a more detailed review of the
areas that exhibit the greatest changes in Base Flood Elevations (BFE) or flood zone.
2.1 Preliminary Review
During the preliminary review CONSULTANT will compare the preliminary workmaps to
the effective maps to identify areas where additional outreach may be required. CONSULTANT
will document the findings in a letter report to the COUNTY.
Deliverable: Preliminary Map Review Report
2.2 Parcel Level Review
The countywide review assumes that the FEMA contractor will provide the COUNTY with
shapefiles containing the preliminary FIRM data with fields for BFE and zone classification.
It also assumes that the COUNTY will provide the CONSULTANT with shapefiles of the
parcel delineation.
Page 4
The CONSULTANT will perform a countywide review of the provided Preliminary Flood
Insurance Rate Map (FIRM) shapefiles. This task assumes that the FEMA contractor will
provide the COUNTY with shapefiles delimiting the new hazard zones and BFEs. The
CONSULTANT will compare the information from the existing and preliminary studies to
create coverages displaying areas that result in a change in BFE and/or a change in zone
classification. These coverages will be compared with parcel maps to create a list of property
owners/parcel IDs that will experience a change in zone classification or BFE.The deliverables
for this task will include shapefiles containing difference surfaces in BFEs and changes in zone
classification as well as a database containing a list of parcels experiencing a change in
classification and/or BFE. The database will contain the Parcel ID, Address, Owner,
Jurisdiction, Current Flood Insurance Rate Map(FIRM) Zone, Current FIRM BFE,Preliminary
FIRM Zone, Preliminary FMM BFE, and a summary field that lists the changes. Symbology
for the shapefile will include:
No change
Increased BFE and zone
Increased BFE but no change or reduced hazard zone
Decreased BFE but increased Zone
No BFE change but increased zone
Decreased BFE and no change or reduced hazard zone
Deliverable: S'hapefiles showing change in BFE and zone classification, parcel database
2.3 Countywide Peer Review
The CONSULTANT will perform a preliminary review of all provided documentation to ensure
proper adherence to FEMA standards and guidelines for the performance of coastal flood hazard
analyses and mapping. Notably, this task will not include a direct examination of the model
inputs and outputs employed by the contractor nor will it include additional data
analysis/synthesis of the provided data. The CONSULTANT will document the findings in a
report.
The CONSULTANT will perform a map by map review of the provided preliminary maps.
The review will consist of the comparison with the existing floodmaps and identification of
any apparent inconsistencies in the mapping. The CONSULTANT will document the findings
in a report.
Additionally,the CONSULTANT will compile and review citizen comments and synthesize
these comments with areas of potential inaccuracy identified in the countywide review. The
CONSULTANT will document all findings in a report.
Deliverables: Documentation Review Findings Report; Map-by-Map Review Findings Report;
Comment Summary Report
2.4 Detailed Review
Upon completion of the countywide review, the CONSULTANT will coordinate with the
COUNTY to identify areas requiring a more detailed examination.Notably,this review will
depend upon the results not only of the comparison of BFEs and zone classification changes
Page 5
but also of the documentation review should any questions arise. The CONSULTANT will
document the findings in a report.
A detailed review may include, but not limited to, the following:
Review of CHAMP (dune erosion), WHAFIS, and RUNUP inputs and outputs on a per
transect basis and the resulting flood hazard zone designations and BFEs.
Review of locations/designations of primary frontal dunes with regards to delineation
between zones AE and VE.
Review of ADCIRC+SWAN inputs and outputs and calibration/validation on a per storm
basis including the validity of measured high water marks and wave data used for
calibration.
Review of the statistical analyses applied, including joint probability and treatment of
tides.
Review of alternative methodologies(other than WHAFIS,RUNUP,and ADCIRC+SWAN)
that may have been applied to designate flood hazard zones and BFEs.
Comparison of transect topography/bathymetry with LiDAR data.
Comparison. of DTM elevations and mapped flood elevations with most recent LWAR
data.
Deliverable: Detailed Examination Report
2.5 Appeal Preparation and Submittal
Should the reviews identify grounds for a challenge at the discretion of the County, the
CONSULTANT will prepare and submit an appeal in strict accordance with the Code of Federal
Regulations regarding FEMA Flood Insurance Study appeals. Causes for this appeal may
involve a disagreement in the judgment or assumptions made by the FEMA contractor,
measurement or mathematical error, or changes in the floodplains that have occurred since
the inception of the study. The CONSULTANT will perform the required analyses and prepare
the necessary documentation for appeal and submittal to FEMA. As with the previous tasks,
these analyses can take a variety of forms and will depend on the results of the review.
Deliverable: FEMA Appeal Documentation
TASK 3 PUBLIC OUTREACH
Public outreach includes communicating to and receiving information from all interested persons,
groups, and government organizations information regarding the preliminary FEMA FIRM.
3.1 Meeting Preparations—All Meetinzs
The CONSULTANT shall provide to the COUNTY drafts of all public outreach materials
associated with the following tasks for review and approval at least five (5) business days prior
to printing and/or distribution.
The CONSULTANT shall provide all support necessary for the COUNTY to hold or participate
in two Area Outreach Meetings. These meetings shall be held at locations as decided by the
COUNTY. The COUNTY shall notify agency representatives and members of the public of the
Page 6
meeting. Each meeting shall consist of public displays providing FEMA Flood Map overviews
and AIV materials to provide property owners with the ability to review the map materials in
detail.
The CONSULTANT shall prepare and/or provide:
Mailing list containing address information for agency representatives and property owners
within affected areas as identified upon review of the FIRM maps.It is anticipated these lists
will be grouped by local municipalities within each geographical (north, central and south)
area of COUNTY.Mailouts of flyers or postcards are to be performed by the COUNTY.
Video presentation to provide brief overview of the process to be played as an introduction
to attendees at each of the outreach meetings.
Visual displays of FEMA Flood Insurance Rate Maps(FIRM).
Computer work station set up(for CONSULTANT provided work stations).
Deliverables: Mailing list, video presentation; visual displays; and meeting materials.
3.2 Meeting Attendance-COUNTY Meetin
The CONSULTANT shall investigate potential meeting sites to advise the COUNTY on their
suitability. The COUNTY shall pay all costs for meeting site rental, security and insurance. The
COUNTY shall also coordinate and pay for all advertisements and mailings.
The CONSULTANT shall attend two area outreach meetings with an appropriate number of
personnel (3 assumed including technical staff, i.e., coastal engineering specialist) to assist the
COUNTY'S Project Manager. The CONSULTANT shall handle meeting equipment set-up and
tear-down.All three meetings are assumed to occur within a two week period.
The CONSULTANT shall provide the following equipment or display materials for each meeting,
as directed by the COUNTY(Equipment rentals are assumed for time frame specified below. If
longer rentals are needed then the materials will be provided per the prices provided in the
fee estimate):
Smart Screens (55" smart screen loaded to provide visual information; assumes rental and
delivery fee for 2 days).
TV Screen(55"TV monitor used to provide video presentation for attendees;optional rental
in place of or addition to smart screens or display boards).
Computer Work Station (Individual work station consisting of laptop and 22" monitor to
provide detail parcel analysis of affected properties to attendees; assumes 1 week rental
period).
WiFi Hot Spot(remote WiFi hotspot to provide internet access for work stations at meeting
venues without internet access; assumes 1 week rental period).
The CONSULTANT shall prepare summary notes of online comments received at the meetings
and provide to the COUNTY no later than five(5)business days after the meeting.
Deliverable: Meeting summary notes
Page 7
3.3 Meeting Attendance_-Municipal Meeting(s)(Optional Service
Additional public meeting(s)may be held at the request of the COUNTY for local municipalities.
These meetings will be performed using audio/visual materials as generated from the previous
outreach meetings. For the additional meetings the CONSULTANT will pros ide the following
items:
+ Mailing list containing address information for property owners within affected areas as
identified upon review of the FIRM maps.It is anticipated these lists will be grouped by local
municipalities.Mailouts of flyers or postcards are to be performed by the MUNICIPALITY.
Meeting materials consisting of:
o Handouts/Information Sheet
o Comment Forms
The MUNICIPALITY shall identify and coordinate the meeting site accommodations for the
public meeting. The MUNICIPALITY shall pay all costs for meeting site rental, security and
insurance. The MUNICIPALITY shall also coordinate and pay for all advertisements and
mailings.
The CONSULTANT shall attend each meeting with an appropriate number of personnel to assist
the COUNTY`S Project Manager/MUNICIPALITY Lead. The MUNICIPALITY will identify the
number of CONSULTANT staff that shall attend each meeting,but a minimum of 2 staff(including
a coastal engineering specialist)is assumed.
The CONSULTANT shall provide the following equipment or display materials for each meeting,
as directed by the MUNICIPALITY(Equipment rentals are assumed to be in separate time frame
from County meetings. Equipment rental costs dependent on meeting schedule. If longer rentals
are needed then the materials will be provided per the prices provided in the fee estimate):
• Smart Screens (55" smart screen Ioaded to provide visual information; assumes rental and
delivery fee for 1 day).
• TV Screen(55"TV monitor used to provide video presentation for attendees;optional rental
in place of or addition to smart screens or display boards).
• Computer Work Station (Individual work station consisting of laptop and 22" monitor to
provide detail parcel analysis of affected properties to attendees; assumes 1 week rental
period).
• WiFi Hot Spot(remote WiFi hotspot to provide internet access for work stations at meeting
venues without internet access; assumes I week rental period).
The CONSULTANT shall prepare summary notes of online comments received at the meetings
and provide to the COUNTY no later than five(5)business days after the meeting.
Deliverables:Mailing list; meeting materials;meeting summary notes
Page 8
V. COMPENSATION
The CONSULTANT shall provide the above outlined Basic Services for the following fixed fee for Tasks
1.1, 1.2, 2.1, 2.2 and 2.3 or estimated amounts based on progress to date within a schedule of 90 day of
receiving written notice to proceed in accordance with Section VI Schedule.Services provided under Tasks
2.4,2.5, 3.1,3.2, and 3.3 shall be billed to the COUNTY as Time&Materials(T&M),not to exceed the
amounts specified below by task without written authorization.Services provided under task 2.4 and 3.3 shall
be itemized by jurisdiction. The CONSULTANT must provide employee time cards with the invoice
submittal and must fornish progress reports documenting services performed,together with cost incurred
to date to the COUNTY's Project Manager. Invoices shall be submitted monthly by the CONSULTANT
to the COUNTY showing the amount contracted per task,amount total previously invoiced per task,amount
earned this invoice per task,and amount remaining per task and percentages.Separate purchase orders will
be prepared for each municipality for services provided under task 2.4 and 3.3. Each invoice should be
agreed upon by the COUNTY and the CONSULTANT prior to formal submittal to the designated
Fiscal Manager, as per General Agreement.
Lump Sum Services(for County)
Task 1 General Tasks(HDR) $2,884
Task 1 General Tasks(Intern,Inc.) $10,037
Task 2.1 Preliminary Review(Intera,Inc.) $2,823
Task2.2 Parcel Level Review(Intern,Inc.) $25,875
Task 2.3 Countywide Peer Review LIntera,Inc. $43,759
County Lump Sum Sub-Total(HDR&Inters,Inc) $85,377
Time& Material Services(for County)
Task 2.4 Detailed Review(Intern,Inc.):
A. Champs Model Review(15 transects at$1,170 T&M cost per) $17,556
B. Per Transect Comparison of Elevation Model with Lidar $3,147
C. Other Review To Be Determined $2,000
Task 2.5 Appeal Preparation and Submittal(Intera,Inc.) $25,000
Task 31 Meeting Preparations—All Meetings(HDR) $13,968
Task 3.1 Meeting Preparations—All Meetings(Intern,Inc.) $3,193
Task 3.2 Meeting Attendance&Expenses—2 County Meetings(HDR) $17,254
Task 3.2 Meetine Attendance—2 County Meetings tern Inc. $3,223
County Time and Material Sub-Total(HDR&Intern,Inc) $85,340
Page 9
Reimbursable Time& Material Services for Munici alities
Task 2.4 Detailed Review(Intera,Inc.):
A. Champs Model Review(15 transects at$1,170 T&M cost per) $17,556
B. Per Transect Comparison of Elevation Model with Lidar(4) $12,586
C. Other Review To Be Determined(1) $2,000
Task 3.3 Meeting Attendance&Expenses—Municipal(Optional)
D. HDR-2 Meetings at$13,900 T&M per $27,800
E. Intern,Inc.-2 Meetings,at$1,612 T&M per $3,223
Reimbursable Municipal Optional Time and Material
Sub-Total(HDR&Intera,Inc) $63,165
VI. SCHEDULE
CONSULTANT'S services shall commence upon receipt of written notice to proceed issued by COUNTY.
It is assumed that NTP will occur upon receipt of FEMA data and documentation. CONSULTANT shall
complete tasks in accordance with the following or better project schedule:
Task Element Schedule Completion Date
2.1 Preliminary Review 14 days from NTP
2.2 Parcel Level Review 14 days from release of preliminary FIRM
2.3 Countywide Peer Review 30 days from release of preliminary FIRM
(preliminary and map-by-map review)
60 days from release of preliminary FIRM
(comment review and compilation)
2.4 Detailed Review 60 days from release of preliminary FIRM
2.5 Appeal Preparation & Submittal 80 days from release of preliminary FIRM
3.1 Meeting Preparations —All Meetings 90 days from release of preliminary FIRM
3.2 Meeting Attendance —County 90 days from release of preliminary FIRM
3.3 Meeting Attendance -Municipal (Opt. Service) 90 days from release of preliminary FIRM
INVOICES &PROGRESS REPORTS
Invoicing must take place monthly and will include a progress report summarizing the work completed
during the invoice period as well as a schedule update. The CONSULTANT must pre-submit invoices to
the Project Manager prior to an official monthly submittal.The final invoice will be marked"FINAL"on
the invoice and be accompanied by a letter from the CONSULTANT stating that this is the Final Invoice
and that compensation for tasks completed, as described in the Scope of Services Agreement, is now
concluded.
Page 10
co
m "Kt I-. MCCSO1+ 00ocoItm o co CD CD 0007 U) M o
ar 00 MN � U) h•. Lo [t00wMtoN V r LO 000ONCO tD N
q) N w 000Cn00t+ M L rOO6! rNNM 1t LIr !nC 00Nei O0
9 d N O N LO M LO t- m N V) C7 0 Il- V) to O I-N N I` CO) M M r
(3 64 r N eT 00 r 64 64 N r 64 r 6 Y 00 (�- r r 4R N EA CO M j
6t} Cf}sr.� 64 6% r 6c) 64 64 6FF N
cd
U
C .N rte+ •rs
L CA N N
U r r T r r T r r r r r N N V r Nr r N N U U
F•-'
� � C = CU
0 to O
C L O _Q L.
D tiCOmCY) I%- otiC) 0coMtiN U o � oCD � a
c- y 000N � LDM ti CO 00rnCnNr i� OO w
I� ® 00 co r r O r fD [O W r r O o C4
U N � N NNr co r C') N � � M CDr cc r ch Nrr � H
y 64 64�40 �64 tt#64 64 64 69 6F} E 69 64 64�.64
ca
U w - w
< c �
H 4)
LL, o °? r
i ~ U) m
= a CD m -0
Q7 (D +Q
E F «S
M NN E
ca ca
C r-
0 O
F c� 0 O o
Q m
o
lC to y •U Ca r
CD
E c
coCo
C+p� E E U to
i+ C ^^N N En co
c C
l0 c0 a N Q)
a 4)_ v
Q C C N C4 Q OL
a) Z c v J W W
U C3 O O
v ( U) V V �� U o2f ca
prr�i ;� to to °)
N (I) 0) O N
^ c F O - 2 � 'L i- o c c
c --- — a cl m CD m
� � ¢ Lxuw R c » V- x
M c 3 � N ' c rn to 06 C6 c O ¢ ¢ x
0 Q? � m 9 c O O v v °� c.y � c = °r°
00
�.
rr- oma) � � okutomm E — � w mi1 o
® `7, m tCs ; N G N O c0 N IM a) O . L o
a err D cs • � L ID QQ m N cn Baa r
00 0 a 21
y ,,�A^ Or EO o
V T N C7 V! d• LO T r N N OL Cr) U
5Tr N Ch N UJ N NC7Cl) C6 C6 N vi QI
Q; cu c6 to W m 0 to ca Lo W
F- H CD F- F- LL
� fn 12 01
0 a C1 C 0 Ln
� E •4) old
LO CoCLC
o I o S o 0 D o g a o
a g 0.
C m N a
o _
m =
� m
`w F
m
0
U
m
W
o w
m
IL
� o
o a a a o o a cc
2m ® -
� o o a o o a a oo as
t�
0
`m
20 0 0 0 o a o a ®o ®®
IL °
c g
DC o 6 0 0 1 0 010
10 0
000
N m
a
c
a " v
a o
•� mow®
Q �w p
a
S � ®
D E®
mm m m
A ix
m y g ren
Em m �
m ion gym" z
" LU
'@ m _ a es
m " � m � m a
s _ SR
Jz waw 5 � ul
w
�E m cc E $m$ mW c u xl @ EIc
c Fy m t c Z a g
muc QE
a a m mgg
U U E c E rsm U@ m>- :C U cv @ ® J ,n
� w
•- - c m a .E
EL
C ° a'E m '¢ m c =m w o N m m
m s mn $ L N
a
o0 -�m c r c c 6 m Em &®_ �
a. C a—
� m o 'm m m m � ® �. m `+� ® ® �.a LL a 9
03 n�i
00 0a
r r ,n N r Nen LA U
E Q m r M ni ry eu �,y ¢ m ❑ [u a gry x ❑a
� � ci ci ci m e+s vi car a ei
m 5+ $ ®$
a a
c �
a
N .0 at m
o
F
qU
g a® o 0
a o coo aa oadao®
B � �
m w
r
a
a I ,
o a 0000 a a®a�',0w
w
n -
0 0 00000 0$0$oa
t°Sn m
m G ® $ $
® 0 0
_
g a n° N o 0 ovsm ua avaao®
c o
O �
0
� a
o a a a
_ % 0 0 0en0oo �n�0o0
m m
m p
c
m
® a $ m 0 0 ®0 0 000®
®M�r'
o$ U $ n cv 0� w in
nm w w ��
S1 r F r
� o
7
o � �
g ' $ o o g $ ®0 0 0
$ M
0v o m aoaom ® mSma Q coil$ � $ ®r$ m
m w� m
� w
- a
V a
a m
aJ
a a ® 00.00 ®0®010 ® 4 0 0 O a o a
a o c LL® w
b ®®
m
mm N N N �
=00
M W
. D W � vYF Pl1 pp..N F h
Y N Y N N N N
chi v ® c ,�rNen 000000 'm U
®_ ® o =w Yw W w E m w
p LL VIWN to
m
E .}
Cl) LL2 LLZZ - j v gN
v '� 6 E 0 a m 4 Q w w g _ m r m.s• w
v m a c a®o C a Q a ® CL
t
_ ®N m
Sg- 7n r rm�pmmh
R� F
e
cU E yrrrE - 4 ¢¢
9 3' = � m
$z c a m m N E E m d E
w 3 c 4 ¢4 m 3 m m
a- F-r £ n
o w co �rS a
gg gu $ c
4S c c m w ® Eus car °1 m� 3bF
a
a
o
mm �x
c c ® ®U3Ec�kk= ti- = i ® `m y
,LD
®avg UuI
N m amm m a 'mv'mv'm ® i m N � �a'LL wo
cuo� �
om NM
E m 2 cti ei m ri ca I cti ci of"' t- �- €- '4 m U❑ w 6e.C7 x O a
w ri m rr ni ri C S k O 0 a
IF,
co
jr
M W W M
m VY DO ,�m�NOOs N" Cowo Wm
coo o W a
C-) V 0
M
W
O
F- 0
0 1 000000 0 0000 0 o
to
ry
C 000 goo 0 00.0 0
AlW
00,10 00 0 0 O »
rs
ow
I T
w
ti
0
m
Do
0 E E 03
>
ol
0
WB 0
C-1
0 a-ow C-)0 <'mill I I
m
LU
LU
U!
EXHIBIT B:`City of Clearwater"Fee Schedule*
Task Desert tion Task Unit Cost Quantity Cost
Task 2.4 Detailed Review Inters Inc.):
Champs Model Review by Transect $11.171) 4 $4,680
Cam arison of Elevation Model with Lidar $3,147 1 $3,147
Other Review $2,000 1 $2,000
Task Meeting Preparations,Attendance&Expenses—Municipal(Optional
3.3 2 meetings) HDR $13,900 NIA NIA
Meeting Preparations,Attendance&Expenses--Municipal(Optional
2 meetings) Intera,Inc $1,612 NIA NIA
Total Estimated
Reimbursable from
Municipality Costs: $9,827
"Fee TBD bared on "City"requested services
INTERLOCAL AGREEMENT BETWEEN PINELLAS COUNTY
AND
THE CITY OF CLEARWATER FOR
PROVISION OF PRELIMINARY FLOODPLAIN INSURANCE MAPS
THIS INTERLOCAL AGREEMENT (this "Agreement") is entered into this day of
, 2019, by Pinellas County, a political subdivision of the State of Florida (the "County"),
and the City of Clearwater, a municipal corporation of the State of Florida, (the "City"),
collectively "Parties".
WITNESSETH:
WHEREAS, this Agreement is made and entered between the parties pursuant to Section
163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of 1969," which "permits local
government units to make the most efficient use of their powers by enabling them to cooperate
with other localities on a basis of mutual advantage and thereby to provide services and facilities
in a manner and pursuant to forms of governmental organization that will accord best with
geographic, economic, population, and other factors influencing the needs and development of
local communities";
WHEREAS, the County and the City each participate in the Federal Emergency
Management Association's (FEMA) National Flood Insurance Program (NFIP);
WHEREAS, FEMA will be providing Preliminary Flood Insurance Rate Maps (FIRM) in
furtherance of the NFIP to the County and the City;
WHEREAS, the County has retained HDR, Inc. under Contract No. 156-0095-CN(RW) to
review preliminary FIRMs for accuracy and validity, compile and submit appeals if needed to
FEMA, and assist with public meetings;
WHEREAS, to promote efficiency and mutual advantage, the City has asked the County
to review preliminary FIRMs, submit appeals on the City's behalf, and provide public meeting
support, and the County has agreed to do the same; and
WHEREAS, the City has agreed to reimburse the County for the costs of FIRM review and
appeal submission to FEMA and public meeting support.
NOW THEREFORE, for and in consideration of the foregoing recitals, the mutual
promises, covenants and conditions contained herein, the receipt and adequacy of which are hereby
acknowledged, the parties agree as follows:
1. Performance of Services:
The County, in conjunction with HDR and any other duly retained contractors or
subcontractors, shall review preliminary FIRMs, submit appeals to FEMA, and provide public
meeting support for the City as described within the "Scope of Services," which is attached hereto
1
and incorporated herein as Exhibit A. — Scope of Services Tasks 2.1 through 2.3, 3.1, and 3.2,
within Exhibit A, will be undertaken by the County. Tasks 2.4 and 3.3 will be performed as
requested for each jurisdiction for the fees described in the attached Exhibit A - Scope of Services.
Exhibit B — City Fee Schedule is attached hereto and incorporated herein to illustrate Tasks 2.4
and 3.3 quantities and cost will vary based on the individual agency requests for service.
2. Funding:
The City shall pay the County for work performed under Exhibit A - Scope of Services on
a reimbursement basis, in an amount not to exceed $9,827.00 and in accordance with the following:
The County shall mail the City monthly invoices ("County Invoices") for work performed
under this Agreement. The amount of a County Invoice shall be based upon the amount invoiced
to the County for such work performed by HDR and any other duly retained contractors or
subcontractors, as well as any work performed by the County itself, and any reasonable
administrative costs the County incurs in meeting its obligations hereunder. Together with a
County Invoice, the County shall include copies of applicable invoices submitted by HDR or other
duly retained contractors or subcontractors for work performed hereunder.
Upon receipt of a County Invoice, the City shall provide payment to the County in
accordance with the Local Government Prompt Payment Act (the "Act"), codified at Chapter 218,
Part VII, Florida Statutes. Consistent with the Act, payment shall be due to the County within 45
days following receipt of Invoice from the County with interest accruing thereafter. The dispute
resolution procedures and remedies for non-compliance in the Act shall likewise apply.
3. Agreement Term:
As required by Section 163.01(11), Florida Statutes, this Agreement shall be filed with the
Clerk of Circuit Court of Pinellas County, Florida after the Agreement has been fully executed by
the Parties, and shall take effect upon the date of filing. This Agreement shall expire upon the
earlier of: (1) receipt by the County of all payments due under this Agreement; or (2) September
30, 2020.
4. Termination, Default, and Remedies:
This Agreement may be terminated in writing by either party: (1) without cause upon
fifteen (15) days of receipt of notice of termination by the other party; or (2) with cause
immediately upon receipt of a notice of termination by the other party. This Agreement may also
be terminated at any time by mutual written agreement of the parties.
If the City terminates this Agreement without cause or the County terminates this
Agreement with cause, the City shall reimburse the County for any funds the County has expended
or obligated in furtherance of this Agreement prior to the actual date of termination, including but
not limited to those costs incurred by HDR and other duly retained contractors or subcontractors
for work performed hereunder. This remedy shall survive the termination or expiration of this
Agreement.
2
5. Project Managers and Notice:
In order to assure proper coordination and review throughout the term of this Agreement, the City
and the County each designate a Project Manager as follows:
Jurisdiction Contact /Mailing Address
Sarah Kessler, CFM, Environmental Specialist
Engineering Department
City of Clearwater
100 S. Myrtle Ave. Suite 220
Clearwater, FL 33759
Sarah.Kessler@myclearwater.com
(813) 541-1662
County
Lisa Foster, CFM
Floodplain Coordinator
Stormwater Planning & Engineering
Stormwater & Vegetation Division
Public Works Department
14 S. Ft. Harrison, #426
Clearwater, FL 33756
lfoster@pinellascounty.org
727.464.8962
Either party may designate a replacement Project Manager in writing at any time, which
shall become effective immediately upon receipt of notice of such replacement designation by the
other party.
Unless otherwise specified herein, all notices, invoices, payments, approvals, designations,
and other correspondence required by law and this Agreement shall be in writing and delivered
via e-mail or USPS Certified Mail to the respective Project Manager. Notice shall be considered
delivered or received as reflected by an e-mail read receipt or a certified mail delivery receipt.
Fiscal Non -Funding:
This Agreement is not a general obligation of either party. It is understood that neither this
Agreement nor any representation by any employee or officer of either party creates any obligation
to appropriate or make monies available for the purpose of this Agreement beyond the fiscal year
for which this Agreement is executed. No liability shall be incurred by a party, or any department
of a party, beyond the monies budgeted and available for this purpose. If funds are not appropriated
by a party for any or all of this Agreement, the party shall not be obligated to pay any sums
provided pursuant to this Agreement beyond the portion for which funds are appropriated. The
party agrees to promptly notify the other party in writing of such failure of appropriation, and upon
receipt of such notice, this Agreement shall terminate. Notwithstanding such termination, if the
3
City terminates this Agreement due to failure of appropriation, the City shall reimburse the County
for any funds the County has expended or obligated in furtherance of this Agreement, including
but not limited to those costs incurred by ' HDR and other duly retained contractors or
subcontractors for work performed hereunder.
6. Records and Audit:
The City shall:
a) retain all data, financial records, statistical records, and any other records (including
electronic storage media) pertinent to this Agreement ("Records") for a period of five (5)
years after termination or expiration of this Agreement or, if an audit has been initiated in
accordance with subsection c) of this Section 7 below and audit findings have not been
resolved at the end of five (5) years, the records shall be retained until resolution of the
audit findings;
b) maintain all Records in accordance with generally accepted accounting procedures
and practices that sufficiently and properly reflect all revenues and expenditures of funds
provided by the County under this Agreement;
c) ensure that all Records are subject at all reasonable times for inspection, review,
audit, and duplication by County personnel and other personnel duly authorized by the
County;
d) fully comply with the provisions of Chapter 119, Florida Statutes, as applicable;
and
e) ensure that all requirements in this Section 7 are included in all contracts and
subcontracts entered into in furtherance of this Agreement.
7. Indemnification and Non -Agency Relationship:
Each party shall be liable for its own negligence under this Agreement. Nothing contained
herein is intended to serve as a waiver by either party of its sovereign immunity or to extend the
liability of either party beyond the limits set forth in Section 768.28, Florida Statutes. Further,
nothing herein shall be construed as consent by either party to be sued by third parties in any
manner arising out this Agreement or contracts related thereto.
8. Modification of Agreement:
This Agreement represents the entire agreement of the parties. Any alterations, variations,
changes, modifications, or waivers of provisions of this Agreement shall only be valid when they
have been reduced to writing, duly signed by each of the parties hereto, and attached to the original
of this Agreement.
4
9. Assignment:
This Agreement may not be assigned by either party without the prior written consent of
the other party. The parties each bind itself, its successors, assigns, and legal representatives to the
other party hereto and to the successors, assigns, and legal representatives of such other party in
respect to all covenants and obligations contained herein.
10. Compliance with Applicable Laws:
The City shall use its best efforts to ensure that at all times and in all aspects of the Project;
its officers, employees, contractors, and agents are in compliance with all applicable federal, state,
and local laws.
11. Governing Laws:
This Agreement and the rights and obligations of the parties hereto shall be governed and
construed according to the laws of the State of Florida.
12. Entire Agreement:
This document, including Exhibits hereto, embodies the whole agreement between the
Parties. There are no promises, terms, conditions or allegations other than those contained herein,
and this document shall supersede all previous communications, representations and/or
agreements, whether written or verbal, between the Parties hereto.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
5
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their duly authorized representatives on the day and date first above written.
CITY OF CLEARWATER FLORIDA PINELLAS COUNTY, FLORIDA by and
through its County Administrator
By: C By:
Print: D. Scott Rice, PE
Title: Engineering Director
ATTEST:
By;L, i1tLt�t-
Rosemarie Call, City Cle
Approved as to Form:
By:
Michael P. Fuino, Assistant City Attorney
ProLaw Doc. # 14372
6
Barry A. Burton
County Administrator
proved as to Form:
Office of the County Attorney
EXHIBIT A: SCOPE OF SERVICES
EXHIBIT B: "City of Clearwater" Fee Schedule*
Task
Description
Task Unit Cost
Quantity
Cost
Task 2.4 Detailed Review (Intera, Inc.):
Champs Model Review by Transect
$1,170
4
$4,680
Comparison of Elevation Model with Lidar
$3,147
1
$3,147
Other Review
$2,000
1
$2,000
Task
3.3
Meeting Preparations, Attendance & Expenses — Municipal (Optional
2 meetings) (HDR)
$13,900
N/A
N/A
Meeting Preparations, Attendance & Expenses — Municipal (Optional
2 meetings) (Intera, Inc.)
$1,612
N/A
N/A
Total Estimated
Reimbursable from
Municipality Costs:
$9,827
*Fee TBD based on "City" requested services
INTERLOCAL AGREEMENT BETWEEN PINELLAS COUNTY
AND
THE CITY OF CLEARWATER FOR
PROVISION OF PRELIMINARY FLOODPLAIN INSURANCE MAPS
THIS INTERLOCAL AGREEMENT (this "Agreement") is entered into this 1st day of
April, 2019, by Pinellas County, a political subdivision of the State of Florida (the "County"), and
the City of Clearwater, a municipal corporation of the State of Florida, (the "City/Town"),
collectively "Parties."
WITNESSETH:
WHEREAS, this Agreement is made and entered between the parties pursuant to Section
163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of 1969," which "permits local
government units to make the most efficient use of their powers by enabling them to cooperate
with other localities on a basis of mutual advantage and thereby to provide services and facilities
in a manner and pursuant to forms of governmental organization that will accord best with
geographic, economic, population, and other factors influencing the needs and development of
local communities";
WHEREAS, the County and the City/Town each participate in the Federal Emergency
Management Association's (FEMA) National Flood Insurance Program (NFIP);
WHEREAS, FEMA will be providing Preliminary Flood Insurance Rate Maps (FIRM) in
furtherance of the NFIP to the County and the City/Town;
WHEREAS, the County has retained HDR, Inc. under contract # 156-0095-CN(RW) to
review preliminary FIRMs for accuracy and validity, compile and submit appeals if needed to
FEMA, and assist with public meetings;
WHEREAS, to promote efficiency and mutual advantage, the City/Town has asked the
County to review preliminary FIRMs, submit appeals on the City/Town's behalf, and provide
public meeting support, and the County has agreed to do the same; and
WHEREAS, the City/Town has agreed to reimburse the County for the costs of FIRM
review and appeal submission to FEMA and public meeting support.
NOW THEREFORE, for and in consideration of the foregoing recitals, the mutual
promises, covenants and conditions contained herein, the receipt and adequacy of which are hereby
acknowledged, the parties agree as follows:
1. Performance of Services:
The County shall, in conjunction with HDR and any other duly retained contractors or
subcontractors, upon written request by the City, complete Tasks 2.4 ("Detailed FIRM Reviews")
and 3.3 ("City Meetings") in the attached "Scope of Services," which is incorporated herein as
1
Exhibit A. The County shall be under no obligation to perform any work requested until it provides
written confirmation to the City that it shall perform such work. There is no limitation on the
number of the Detailed FIRM Reviews (Task 2.4) or Municipal Meetings (3.3) that may be
requested and undertaken hereunder, so long as performance of same is consistent with the terms
of this Agreement. The City shall assist in coordinating Municipal Meetings in accordance with
the language of Task 3.3, as well as provide information reasonably requested by the County to
complete Detailed FIRM Reviews under Task 2.4.
2. Payment:
The City/Town shall pay the County for work performed under this Agreement on a
reimbursement basis, in an amount not to exceed $4,680 and in accordance with the following:
The County shall mail the City/Town monthly invoices ("County Invoices") for work
performed under this Agreement. The amount of a County Invoice shall be based upon the amount
invoiced to the County for such work by HDR and any other duly retained contractors or
subcontractors, as well as any work performed by the County itself, and any reasonable
administrative costs the County incurs in meeting its obligations hereunder. By way of illustration
and not limitation, the fees HDR estimates it will bill the County are shown in the attached
"City/Town Fee Schedule," which is incorporated herein as Exhibit B. Together with a County
Invoice, the County shall include copies of applicable invoices submitted by HDR or other duly
retained contractors or subcontractors for work performed hereunder.
Upon receipt of a County Invoice, the City/Town shall provide payment to the County in
accordance with the Local Government Prompt Payment Act (the "Act"), codified at Chapter 218,
Part VII, Florida Statutes. Consistent with the Act, payment shall be due 45 days after County
Invoice receipt with interest accruing thereafter. The dispute resolution procedures and remedies
for non-compliance in the Act shall likewise apply.
3. Agreement Term:
As required by Section 163.01(11), Florida Statutes, this Agreement shall be filed with the
Clerk of Circuit Court of Pinellas County, Florida after the Agreement has been fully executed by
the Parties, and shall take effect upon the date of filing. This Agreement shall expire upon the
earlier of: (1) receipt by the County of all payments due under this Agreement; or (2) September
30, 2020.
4. Termination, Default, and Remedies:
This Agreement may be terminated in writing by either party: (1) without cause upon
fifteen (15) days of receipt of notice of termination by the other party; or (2) with cause
immediately upon receipt of a notice of termination by the other party. This Agreement may also
be terminated at any time by mutual written agreement of the parties.
If the City/Town terminates this Agreement without cause or the County terminates this
Agreement with cause, the City/Town shall reimburse the County for any funds the County has
2
expended or obligated in furtherance of this Agreement prior to the actual date of termination,
including but not limited to those costs incurred by HDR and other duly retained contractors or
subcontractors for work performed hereunder. This remedy shall survive the termination or
expiration of this Agreement.
5. Project Managers and Notice:
In order to assure proper coordination and review throughout the term of this Agreement, the
City/Town and the County each designate a Project Manager as follows:
Jurisdiction Contact /Mailing Address
Sarah Kessler, CFM, Environmental Specialist
Engineering Department
City of Clearwater
100 S. Myrtle Ave. Suite 220
Clearwater, FL 33759
Sarah.Kessler@myclearwater.com
(813)541-1662
County
Lisa Foster, CFM
Floodplain Coordinator
Stormwater Planning & Engineering
Stormwater & Vegetation Division
Public Works Department
14 S. Ft. Harrison, #426
Clearwater, FL 33756
lfoster@pinellascounty.org
727.464.8962
Either party may designate a replacement Project Manager in writing at any time, which
shall become effective immediately upon receipt of notice of such replacement designation by the
other party.
Unless otherwise specified herein, all notices, invoices, payments, approvals, designations,
and other correspondence required by law and this Agreement shall be in writing and delivered
via e-mail or USPS Certified Mail to the respective Project Manager. Notice shall be considered
delivered or received as reflected by an e-mail read receipt or a certified mail delivery receipt.
Fiscal Non -Funding:
This Agreement is not a general obligation of either party. It is understood that neither this
Agreement nor any representation by any employee or officer of either party creates any obligation
to appropriate or make monies available for the purpose of this Agreement beyond the fiscal year
for which this Agreement is executed. No liability shall be incurred by a party, or any department
of a party, beyond the monies budgeted and available for this purpose. If funds are not appropriated
3
by a party for any or all of this Agreement, the party shall not be obligated to pay any sums
provided pursuant to this Agreement beyond the portion for which funds are appropriated. The
party agrees to promptly notify the other party in writing of such failure of appropriation, and upon
receipt of such notice, this Agreement shall terminate. Notwithstanding such termination, if the
City/Town terminates this Agreement due to failure of appropriation, the City/Town shall
reimburse the County for any funds the County has expended or obligated in furtherance of this
Agreement, including but not limited to those costs incurred by HDR and other duly retained
contractors or subcontractors for work performed hereunder.
6. Records and Audit:
The City/Town shall:
a) retain all data, financial records, statistical records, and any other records (including
electronic storage media) pertinent to this Agreement ("Records") for a period of five (5)
years after termination or expiration of this Agreement or, if an audit has been initiated in
accordance with subsection c) of this Section 7 below and audit findings have not been
resolved at the end of five (5) years, the records shall be retained until resolution of the
audit findings;
b) maintain all Records in accordance with generally accepted accounting procedures
and practices that sufficiently and properly reflect all revenues and expenditures of funds
provided by the County under this Agreement;
c) ensure that all Records are subject at all reasonable times for inspection, review,
audit, and duplication by County personnel and other personnel duly authorized by the
County;
d) fully comply with the provisions of Chapter 119, Florida Statutes, as applicable;
and
e) ensure that all requirements in this Section 7 are included in all contracts and
subcontracts entered into in furtherance of this Agreement.
7. Indemnification and Non -Agency Relationship:
Each party shall be liable for its own negligence under this Agreement. Nothing contained
herein is intended to serve as a waiver by either party of its sovereign immunity or to extend the
liability of either party beyond the limits set forth in Section 768.28, Florida Statutes. Further,
nothing herein shall be construed as consent by either party to be sued by third parties in any
manner arising out this Agreement or contracts related thereto.
8. Modification of Agreement:
This Agreement represents the entire agreement of the parties. Any alterations, variations,
changes, modifications, or waivers of provisions of this Agreement shall only be valid when they
4
have been reduced to writing, duly signed by each of the parties hereto, and attached to the original
of this Agreement.
9. Assignment:
This Agreement may not be assigned by either party without the prior written consent of
the other party. The parties each bind itself, its successors, assigns, and legal representatives to the
other party hereto and to the successors, assigns, and legal representatives of such other party in
respect to all covenants and obligations contained herein.
10. Compliance with Applicable Laws:
The City/Town shall use its best efforts to ensure that at all times and in all aspects of the
Project; its officers, employees, contractors, and agents are in compliance with all applicable
federal, state, and local laws.
11. Governing Laws:
This Agreement and the rights and obligations of the parties hereto shall be governed and
construed according to the laws of the State of Florida.
12. Entire Agreement:
This document, including Exhibits hereto, embodies the whole agreement between the
Parties. There are no promises, terms, conditions or allegations other than those contained herein,
and this document shall supersede all previous communications, representations and/or
agreements, whether written or verbal, between the Parties hereto.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
5
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their duly authorized representatives on the day and date first above written.
CITY OF CLEARWATER, FLORIDA PINELLAS COUNTY, FLORIDA by and
through its County Administrator
By: (=:.) (12-<-4-
Print:
D. Scott Rice, PE
Title: Engineering Director
ATTEST:
By: ,d �7 CI
Rosemarie Call, City
By:
ATTEST: Ken Burke, Clerk
Approved as to Form:
B' e
y:
eputy Clerk
Approved as to Form:
Michael P. Fuino, Assistant City Attorney By:
Office of the County Attorney
6
EXHIBIT A: SCOPE OF SERVICES
7
EXHIBIT B: "City/Town" Fee Schedule*
Task
Description
Task Unit Cost
Quantity
Cost
Task 2.4 Detailed Review (Intera, Inc.):
Champs Model Review by Transect
$1,170
TBD
TBD
Comparison of Elevation Model with Lidar
$3,147
TBD
TBD
Other Review
$2,000
TBD
TBD
Task
3.3
Meeting Preparations, Attendance & Expenses — Municipal (Optional
2 meetings) (HDR)
$13,900
TBD
TBD
Meeting Preparations, Attendance & Expenses — Municipal (Optional
2 meetings) (Intera, Inc.)
$1,612
TBD
TBD
Total Estimated
Reimbursable from
Municipality Costs:
TBD
*Fee TBD based on "City/Town" requested services
WORK ASSIGNMENT
SCOPE OF SERVICES
ENGINEERING CONSULTING SERVICES
Contract No. 145 -0342 -RW
(BASE CONSULTANT AGREEMENT)
Design Service
For
FEMA Coastal Map Update Technical Reviews
County PID: TBD
Prepared for:
Pinellas County
Public Works Stormwater & Vegetation Division
14 South Fort Harrison Avenue
Clearwater, Florida 33756
Prepared by:
HDR Engineering, Inc.
4830 W Kennedy Blvd
Suite 400
Tampa, FL 33609
May 14, 2018
Page 1
TABLE OF CONTENTS
TABLE OF CONTENTS 2
I. PROJECT TITLE 3
II. OBJECTIVE 3
III. PROJECT DESCRIPTION 3
IV. PROJECT SCOPE OF WORK 3
V. COMPENSATION 9
VI. SCHEDULE 10
Page 2
SCOPE OF SERVICES FOR ENGINEERING CONSULTING SERVICES
This Exhibit forms an integral part of the agreement between Pinellas County (hereinafter referred to as the
COUNTY) and HDR Engineering, Inc. (hereinafter referred to as the CONSULTANT) relative to the work
described as follows:
I. PROJECT TITLE
Professional Engineering Services for Review Support Services for FEMA Preliminary Coastal Flood
Insurance Rate Map Update Technical Review.
II. OBJECTIVE
The overall objective of this document is to describe the scope of work and responsibilities of the
CONSULTANT for providing review support services associated with the FEMA Coastal Map Update
Technical Reviews.
III. PROJECT DESCRIPTION
Pinellas County participates in FEMA's National Flood Insurance Program (NFIP) and adopts their
mapping and regulations. Recently, FEMA initiated a restudy of all coastal counties and has been
progressively revising its coastal flood risk mapping throughout the country. As part of this revision
process, FEMA, through its study contractor, will present the COUNTY with results from the restudy for
the area under a preliminary status with opportunity for the COUNTY to review preliminary mapping for
accuracy. The project consists of services necessary for the technical review of updates to the FEMA
Coastal Maps.
IV. PROJECT SCOPE OF WORK
TASK 1 GENERAL SERVICES
The CONSULTANT will coordinate with the COUNTY and maintain the current contract:
1.1 Contract Maintenance
The CONSULTANT shall perform contract maintenance on a monthly basis providing the
COUNTY with progress reports, milestone dates, and invoices as required.
1.2 Meetings
The CONSULTANT shall attend and provide meeting minutes for 4 meetings, including an
initial project kick-off meeting and a preliminary review meeting, pre -public outreach meeting
and a detailed review meeting with the COUNTY. The CONSULTANT shall provide meeting
minutes for review and approval to the COUNTY.
Page 3
TASK 2 COASTAL MAP TECHNICAL REVIEWS
As part of the stakeholder review, FEMA, or its study contractor, will provide the COUNTY
with data and documentation supporting creation of the preliminary flood hazard workmaps.
This information may include the following:
1. Topographic and bathymetric Digital Elevation Model (DEM)
2. Field Reconnaissance documentation
3. Tide, Wind, Wave, Current, and Flooding Data
4. Numerical Models inputs and outputs:
a. ADCIRC+SWAN
b. WHAFIS
c. RUNUP
5. Climatological Data and Meteorological Forcing
6. Wind Data and Hindcasts
7. Model Calibration Report
8. Joint Probability Methodology (or JPM-OS) Report
9. Surge Results Surfaces (GIS shapefiles)
10. Comparison of results to historical and adjacent studies documentation
11. Transect Location Maps
12. Wave Information Summary
13. Wave Setup, Runup and Overtopping Analyses
14. Overland Wave Propagation Modeling Report
15. Verification to an Observed Coastal Flood Event
16. Combined probability at riverine flooding confluences documentation
17. Flood Zone Designation and BFE Documentation (report and shapefiles of mapping)
X18. Flood Hazard Workmaps (shapefiles/pdf)
To facilitate the review of the provided products and supporting information within a timely
manner, review services are divided between a regional (countywide) and more detailed review.
The regional review will address countywide changes in the floodmaps. Upon presentation
and concurrence with the County, the detailed review will provide a more detailed review of the
areas that exhibit the greatest changes in Base Flood Elevations (BFE) or flood zone.
2.1 Preliminary Review
During the preliminary review CONSULTANT will compare the preliminary workmaps to
the effective maps to identify areas where additional outreach may be required. CONSULTANT
will document the findings in a letter report to the COUNTY.
Deliverable: Preliminary Map Review Report
2.2 Parcel Level Review
The countywide review assumes that the FEMA contractor will provide the COUNTY with
shapefiles containing the preliminary FIRM data with fields for BFE and zone classification.
It also assumes that the COUNTY will provide the CONSULTANT with shapefiles of the
parcel delineation.
Page 4
The CONSULTANT will perform a countywide review of the provided Preliminary Flood
Insurance Rate Map (FIRM) shapefiles. This task assumes that the FEMA contractor will
provide the COUNTY with shapefiles delimiting the new hazard zones and BFEs. The
CONSULTANT will compare the information from the existing and preliminary studies to
create coverages displaying areas that result in a change in BFE and/or a change in zone
classification. These coverages will be compared with parcel maps to create a list of property
owners/parcel IDs that will experience a change in zone classification or BFE. The deliverables
for this task will include shapefiles containing difference surfaces in BFEs and changes in zone
classification as well as a database containing a list of parcels experiencing a change in
classification and/or BFE. The database will contain the Parcel ID, Address, Owner,
Jurisdiction, Current Flood Insurance Rate Map (FIRM) Zone, Current FIRM BFE, Preliminary
FIRM Zone, Preliminary FIRM BFE, and a summary field that lists the changes. Symbology
for the shapefile will include:
• No change
• Increased BFE and zone
• Increased BFE but no change or reduced hazard zone
• Decreased BFE but increased Zone
• No BFE change but increased zone
• Decreased BFE and no change or reduced hazard zone
Deliverable: Shapefiles showing change in BFE and zone classification, parcel database
23 Countywide Peer Review
The CONSULTANT will perform a preliminary review of all provided documentation to ensure
proper adherence to FEMA standards and guidelines for the performance of coastal flood hazard
analyses and mapping. Notably, this task will not include a direct examination of the model
inputs and outputs employed by the contractor nor will it include additional data
analysis/synthesis of the provided data. The CONSULTANT will document the findings in a
report.
The CONSULTANT will perform a map by map review of the provided preliminary maps.
The review will consist of the comparison with the existing floodmaps and identification of
any apparent inconsistencies in the mapping. The CONSULTANT will document the findings
in a report.
Additionally, the CONSULTANT will compile and review citizen comments and synthesize
these comments with areas of potential inaccuracy identified in the countywide review. The
CONSULTANT will document all findings in a report.
Deliverables: Documentation Review Findings Report; Map -by -Map Review Findings Report;
Comment Summary Report
2.4 Detailed Review
Upon completion of the countywide review, the CONSULTANT will coordinate with the
COUNTY to identify areas requiring a more detailed examination. Notably, this review will
depend upon the results not only of the comparison of BFEs and zone classification changes
Page 5
but also of the documentation review should any questions arise. The CONSULTANT will
document the findings in a report.
A detailed review may include, but not limited to, the following:
• Review of CHAMP (dune erosion), WHAFIS, and RUNUP inputs and outputs on a per
transect basis and the resulting flood hazard zone designations and BFEs.
• Review of locations/designations of primary frontal dunes with regards to delineation
between zones AE and VE.
• Review of ADCIRC+SWAN inputs and outputs and calibration/validation on a per storm
basis including the validity of measured high water marks and wave data used for
calibration.
• Review of the statistical analyses applied, including joint probability and treatment of
tides.
• Review of alternative methodologies (other than WHAFIS, RUNUP, and ADCIRC+S WAN)
that may have been applied to designate flood hazard zones and BFEs.
• Comparison of transect topography/bathymetry with LiDAR data.
• Comparison of DTM elevations and mapped flood elevations with most recent LiDAR
data.
Deliverable: Detailed Examination Report
2.5 Appeal Preparation and Submittal
Should the reviews identify grounds for a challenge at the discretion of the County, the
CONSULTANT will prepare and submit an appeal in strict accordance with the Code of Federal
Regulations regarding FEMA Flood Insurance Study appeals. Causes for this appeal may
involve a disagreement in the judgment or assumptions made by the FEMA contractor,
measurement or mathematical error, or changes in the floodplains that have occurred since
the inception of the study. The CONSULTANT will perform the required analyses and prepare
the necessary documentation for appeal and submittal to FEMA. As with the previous tasks,
these analyses can take a variety of forms and will depend on the results of the review.
Deliverable: FEMA Appeal Documentation
TASK 3 PUBLIC OUTREACH
Public outreach includes communicating to and receiving information from all interested persons,
groups, and government organizations information regarding the preliminary FEMA FIRM.
3.1 Meeting Preparations—All Meetings
The CONSULTANT shall provide to the COUNTY drafts of all public outreach materials
associated with the following tasks for review and approval at least five (5) business days prior
to printing and / or distribution.
The CONSULTANT shall provide all support necessary for the COUNTY to hold or participate
in two Area Outreach Meetings. These meetings shall be held at locations as decided by the
COUNTY. The COUNTY shall notify agency representatives and members of the public of the
Page 6
meeting. Each meeting shall consist of public displays providing FEMA Flood Map overviews
and A/V materials to provide property owners with the ability to review the map materials in
detail.
The CONSULTANT shall prepare and/or provide:
• Mailing list containing address information for agency representatives and property owners
within affected areas as identified upon review of the FIRM maps. It is anticipated these lists
will be grouped by local municipalities within each geographical (north, central and south)
area of COUNTY. Mailouts of flyers or postcards are to be performed by the COUNTY.
• Video presentation to provide brief overview of the process to be played as an introduction
to attendees at each of the outreach meetings.
• Visual displays of FEMA Flood Insurance Rate Maps (FIRM).
• Computer work station set up (for CONSULTANT provided work stations).
Deliverables: Mailing list; video presentation; visual displays; and meeting materials.
3.2 Meeting Attendance - COUNTY Meetings
The CONSULTANT shall investigate potential meeting sites to advise the COUNTY on their
suitability. The COUNTY shall pay all costs for meeting site rental, security and insurance. The
COUNTY shall also coordinate and pay for all advertisements and mailings.
The CONSULTANT shall attend two area outreach meetings with an appropriate number of
personnel (3 assumed including technical staff, i.e., coastal engineering specialist) to assist the
COUNTY'S Project Manager. The CONSULTANT shall handle meeting equipment set-up and
tear- down. All three meetings are assumed to occur within a two week period.
The CONSULTANT shall provide the following equipment or display materials for each meeting,
as directed by the COUNTY (Equipment rentals are assumed for time frame specified below. If
longer rentals are needed then the materials will be provided per the prices provided in the
fee estimate):
• Smart Screens (55" smart screen loaded to provide visual information; assumes rental and
delivery fee for 2 days).
• TV Screen (55" TV monitor used to provide video presentation for attendees; optional rental
in place of or addition to smart screens or display boards).
• Computer Work Station (Individual work station consisting of laptop and 22" monitor to
provide detail parcel analysis of affected properties to attendees; assumes 1 week rental
period).
• WiFi Hot Spot (remote WiFi hotspot to provide internet access for work stations at meeting
venues without internet access; assumes 1 week rental period).
The CONSULTANT shall prepare summary notes of online comments received at the meetings
and provide to the COUNTY no later than five (5) business days after the meeting.
Deliverable: Meeting summary notes
Page 7
33 Meeting Attendance - Municipal Meeting(s) (Optional Service)
Additional public meeting(s) may be held at the request of the COUNTY for local municipalities.
These meetings will be performed using audio/visual materials as generated from the previous
outreach meetings. For the additional meetings the CONSULTANT will provide the following
items:
• Mailing list containing address information for property owners within affected areas as
identified upon review of the FIRM maps. It is anticipated these lists will be grouped by local
municipalities. Mailouts of flyers or postcards are to be performed by the MUNICIPALITY.
• Meeting materials consisting of:
o Handouts/Information Sheet
o Comment Forms
The MUNICIPALITY shall identify and coordinate the meeting site accommodations for the
public meeting. The MUNICIPALITY shall pay all costs for meeting site rental, security and
insurance. The MUNICIPALITY shall also coordinate and pay for all advertisements and
mailings.
The CONSULTANT shall attend each meeting with an appropriate number of personnel to assist
the COUNTY'S Project Manager/MUNICIPALITY Lead. The MUNICIPALITY will identify the
number of CONSULTANT staff that shall attend each meeting, but a minimum of 2 staff (including
a coastal engineering specialist) is assumed.
The CONSULTANT shall provide the following equipment or display materials for each meeting,
as directed by the MUNICIPALITY (Equipment rentals are assumed to be in separate time frame
from County meetings. Equipment rental costs dependent on meeting schedule. If longer rentals
are needed then the materials will be provided per the prices provided in the fee estimate):
• Smart Screens (55" smart screen loaded to provide visual information; assumes rental and
delivery fee for 1 day).
• TV Screen (55" TV monitor used to provide video presentation for attendees; optional rental
in place of or addition to smart screens or display boards).
• Computer Work Station (Individual work station consisting of laptop and 22" monitor to
provide detail parcel analysis of affected properties to attendees; assumes 1 week rental
period).
• WiFi Hot Spot (remote WiFi hotspot to provide internet access for work stations at meeting
venues without internet access; assumes 1 week rental period).
The CONSULTANT shall prepare summary notes of online comments received at the meetings
and provide to the COUNTY no later than five (5) business days after the meeting.
Deliverables: Mailing list; meeting materials; meeting summary notes
Page 8
V. COMPENSATION
The CONSULTANT shall provide the above outlined Basic Services for the following fixed fee for Tasks
1.1, 1.2, 2.1, 2.2 and 2.3 or estimated amounts based on progress to date within a schedule of 90 day of
receiving written notice to proceed in accordance with Section VI Schedule. Services provided under Tasks
2.4, 2.5, 3.1, 3.2, and 3.3 shall be billed to the COUNTY as Time & Materials (T & M), not to exceed the
amounts specified below by task without written authorization. Services provided under task 2.4 and 3.3 shall
be itemized by jurisdiction. The CONSULTANT must provide employee time cards with the invoice
submittal and must furnish progress reports documenting services performed, together with cost incurred
to date to the COUNTY's Project Manager. Invoices shall be submitted monthly by the CONSULTANT
to the COUNTY showing the amount contracted per task, amount total previously invoiced per task, amount
earned this invoice per task, and amount remaining per task and percentages. Separate purchase orders will
be prepared for each municipality for services provided under task 2.4 and 3.3. Each invoice should be
agreed upon by the COUNTY and the CONSULTANT prior to formal submittal to the designated
Fiscal Manager, as per General Agreement.
Lump Sum Services (for County)
Task 1 General Tasks (HDR) $2,884
Task 1 General Tasks (Intera, Inc.) $10,037
Task 2.1 Preliminary Review (Intera, Inc.) $2,823
Task 2.2 Parcel Level Review (Intera, Inc.) $25,875
Task 2.3 Countywide Peer Review (Inters, Inc.) $43,759
County Lump Sum Sub -Total (HDR & Intera, Inc) $85,377
Time & Material Services (for County)
Task 2.4 Detailed Review (Intera, Inc.):
A. Champs Model Review (15 transects at $1,170 T&M cost per) $17,556
B. Per Transect Comparison of Elevation Model with Lidar $3,147
C. Other Review To Be Determined $2,000
Task 2.5 Appeal Preparation and Submittal (Intera, Inc.) $25,000
Task 3.1 Meeting Preparations — All Meetings (HDR) $13,968
Task 3.1 Meeting Preparations — All Meetings (Intera, Inc.) $3,193
Task 3.2 Meeting Attendance & Expenses — 2 County Meetings (HDR) $17,254
Task 3.2 Meeting Attendance — 2 County Meetings (Intera, Inc.) $3,223
County Time and Material Sub -Total (HDR & Intera, Inc) $85,340
Page 9
Reimbursable Time & Material Services (for Municipalities)
Task 2.4 Detailed Review (Intera, Inc.):
A. Champs Model Review (15 transects at $1,170 T&M cost per) $17,556
B. Per Transect Comparison of Elevation Model with Lidar (4) $12,586
C. Other Review To Be Determined (1) $2,000
Task 3.3 Meeting Attendance & Expenses — Municipal (Optional)
D. HDR - 2 Meetings at $13,900 T&M per $27,800
E. Intera, Inc. - 2 Meetings at $1,612 T&M per $3.223
Reimbursable Municipal Optional Time and Material
Sub -Total (HDR & Intera, Inc) $63,165
VI. SCHEDULE
CONSULTANT'S services shall commence upon receipt of written notice to proceed issued by COUNTY.
It is assumed that NTP will occur upon receipt of FEMA data and documentation. CONSULTANT shall
complete tasks in accordance with the following or better project schedule:
Task Element Schedule Completion Date
2.1 Preliminary Review 14 days from NTP
2.2 Parcel Level Review 14 days from release of preliminary FIRM
2.3 Countywide Peer Review 30 days from release of preliminary FIRM
(preliminary and map -by -map review)
60 days from release of preliminary FIRM
(comment review and compilation)
2.4 Detailed Review 60 days from release of preliminary FIRM
2.5 Appeal Preparation & Submittal 80 days from release of preliminary FIRM
3.1 Meeting Preparations — All Meetings 90 days from release of preliminary FIRM
3.2 Meeting Attendance — County 90 days from release of preliminary FIRM
3.3 Meeting Attendance - Municipal (Opt. Service) 90 days from release of preliminary FIRM
VII. INVOICES & PROGRESS REPORTS
Invoicing must take place monthly and will include a progress report summarizing the work completed
during the invoice period as well as a schedule update. The CONSULTANT must pre -submit invoices to
the Project Manager prior to an official monthly submittal. The final invoice will be marked "FINAL" on
the invoice and be accompanied by a letter from the CONSULTANT stating that this is the Final Invoice
and that compensation for tasks completed, as described in the Scope of Services Agreement, is now
concluded.
Page 10
5/14/2018
Item Task
Description
Project Activity Summary (All Tasks, HDR Intera)
PID TBD_FEMA Coast Map Update Technical Reviews
TBD
Cost Quantity Cost
Lump Sum Services (for County)
Task 1
Task 1
Task 2.1
Task 2.2
Task 2.3
Totals
Time & Material
Task 2
General Tasks (HDR)
General Tasks (Intera, Inc.)
Preliminary Review (Intera, Inc.)
Parcel Level Review (Intera, Inc.)
Countywide Peer Review (Intera, Inc.)
Services (for County)
.4 Detailed Review (Intera, Inc.):
Champs Model Review by Transect
Comparison of Elevation Model with Lidar
Other Review
Appeal Preparation and Submittal (Intera, Inc.)
Meeting Preparations - All Meetings (HDR)
Meeting Preparations - All Meetings (Intera)
Meeting Attendance & Expenses - County: 2 meetings (HDR)
Meeting Attendance & Expenses - County: 2 meetings (Intera)
Task 2.5
Task 3.1
Task 3.1
Task 3.2
Task 3.2
$2,884
$10,037
$2,823
$25,875
$43,759
$85,377
$1,170
$3,147
$2,000
$25,000
$13,968
$3,193
$8,627
$1,612
1
1
1
1
1
$2,884
$10,037
$2,823
$25, 875
$43,759
$85,377
15 $17,556
1 $3,147
1 $2,000
1 $25,000
1 $13,968
1 $3,193
2 $17,254
2 $3,223
$85,340
Total Estimated County Costs: $170,718
Reimburseable from Municipality Time & Material Services
Task 2.4 Detailed Review (Intera, Inc.):
Champs Model Review by Transect $1,170 15
Comparison of Elevation Model with Lidar $3,147 4
Other Review $2,000 1
Task 3.3 Meeting Preparations, Attendance & Expenses - Municipal (Optional 2 meetings) (HDR) $13,900 2
Meeting Preparations, Attendance & Expenses - Municipal (Optional 2 meetings) (Intera, Inc.; $1,612 2
Total Estimated Reimburseable from Municipality Costs:
$17,556
$12,586
$2,000
$27, 800
$3,223
$63,165
Total Proiect Costs: $233,883
PID_TBD_FEMA Coastal_Map_10May2018.xlsx
SUM Page 1 of 4 5/14/2018
Project Activity 1, 3.1, and 3.2 (HDRI
Estimator Stefanie McQueen (HDR)
5/14/2018
PID TBD_FEMA Coast Map Update Technical Reviews
TBD
PID _TBD _FEMA _Coastal_Map_10May2018. xlsx
3. Public Outreach HDR
Page 2 of 4
5/14/2018
Staff Classification
Senior
Planner
Multi Media
Specialist
GIS
Specialist
Clerical
Designer
Project
Manager
Staff 7
Staff 8
Staff 9
Total Scope Hours
Salary by
Activity
Task No.
Task
Comments
$ 176.00
$ 146.00
$ 94.00
$ 70.00
$ 108.00
$ 208.00
$ -
$ -
$ -
1.1
General Tasks
Contract Maintenance (6 hours initial + 2 hours
month for 3 mos)
6
0
0
6
0
0
0
0
0
12
$1.476.00
1 2
Meetings
Project kick-off meeting, pre -public outreach
meeting (2 meetings)
8
0
0
0
0
0
0
0
0
8
51,408.00
Task 1
52,884.00
3.1
Meeting Preparations - All
Meetings
3.1.1
Property Owner Mailing List
develop mailing list from parcel database for
County meetings
8
0
8
24
0
0
0
0
0
40
53,840 00
3.1 .2
Video Presentation Preparation
1 video (3-5 minute) with voiceover
8
32
0
0
0
0
0
0
0
40
$6,080.00
3.1.3
Display Board Preparation
create interactive PDF with preliminary FEMA FIRM
and other GIS data layers
4
0
8
0
u
0
0
0
0
12
$1,456.00
3.1.5
Work Station Set up
IT set up of 4 computer stations prior to meeting
0
0
0
0
24
0
0
0
0
24
52,592 00
Task 3.1
513,968.00
3.2
Meeting Attendance - County
3.2.1
Meeting Site Coordination
initial contact. site visit, insurance coordination
(County to pay fee) - 2 locations
32
0
0
12
0
0
0
0
0
44
56,472.00
3.2.2
Meeting Set Up/Attendance
2 staff at 5 hours each - 2 meetings
10
0
0
0
0
10
0
0
0
20
$3,840.00
3.2.3
Meeting Summary/Follow-up
review of online comments - 2 meetings
8
0
16
24
0
0
0
0
0
48
$4,592.00
Meeting Expenses (see
breakdown below)
expenses
$2,350.00
Task 3.2
517,254.00
3.3
Meeting Attendance - Municipal
(optional service - see separate sheet)
TOTAL STAFF HOURS
84
32
32
66
24
10
0
0
0
248
TOTAL STAFF LABOR & EXPENSE COST (NTE)
S14.784 00
54 672.00
$3 008.00
$4,620.00
52,592.00
52.080.00
50.00
$0.00
00.00
$34.106.00
Expense Type
Comments
Unit
# Units
Price per Unit
Total Cost
A
Smart Screen Rental
55" smartscreen rental for 1 day (2 at each mtg)
Screen
4.0
5150.00
5600.00
B
TV Screen Rental
55" tv monitor rental for 1 day (could be used at
work stations)
Screen
0.0
5100.00
50.00
C
Screen Delivery
delivery/set up for up to 10 screens for 1 day
Delivery Fee
2.0
$550.00
$1,100.00
D
HDR Work Station Use
HDR IT set up required (Task 3.1.5 above)
Work Station
0.0
$0.00
50.00
E
Computer Work Station Rental
laptop and 22" monitor rental for 1 week (2
workstations at each mtg)
Work Station
2.0
$250.00
$500.00
F
Mounted Display Boards
pnce per mountedboard (36x48 inches)
Board
0.0
5100.00
50.00
G
Roll Plot Display Boards
price per plotted map (36x48 inches)
Roll plot
0.0
515.00
50.00
H
WiFi Hot Spot
Rental and set-up
EA
1.0
5150.00
$150.00
TOTAL EXPENSE COST
$ 2,350.00
PID _TBD _FEMA _Coastal_Map_10May2018. xlsx
3. Public Outreach HDR
Page 2 of 4
5/14/2018
Project Activity 3.3: Public Outreach Additional Municipal Meetinq(s) (HDR) - Optional Service
Estimator. Stefanie McQueen (HDR)
5/14/2018
PID TBD_FEMA Coast Map Update Technical Reviews
TBD
PID_TBD_F EMA_Coastal_Map_10May2018.xlsx
3. Public Outreach AM HDR
Page 3 of 4
5/14/2018
Staff Classification
Senior
Planner
Multi Media
Specialist
GIS
Specialist
Clerical
Designer
Project
Manager
Staff 7
Staff 8
Staff 9
Total Scope Hours
Salary by
Activity
TaskTask
No.
Comments
$ 176.00
$ 146.00
$ 94.00
$ 70.00
$ 108.00
$ 208.00
$ -
$ -
$ -
3 1
Meeting Preparations - All
Meetings
n/a
3.2
Meeting Attendance - County
n/8
3.3
Meeting Attendance - Municipal
3.3.1
Meeting Site Coordination
assist with initial contact, site visit, equipment rental
- 1 location (MUNICIPALITY to pay and coordinate
site rental/insurance)
16
0
0
0
0
0
0
0
0
16
$2,816.00
3.3.2
Property Owner Mailing List
Develop municipal mailing list from parcel database
8
0
8
8
0
0
0
0
0
24
02.720.00
3.3.3
Meeting Materials
modify handout/factsheet from County materials
8
0
0
0
0
0
0
0
0
8
$1.408.00
3.3.4.1
Meeting Set Up/Attendance
5 staff at 5 hours - 1 meeting (support option 1)
5
0
0
10
5
5
0
0
0
25
$3,160.00
3.3.4.2
Meeting Set Up/Attendance
3 staff at 5 hours - 1 meeting (support option 2)
5
0
0
5
0
5
0
0
0
15
52,270.00
3.3.4.3
Meeting Set Up/Attendance
1 staff at 5 hours - 1 meeting (support option 3)
5
0
0
0
0
0
0
0
0
5
$880.00
3.3.5
Meeting Summary/Follow-up
review of online comments - 1 meeting
4
0
8
12
0
0
0
0
0
24
$2,296.00
Meeting Expenses (see
breakdown below)
expenses
$1,500.00
OPT 1
includes 3.3.4.1 (5 staff)
TOTAL STAFF HOURS
41
0
16
30
5
5
0
0
0
97
TOTAL STAFF LABOR & EXPENSE COST
57,216.00
50.00
$1,504.00
$2,100.00
$540.00
$1,040.00
$0.00
$0.00
50.00
$13,900.00
OPT 2
includes 3.3 4.2 (3 staff)
TOTAL STAFF HOURS
41
0
16
25
0
5
0
0
0
87
TOTAL STAFF LABOR & EXPENSE COST
57,216.00
$0.00
$1,504.00
51,750.00
50.00
51,040.00
$0.00
$0.00
$0.00
513,010.00
OPT 3
includes 3.3.4.3 (1 staff)
TOTAL STAFF LABOR & EXPENSE COST
41
0
16
20
0
0
0
0
0
77
TOTAL STAFF LABOR COST
57,216.00
50.00
51 504.00
51,400.00
$0.00
50.00
$0.00
$0.00
50.00
S11,620.00
Expense Type
Comments
Unit
# Units
Price per Unit
Total Cost
A
Smart Screen Rental
55" smartscreen rental for 1 day (2 at each mtg)
Screen
2.0
S150.00
$300.00
B
TV Screen Rental
55" tv monitor rental for 1 day (could be used at
work stations)
Screen
0.0
5100.00
00.00
C
Screen Delivery
delivery/set up for up to 10 screens for 1 day
Delivery Fee
1.0
5550.00
5550.00
D
HDR Work Station Use
HDR IT set up required (Task 2.7 above)
Work Station
0.0
$0.00
50.00
E
Computer Work Station Rental
laptop and 22" monitor rental for 1 week (4
workstations at each mtg)
Work Station
2.0
5250.00
8500.00
F
Mounted Display Boards
price per mountedboard (36x48 inches)
Board
0.0
$100.00
50.00
G
Roll Plot Display Boards
price per plotted map (36x48 inches)
Roll plot
0.0
515.00
50.00
H
WiFi Hot Spot
Rental and set-up
EA
1.0
5150.00
$150.00
TOTAL EXPENSE COST
$ 1,500.00
PID_TBD_F EMA_Coastal_Map_10May2018.xlsx
3. Public Outreach AM HDR
Page 3 of 4
5/14/2018
Project Activity 1, 2 3 (Intera)
Estimator. Mark Gosselin (Interna, Inc.)
5/14/2018
PID TBD_FEMA Coast Map Update Technical Reviews
TBD
PID_ TBD FEMACoastal_Map_10May2018. xlsx
3. Fee Sheet - Interra
Page 4 of 4 514/2018
Staff Classification
Project
Manager
Senior
Engineer
Project
Engineer
Engineer
Chief
Engineer
Staff 6
Staff 7
Staff 8
Staff 9
Total Scope
Hours
Salary by
Activity
Task
Task
$ 201.44
$ 174.66
$ 138.15
$ 121.12
$ 224.43
$ -
$ -
$ _
$
No.
1.0
General Tasks
32
0
0
0
16
0
0
0
0
48
$10,036 96
2.1
Preliminary Review
8
0
0
10
0
0
0
0
0
18
$2,822,72
2.2
Parcel Level Review
20
40
40
40
20
0
0
0
0
160
$25,874.60
2.3
Countywide Peer Review
80
0
0
80
80
0
0
0
0
240
$43,759.20
2.4
Detailed Review
0
0
0
0
0
0
0
0
0
0
$0 00
Champ Model Review by Transect1
0
0
8
0
0
0
0
0
9
$1,170.40
Comparison of Elevation Model with Lidar
6
0
0
16
0
0
0
0
0
22
53,146.56
Other Comparisons to Be Determined
TBD
0
0
0
0
0
0
0
0
0
0
$2,000.00
2.5
Appeal Preparation and Submittal
TED
0
0
0
0
0
0
0
0
0
0
$25,000.00
3.1
Meeting Preparations - All Meetings
Video Prep Assistance
0
8
0
0
8
0
0
0
0
16
53,192.72
3.2
Meeting Attendance - County
1 staff at 8 hours - 2 meetings
16
0
0
0
0
0
0
0
0
16
$3,223.04
3.3
Meeting Attendance - Municipal (optional
1 staff at 8 hours - 1 meeting
8
0
0
0
0
0
0
0
0
8
$1,611.52
service)
TOTAL STAFF HOURS
163
48
40
154
124
0
0
0
0
529
TOTAL STAFF LABOR COST
$32,834.72
$8 383.68
$5,526.00
$18,652.48
$27,829.32
$0.00
$0.00
$0.00
$0.00
$93,226.20
PID_ TBD FEMACoastal_Map_10May2018. xlsx
3. Fee Sheet - Interra
Page 4 of 4 514/2018