Loading...
Agenda 08/26/2008 (In Absentia) Meeting Details Page I of3 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS COMMUNITY REDEVELOPMENT AGENCY BOARD (CRAB) AGENDA August 26, 2008 9:00 AM Tom Henning, BCC Chairman Commissioner, District 3 Donna Fiala, BCC Vice- Chairman Commissioner, District 1; CRAB Chairman Jim Coletta, BCC Commissioner, District 5; CRAB Vice-Chairman Frank Halas, BCC Commissioner, District 2 Fred W. Coyle, BCC Commissioner, District 4 NOTICE: ALL PERSONS WISHING TO SPEAK ON ANY AGENDA ITEM MUST REGISTER PRIOR TO SPEAKING. SPEAKERS MUST REGISTER WITH THE COUNTY MANAGER PRIQRTO THE PRESENTATION OF THE AGEND, ITEM TO BE ADDRESSED. ALL REGISTERED PUBLIC SPEAKERS WILL RECEIVE UP TO THREE (3) MINUTES UNLESS THE TIME IS ADJUSTED BY THE CHAIRMAN. COLLIER COUNTY ORDINANCE NO. 2003-53, AS AMENDED BY ORDINANCE 2004-05 AND 2007-24, REQUIRES ALL LOBBYISTS SHALL, BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES (INCLUDING, BUT NOT LIMITED ADDRESSING THE BOARD OF COUNTY COMMISSIONERS), REGISTER WITH THE CLERK TO THE BOARD AT BOARD MINUTES AND RECORDS DEPARTMENT. REQUESTS TO ADDRESS THE BOARD ON SUBJECTS WHICH ARE NOT ON THIS AGENDA MUST BE SUBMITl WRITING WITH EXPLANATION TO THE COUNTY MANAGER AT LEAST 13 DAYS PRIOR TO THE DATE OF THE MEETING AND WILL BE HEARD UNDER "PUBLIC PETITIONS." ANY PERSON WHO DECIDES TO APPEAL A DECISION OF THIS BOARD WILL NEED A RECORD OF THE PROCEEDINGS PERTAINING THERETO, AND THEREFORE MAY NEED TO ENSURE THAT A VERBATIM RECOI THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH TH APPEAL IS TO BE BASED. IF YOU ARE A PERSON WITH A DISABILITY WHO NEEDS ANY ACCOMMODATION IN ORDER TO PARTICIPATI THIS PROCEEDING, YOU ARE ENTITLED, AT NO COST TO YOU, TO THE PROVISION OF CERTAIN ASSISTAN( PLEASE CONTACT THE COLLIER COUNTY FACILITIES MANAGEMENT DEPARTMENT LOCATED AT 3301 EAS TAMIAMI TRAIL, NAPLES, FLORIDA, 34112, (239) 252-8380; ASSISTED LISTENING DEVICES FOR THE HEARIN IMPAIRED ARE AVAILABLE IN THE COUNTY COMMISSIONERS' OFFICE. LUNCH RECESS SCHEDULED FOR 12:00 NOON TO 1:00 P.M. 1. INVOCATION AND PLEDGE OF ALLEGIANCE 2. AGENDA AND MINUTES 3. SERVICE AWARDS: (EMPLOYEE AND ADVISORY BOARD MEMBERS) A. Advisory Committee Service Awards http://bccagendaJlntranet/M eetingDetails.aspx?meetingid = 120 8/26/2008 Meeting Details Page 2 of3 B. 20 Year Attendees C. 25 Year Attendees D. 30 Year Attendees E. 35 Year Attendees 4. PROCLAMATIONS 5. PRESENTATIONS 6. PUBLIC PETITIONS It!ttn 7 aIls! 8 tQJle h~J!rd no~oon!trJhan 1:1)0 p.m., unll1~$ othl1'....v}se noJ!tc/. 7. BOARD OF ZONING APPEALS 8. ADVERTISED PUBLIC HEARINGS 9. BOARD OF COUNTY COMMISSIONERS 10. COUNTY MANAGER'S REPORT 11. PUBLIC COMMENTS ON GENERAL TOPICS 12. COUNTY ATTORNEY'S REPORT 13. OTHER CONSTITUTIONAL OFFICERS 14. AIRPORT AUTHORITY AND/OR COMMUNITY REDEVELOPMENT AGENCY 15. STAFF AND COMMISSION GENERAL COMMUNICATIONS ...--------...------------------------------------------------------------------------------------------------------.--------------------------.------------. 16. CONSENT AGENDA - All matters listed under this item are considered to be routine and action will be taker one motion without separate discussion 01 each item. II discussion is desired by a member 01 the Board, th item(s) will be removed from the Consent Agenda and considered separately. ------------------------------------------------------------------------------------------------------------------------------------------------------------' A. COMMUNITY DEVELOPMENT & ENVIRONMENTAL SERVICES B. TRANSPORTATION SERVICES C. PUBLIC UTILITIES D. PUBLIC SERVICES http://bccagendaJI ntranet/MeetingDetai Is.aspx?meetingid= 120 8/26/2008 Meeting Details Page 3 of3 E. ADMINISTRATIVE SERVICES F. COUNTY MANAGER Recommendation to Award RFP No. 08.5022 "Annual Contract for Right-ol-Way Acquisition anc Real Estate Related Services" to HDR Engineering, Inc. Fiscal Impact: None. COmments Att~chments Recommendation that the Board 01 County Commissioners approves, and authorizes its Chairn to sign, a Subrecipient Agreement providing Supplemental Disaster Recovery Initiative (DRI) funding in the amount 01 $300,000.00 to Immokalee Helping Our People in Emergencies, Inc. (I HOPE), to fund the construction 01 two owner-occupied, single-family homes to replace homes severely damaged by Hurricane Wilma. Comments Attachments Recommendation to approve an Agreement for a temporary construction easement and other s modifications necessitated for closure of one driveway and the modification to another drivewa Mavrick House related to the expansion 01 Santa Barbara Boulevard Irom Davis Boulevard to n< 01 Golden Gate Parkway. Project No. 62081. Estimated fiscal impact: $27,957.00. Comments Attachments Recommendation to approve the proposed "No Parking" signs on Spanish Oakes Lane at Oake Neighborhood Park. Comments Attachments G. AIRPORT AUTHORITY AND/OR COMMUNITY REDEVELOPMENT AGENCY H. BOARD OF COUNTY COMMISSIONERS I. MISCELLANEOUS CORRESPONDENCE J. OTHER CONSTITUTIONAL OFFICERS K. COUNTY ATTORNEY 17. SUMMARY AGENDA - THIS SECTION IS FOR ADVERTISED PUBLIC HEARINGS AND MUST MEET THE FOLLOWING CRITERIA: 1) A RECOMMENDATION FOR APPROVAL FROM STAFF; 2) UNANIMOUS RECOMMENDATION FOR APPROVAL BY THE COLLIER COUNTY PLANNING COMMISSION OR OTHER AUTHORIZING AGENCIES OF ALL MEMBERS PRESENT AND VOTING; 3) NO WRITTEN OR ORAL OBJECTI TO THE ITEM RECEIVED BY STAFF, THE COLLIER COUNTY PLANNING COMMISSION, OTHER AUTHORIZII AGENCIES OR THE BOARD, PRIOR TO THE COMMENCEMENT OF THE BCC MEETING ON WHICH THE ITEI ARE SCHEDULED TO BE HEARD; AND 4) NO INDIVIDUALS ARE REGISTERED TO SPEAK IN OPPOSITION. THE ITEM. FOR THOSE ITEMS, WHICH ARE QUASI-JUDICIAL IN NATURE, ALL PARTICIPANTS MUST BE S' IN. 18. ADJOURN INQ!JIRIEllcONCEBNING CHANGESIQ THEJ~OARP'S AGEI'tPA SHOULD BE MADE TOTH_E COLJJ.jJY MANA( QFFICEAT 252,8383. http://bccagendaJlntranet/MeetingDetails. aspx ?meeti ngid= 120 8/26/2008 2008 Executive Summaries approved in Board's absence August 26, 2008 In Absentia Meeting Page 1 Item 16F1, September 9, 2008 Approval of the following documents by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, the document(s) shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. A. Recommendation to award RFP No. 08-5022 "Annual Contract for Right-of-Way Acquisition and Real Estate Related Services" to HDR Engineering, Inc. Fiscal Impact: None. B. Recommendation to approve an Agreement for a temporary construction easement and other site modifications necessitated for closure of one driveway and the modification to another driveway at Mavrick House related to the expansion of Santa Barbara Boulevard from Davis Boulevard to north of Golden Gate Parkway. Project No. 62081. Estimated fiscal impact: $27,957.00 C. Recommend approval of Change Order #1 for Agreement with Dia Monde to increase international tourism marketing expenditures by $16,000 for the balance of FY08 and authorize the Chairman to execute Change Order #1. D. Recommendation that the Collier County Board of County Commissioners (BCC) ratify the Collier County Airport Authority's approval of the attached Airport Authority Resolution No. 08-34 on August 11, 2008 required by the United States Department of Agriculture (USDA) to apply for and receive a Rural Business Enterprise Grant (RBEG). E. Recommendation that the Collier County Board of County Commissioners approve a budget amendment in the amount of $38,115 to fund engineering, surveying and ecological consulting services for the extension of Runway 9/27 at the Immokalee Regional Airport. F. Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign a Subrecipient Agreement with Shelter for Abused Women and Children, Inc., for $113,000 in Continuum of Care funding to support the shelter operations and supportive services. 2008 Executive Summaries approved in Board's absence August 26, 2008 In Absentia Meeting Page 2 Item 16F1, September 9, 2008 G. Approve a budget amendment transferring $66,000 of General Fund reserves to the Other General Administration cost center. H. Recommendation that the Board of County Commissioners accept and authorize its Chairman to sign an awarded Hazard Mitigation Grant Agreement 09HM-6G-09-21-01-019 (75/25) for $58,750 from the Florida Division of Emergency Management for the purpose of shoreline preservation at the Isles of Capri Fire Station and to approve the associated budget amendment. I. Recommendation that the Board of County Commissioners approve, and authorize the Chairman to sign, grant agreements accepting two Continuum of Care Homeless Assistance grant awards from the U.S. Department of Housing and Urban Development (HUD) totaling $217,645; and approve the associated budget amendments of $113,000 and $104,645 recognizing the funding associated with the two grant awards. J. Recommendation to approve the proposed "No Parking" signs on Spanish Oakes Lane at Oakes Neighborhood Park. K. Request approval by the Board of County Commissioners to exceed the $750,000 threshold of the annual Contract No. 06-3902 by $99,818 (Project 195-905363) \@~~~ EXECUTIVE SUMMARY Recommendation to Award RFP No. 08-5022 "Annnal Contract for Right-of-Way Acquisition and Real Estate Related Services" to HDR Engineering, Inc. OBJECTIVE: To place a full service right-of-way acquisition and consulting firm under annual contract for use by the Right-of-Way Acquisition Section of the Transportation Engineering & Construction Management Department and the Real Property Section of the Facilities Management Department. CONSIDERATIONS: The offices of the Right of Way Acquisition Section of the Transportation Engineering & Construction Management Department and the Real Property Section of the Facilities Management Department may be asked by their clients from time to time to undertake a project or projects which may be beyond the capability or expertise of existing staff. By placing a firm under annual contract, the County is guaranteed the ability to be responsive as long as the budget exists to cover the costs. A Request for Proposal was posted by the Purchasing Department in accordance with County Purchasing Policy. A five member selection committee was appointed by the County Manager. Nine firms from around the State of Florida submitted proposals and hourly rate fee quotations. No firms were based in either Lee or Collier County. After review of all proposals the selection committee reached a consensus that HDR Engineering could best serve the needs of Collier, if and when the need arose. Their proposal and hourly fee schedule has been attached to this executive summary. Of particular concern, in these times of shrinking revenues, is the right-of-way cost estimating function. We can neither afford to estimate too low, and run out of budget authority prior to project completion (which would probably mean borrowing from another project to cover the overrun); nor would it be prudent to encumber more funds than necessary (which could inhibit our ability to tackle multiple projects simultaneously.) HDR's right-of-way cost estimating team was recognized for its role in helping the Florida Department of Transportation District 7 staff earn an "Excellence in Product Delivery Performance" award for being within 4% of actual expenditures with their cost estimates between July 2000 and December 2005. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: The annual agreement is a "standing" agreement governing the hourly rates the consultant may charge for services. When these services are required by Collier County, they are paid for from each particular capital improvement project's budget. As such, payments for services are authorized by the Board as each capital improvement project is authorized by the Board. Please refer to the attached bid tabulation sheet for the fee schedule for the firm. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: The standard professional services agreement will be examined for legal sufficiency subsequent to execution by the contactor. RNZ. RECOMMENDATIONS: That the Board of County Commissioners of Collier County, Florida: 1. Approve the award ofRFP No. 08-5022 "Annual Contract for Right-of-Way Acquisition and Real Estate Related Services" to HDR Engineering, Inc.; and 2. Authorize its Chairman to execute on behalf of the Board a separate annual contract with HDR Engineering, Inc. Prepared by: Kevin E. Hendricks, Right-of-Way Acquisition Manager, Transportation Engineering & Construction Management Attachments: (1) Proposal; (2) Fee Schedule Page I of2 COLLIER COUNTY BOARD OF COUNTY COMMiSSIONERS Meeting Date: 16F1 Recommendation to Award RFP No. 08-5022 Annual Contract for Right-of-Way Acquisition and Roal Estate F'(elated Services to HDR Engineering, Inc. Fiscal Impact: None. 8/26/2008 9:0000 AM Item Number: Item Summary: Prepared By Kevin Hendricks Right Of Way Acquisition Manager Date Transportation Services TECM-ROW 713/20083:51 :34 PM Approved By Kevin Hendricks Right Of Way Acquisition Manager Date Transportation Services TECM-ROW 71312008 3: 50 PM Approved By Najeh Ahmad Director Date Transportation Services Transportation Engineering & Construction Management 816120082:41 PM Approved By Toni A- Matt Real Property Supervisor Date Administrative Services Facilities Management 818/20085:32 PM Approved By Skip Camp, C.F.M. Facilities Management Director Date Administrative Services Facilities Management 8/7120089:07 AM Approved By Lisa Taylor Management/Budget Analyst Date Transportation Services Transportation Administration 818120088:22 AM Approved By Robert N, Zachary Assistant County Attorney Date County Attorney County Attorney Office 8/1112008 5:04 PM Approved By Norm E. Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin, 8112/200810:11 AM Approved By Rhonda Rembert Contract Specialist Date Administrative Services Purchasing 8/12/20082:14 PM http://bccagendaJlntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 12857 8/26/2008 Page 2 of2 Approved By Steve Carnell PurchasingfGeneral Sves Director Date Administrative Services Purchasing 8/12/2008 2:26 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 8/12/20083:22 PM Approved By Pat Lchnhard Executive Secretary Date Transportation Services Transportation Services Admin 8/12/2008 4:04 PM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 8/13/20087:36 AM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 8114/200810:27 AM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 8114/20082:11 PM http://bccagenda/lntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 12857 8/26/2008 SCHEDULE B Collier County Fee Schedule RFP 08-5022 "Annual Contract for Right of Way Acquisition and Real Estate Services" Principal Project Manager Real Estate Appraiser (State Certified General) Senior (Property Acquisition Specialist - R/W Agent) Staff (Property Acquisition Specialist - R/W Agent) Administrative Assistant $170.00 $145.00 $135.00 $91.00 $82.00 $55.00 Lump Sum Pricing Obtain/Provide Title Commitment Obtain/Provide O&E Report $375.00 $350.00 This list is not intended to be all-inclusive. Hourly rate fees for other categories of professional, support and other services shall be mutually negotiated by the County and firm on a project by project basis as needed. APPROACH AND UNDERSTANDING . W;/(J*J~"_l<*"~___"'~_Wl,4{{""W""",_=~"_,,,~,=,,,~~~j"WNi""'_fi HDR Engineering, Inc. is a full service engineering firm with over 7,000 employee owners Our right-of-way group has grown to 125 agents across the country. We have direct access to in-house support services including engineering, environmental, drainage, utilities and survey. Selecting HDR for this important eentract offers a reliable, established firm that has been well-anchored in Florida since 1987. We wiil be there for Collier County throughout the eentract's duralion and beyond. The purpose of the Request for Proposal is to select a right-ol-way lirm to supplement and support the in-house staff of Collier County to provide eest estimating, acquisition, appraisal, and property management services. HDR has proposed an extremely qualified, experienced team who will represent the County with the utmost professionalism at all times. . HDR understands the key to effective project assignment completion is an understanding 01 the assignment seepe and a commilment to the assignment schedule. The capability and commitment of the HDR staff will allow Collier County to have confidence that all assignments will be aceemplished in a proficient manner within the established timeframe and budget with minimum County efforts. ... HDR's management philosophy is to empower ProjecUContract Managers with the autho,ity to commit resources, shift workload and responsibilities, and make personnel adjustments as required, ensuring the needs of this contract are met. To lead our team, we are pleased to propose Joe Thompson as ProjectlContract Manager for Collier County's annual contract for rlght-ol-way acquisition, appraisal, cost estimating and other related services. He will have the responsibility of assuring that all County projects are appropriately staffed and meet or exceed the schedule, quality and budgetary requirements. Upon the assignment of tasks, Mr. Thompson will meet with Mr. Hendricks to coordinate all activities, reports and any other communication necessary to fulfill the requirements 01 the task assignment. HDR's RJW professionals have consistently delivered superior RfW services for many years. We understand the need lor quality, timeliness, flexibility and innovalion. Consequently, the basis 01 our approach for each assignment authorized under this contract is to lunction as a direct extension 01 Collier County's RIW staff and to produce a quality product on schedule and within budget. Based on our experience, qualifications and resources, HDR IS well SUited to provide the variety of services required to accomplish this contract. HDR has a project detivery process, and our entire project team is trained accordingly. Through our past experiences we've consistently found there are several critical elements necessary to ensure a successful project. These critical elements, described in detail below, will be managed in a coordinated, comprehensive manner uSing HDR's project delivery process. Client and Stakeholder Interaction - As an important first step, Mr. Thompson will ensure that the County has a "one-stop" contact lor any contractual needs. He will make certain each task is properly staffed and that assignments are carefully considered to ensure each team member's skill set matches the requirements of the task. Next. the HDR team certifies thai all key staff aSSigned to any project or task assignment will be fully accessible to the County and other stakeholders, as required by the work and as expected by the County. We are ready, willing and trained to lead, facilitate or participate in all manner of structured meetings from project endorsement or partnenng meetings, 10 team meetings, executive bnefings, public meetings and formal hearings. The HDR team IS trained and expenenced In '"teracting with Local, State and Federal agencies, in person and in written formalS. We do our best work when the client is fully informed. Mr. Thompson and Ihe entire team are committed to doing whatever is necessary lor eemplete and effective interaction. Scheduling Program - A detailed Primavera project schedule will be developed as a first order of work 10 help ensure that the task's scope and schedule are commensurate with the County's expectations, The schedule will be eentinuously updated and monitored as a standard project management tool. The scope and budget will be clearly defined at the start, including assumptions, deliverables and schedule. All work assignments will be broken into work tasks with an associated sub-scope and sub-budget. Individual work tasks will include separate schedules to help ensure schedule compliance. Project Kick-off Meeting/Progress Meetings - Each of these important meetings will include agendas and will be documented with minutes. Minutes will include attendees. ~~ RFP 08-5022: Annual Contract for Right 0' Way Acquisition and other R.oJ Estate Related Services @:l. 1 APPROACH AND UNDERSTANDING . .""".,w;";""""'4;"""""''''''''''''''1ffi>1""""w..'l*""""""",."w.,mu"""",,,,'''''''1i:uti';''N4""'~""'"",'*""M1",;I.1"J1",,,_,,,,,q.,..._ . . items discussed, decisions and action items. Minutes will be distributed to all attendees for review and agreement The first order of business at each meeting will be to review the action items from the previous meeting to make sure all items are completed. Prior to each progress meeting (and attached with the monthly invoice) a progress report will be provided that will summarize the status of the project Included in the report will be a summary of the progress. budget and schedule analysis. work compleled In the prevIous month. work anticipated In the coming month, along with future milestones and potential deviations from those milestones. The report will also itemize oulstanding issues or questions to be resolved to ensure the project progresses. We will have a specific QNQC Plan for this contract Our QNQC Plan will itemize and detail the steps to be taken to ensure a quality product The key steps will include: ~ Goals 01 the project and requirements to be met ~ Detailed QC procedures Identifying who is responsible for each step. Each submittal will be reviewed independently prior to forwarding to the County. ~ Regularly scheduled meetings between Mr. Thompson and Mr. Hendricks to discuss the County's satisfaction, staffing, technical issues and schedule, HDR will partner with Collier County to deliver the RIW necessary to support the Counly In a manner that exemplifies professionalism, responsiveness and represents the most effiCient manner that 1'1111 ensure positive public perception and devetopment of relationships of trust with the community. HDR has the ability to provide Collier County with right-of- way acquisition cost estimates for future and near-term projects. HDR's cost estimating team accepts responsibility for assisting in the creation of the most effective and efficient transportation systems. We have provided estimates at all stages of project development from Major Investment Studies and PD&E Studies to post "documents to RIW" projects. We understand the importance of accurate estimates that enable our clients to have adequate funds available to acquire RfW and build the roadways they design. The proposed cost estimating team includes Marilyn Jackson, Mark Sawyer and Daniel Trosper. This team provided 100% of FOOT District Ts RIW cost estimates for the past several years. In 2006, District Ts cost estimating staff received an award for "Excellence in Product Delivery Performance' recognlzmg the staff for having the cost estimating average that most closeiy reflected actual prOject expenditures, within 4%, between July 1, 2000 and December 28, 2005. HDR looks forward to providing the same level of accurate service to Collier County. Ms. Jackson has more than 26 years of real estate experience, with the past 21 years being primarily appraisal related. During the past 12 years, she has provided cost estimates to numerous municipalities as well as FOOT Districts 7. 1, 4 and 5. Ms. Jackson has been District Ts primary source for cost estimating for the past 12 years and has prepared well over 750 cost estimates. She has extensive experience In large projects such as 1- 275 and 1-4, as well as PD&E studies considering as many as nine alternatives with multiple segments. She is very aware of the importance of meetlOg critical deadlines while maintaining the highest level of quality. Ms. Jackson is a hands-on manager who can assist with any cost estimating situation. She will vigorously oversee the HDR team's actiVities and maintain HDR's reputation for providing excellent service. Over the past six years, Mark Sawyer has provided rlght- of-way cost estimates in North, Central and South Florida as well as other states. Mr. Sawyer's experience Includes large projects with multiple allernatives, and unique . projects such as estimating the cost of air rights for construction of ramps to allow parking underneath. Mr. Sawyer has established a reputation lor excellence in cost estimating. Mr. Trosper has over 20 years experience providing cost estimates and appraisal reviews. Since coming to HDR from FDOT in July 2001, Mr. Trosper has completed or reviewed numerous cost estimates for major roads In FOOT District 7. Mr. Trosper received a District Team Award for co-supervising the Hillsborough Avenue cost estimating project and the "Millionaire Club" cost savings award for his work as part of the Value Engineering Team for Gandy Boulevard. As a cost estimator, Mr. Trosper has been involved with "268" and "Post 268" estimates, Integrating projected expenses with actual project costs. Cost estimating support staff includes Susan Sawyer, Jennifer Custer and Daniel Mack for research. We also propose Mr. Jorge Moreno 01 Gerson, Preston, Robinson & Company, PA, CPAs, for estimating business damages. ~.~~!12 RFP 08-5022; Annual Contract for Righi of Way Acquisition and other Real Estate Related Services @~ 2 APPROACH AND UNDERSTANDING . ''""'''''_hh'''''''--'''____N''''1'llON_,.'''kMilW''-'''''''==''''''1t'I'''''''M'''_''''''"_..,,,,,,"'"",_x<< . Members of the HDR team have worked with Mr. Moreno since 1995. The preparation of a cost estimate requires an orderly systematic approach that begins with the appraiser becomin9 familiar with the details of the project, such as the number of alternatives and segments being studied and unique project issues such as proposed changes in access or elevation. Detailed research of each affected property follows. When all parcel-specific information has been gathered, the appraiser researches recent sales and current listings within the project area. The appraiser then physically inspects each parcel noting type of occupant and any business names and valuing all improvements located within the area of take. Sources of severance damages, business damages and cures are considered and valued. Our cost estimates also include litigation factors: percentage of negotiatedllitigated settlements, average Increase of settlements over appraisals, County's appraisal and other expert fees, owners' attorney and expert fees, title costs, and any other applicable fees/costs. HDR's appraisers are trained to watch for cest saving opportunities. We report subject properties listed for sale or those with development plans that may offer an opporlunity for advance acquisition. We also recognize high-cost acquisitions and suggest design changes that could significantly reduce costs. HDR has extensive experience providing estimates for PD&E Studies. We understand that in order to provide meaningful data lor comparison of alternatives for preliminary engineering it is critical to use consistent, repeatable methodology throughout a project. At the PD&E stage, a cost estimate offers a precise cemparison of alternatives that assumes all factors affecting value are equal. HDR is committed to providing all requested staff levels for the services under this contract. We will have sufficient, qualified, available staff to perform the duties as requested by Collier County. . Appraisal services for this contract will require significant eminent domain appraisal experience. The objective will be to provide well-supported and documented appraisals in a timely manner that provide the basis for negotiations to acquire right-of-way for Collier County projects. The appraisers will be responsive to the County review staff and will coordinate related activities including, but not limited to, planners, engineers, and other specialists as reqUired by the task. HDR proposes Mark Sawyer, MAl to serve as appraiser of recerd. Mr. Sawyer is a State Certified General Appraiser and has over 36 years of real estate appraisal experience in Florida. He has been co-owner 01 two appraisal firms and gained the exceptional technical skills and knowledge to specialize in eminent domain assignments. Mr. Sawyer has managed multi-parcel FOOT and other agency projects, ceordinated expert consultants, prepared appraisals, supervised 4 to 7 associates, reviewed staff appraisal reports, participated in mediations, and provided expert testimony in Order of Takings, depositions, ceurt hearings, and jury trials. Mr. Sawyer is an approved appraiser for FOOT and has qualified as an expert witness in the Circuit Courts of the following counties: Pinellas, Hillsborough, Pasco, and Polk. Mr. Sawyer will be supported by Marilyn Jackson and Daniel Trosper. Ms. Jackson has 11 years of eminent domain appraisal experience. She is a State Certified General appraiser and holds the GM appraisal designation awarded by the National Board of Realtors. She has also provided appraisal review services. Mr. Trosper's experience and expertise in appraisal review makes him a valued member of the HDR team. He is a State Certified General Appraiser and has over 20 years experience in appraisal review and helps ensure that all appraisals submitted by HDR are reasonable and accurate. HDR also proposes Mr. Peter Parrado, MAl, SRA, as a member of our appraisal team. Mr. Parrado's specialty is the appraisal of properties that are involved in eminent domain acquisitions and he has provided supporting court testimony in hundreds 01 cases over his 29 years of practice. In addition to being a State Certified General Appraiser, he is an approved appraiser for the FDOT and has qualified as an expert witness in various ceunties, including Hillsborough, Pinellas, Pasce, Sarasota, Manatee, Lee, Desoto, Lalayette, and Charlotte. Mr. Parrado has the reputation 01 being the "go to" person for difficult appraisal assignments. We are currently working with Mr. Parrado on a Pasco County project and, by reviewing his reports, can conlirm he prepares quality appraisals. HDR offers a staff of right-ol-way agents who have significant experience working for FDOT and local government agencies, both as employees and with '"~ RFP 08.5022: Annual Contract for Right of Way Acquisition and other Real Estate Related Services @~ 3 APPROACH AND UNDERSTANDING 1 . consultant firms. Our agents have a clear command of all applicable State and Federal eminent domain and real property law to ensure the County's standard of quality is upheld. . The Annual Contract does not allow for identification of specific project issues, and we realize work assignments can come in any form and at any stage of a project. HDR offers a strong team of Project Managers to handle many assignments simultaneously, and sufficient and experienced staff to support their efforts. Acquisition Project Managers Include Mary Arend, Lu Ann Fritz and Joe Thompson. Mr. Thompson will serve as the projecUContract Manager and the County's primary point of contact for any assignments. Once a work assignment is received, Mr. Thompson will meet with Mr. Hendricks to assess and match the needs of the assignment to the skill-sets of the project team. A Project Manager will be assigned and all staff involved in the project will discuss expectations, the production schedule and communicate project issues and potential ccncerns. During this meeting, all project participants will be informed of their role in accomplishing project goals. After staff requirements have been addressed for an assignment, HDR staff will become familiar with the County's right-of-way database, HDR proposes American Government Services, Inc. (AGS) as a subconsultant to provide title commitments and/or O&E Reports, depending on the need of the County. AGS's O&E Reports will identify all easement and lien hoiders, not stopping with the date of the last institutional mortgage. Once HDR receives titlework, working project files using Collier County's numbering system will be established lor each parcel. HDR will research the tax rolls and create an accurate list 01 the names and addresses of all affecled property/business owners on the project. The County's project notices will be modified with project specifics and sent to all owners and eligible tenants. Agent assignments will be made in advance allowing appropriate agent contact information to be included in project notices. . Upon receipt 01 appraisals, each agent will thoroughly review the reports, verify that all information contained in the report is consistent with titlework, right-of-way maps and legal descriptions provided by the County, as well as business damage reports when required. HDR's surveyor Mike Myhrvold, PLS, PP will be available to help review difficult legal descriptions. When all review is ccmplete, agents will be prepared to meet with property owners, begin dialogue, listen to and evaluate their concerns and make offers. At the time 01 the initial offer, the agent will verify all title information, including the names and addresses 01 all parties having an interest in the property. In addition, any business owners will be notified in writing of their right to have an estimate 01 business damages. In depth interviews will be conducted with business owners to determine eligibility for business damage claims. Throughout the process, HDR will meet with Collier County on a regular basis to discuss production, property owner issues, schedules, appraisal Issues and settlement offers. We will not only attend required meetings, but we will keep the County informed at all times of project and parcel progress and obstacles. Good faith negotiations will ccntinue until there is an approved settlement or an impasse. In the event of a settlement above appraised value, HDR will prepare a settlement justification and cost avoidance analysis for the County's consideration. Traditionally, the instruction to an acquisition agent having problems reaching a settlement has been "Put it in Suit!" HDR suggests that Collier County participate in round table discussions with the owners 01 problem parcels and the assigned negotiators prior to providing suit information to the County. This is a good tool for increasing settlement rates. When it becomes evident that an equitable settlement is not likely, and in order to maintain the production schedule, ccndemnation proceedings will be initiated. All title inlormation will be updated, and the suit package will be prepared in accordance with Collier County prelerences. HDR proposes two paralegals, Daniel Mack and Colleen Baxter, for lawsuit preparation. Brief paragraphs describing their experience and ability are shown in Section 2 of this proposal. The information will be submitted by the agents and the titlework will be reviewed by the paralegals in order to identify and locate all potential interested parties. When a suit package is ccmplete, it will be transmitted to the County's legal staff for approval and processing. In the event of a settlement above the appraised value, HDR will prepare a settlement justification that will examine the relative merits of the settlement. This will be submitted to Collier County for consideration. If the County is satisfied that the settlement is in their best interest, HDR will submit the signed purchase agreement to the County for submittal to the Board of County Commissioners. Upon their approval, checks will be sent to AGS's escrow account and the closing will be scheduled. AGS will update the @e and obtain the necessary subordinations and releases and disperse the ~~~ RFP 08-5022: Annual Contract for Right of Way Acquisition ond other Real Esla'e Related Serv/ce.s 1-il..1. 4 ""..."''''' APPROACH AND UNDERSTANDING . ~m"~:mto th;:;:;:;-;::"-;~;~::;::::::"""w ::;~r:;~~is IS an excellent tool that provides a graphic decisions regarding title issues will be made by the County. depiction of the exact status of your project for use in your HDR' tTt . . I d b R h d B h' day-to-day management as well as an excellent tool for . s u II y services. section, e y IC ar . a r, IS inlernal reporting to those who may not have a available to. assist with the process of preparing and clear understanding of the acquisition process. obtaining utility subordinations. . . HDR will provide all property management services required for Collier County's Annual Contract Steven Custer and Jennifer Howard have over 15 years collective expertise providing property management services, both holding designations as Certified Asbestos Inspectors and Certified Asbestos Management Planners. They have practical experience marketing large numbers 01 surplus properties for sale, lease or exchange, obtaining asbestos surveys and coordinating the removal and disposal of encroachments on existing rights.of-way. Mr. Cusler and Ms. Howard have also managed, reviewed and supervised all asbestos surveys and abatement activities, demolition and service centracts. Additionally, they have prepared, negotiated and administered leases, prepared salvage value estimates. reconciled discrepancies between property management inventories, appraisals and personal property inventories and maintained property inventories of uneconomic remainders. HDR has a comprehensive quality centrol plan that must be used on each and every deliverable. All project team members are required to use the HDR QC Production and Review Procedures. Each team member must understand the project objectives, apply sound right-of-way practices, and produce quality, accurate and complete documents. HDR's formalized checking process begins when the documents are production ready. All project deliverables undergo a detailed QC review prior to submittal to Ccllier County. A standard (color-coded) checking procedure Is used to document that all information centained In the documents to be submitted has been checked. This procedure will provide a check.and-balance arrangement between the Responsible Professional and the Quality Reviewer such that two professionals will agree on the cerrectness of all work. As you will learn when you contact our references, this procedure has been a very effective tool for eliminating the need for re-work. The HDR Team will bring the newest and best technology. We offer an interactive mapping system that can be used as an intertace to access data tables, project status and related information by simply dicking on the map. This easy to use tool is available 24 hours a day via a password-secured Internet workspace with real-time Due to limited space in this section, we have included the following chart as a graphic depiction of our understanding of the acquisition process. NCGonAflONS ~kic;klllf~ .$I;III~. .~poojll(t -- . ....- -_. . .........--- -... '-.... .Wl'IIIl...,;Nd, ........- .....~- -~"""'" - .AlhndnwndutC - .HIlt~Hc:tlKe1ltlllr5- .kOinrMlinll\ltfbllohn.. .CG'IChIct~"'" proptIty Inti ..... ....... .lilrIlIwotflQltllfUorlhl .w-tIlodl:ltQintoCH title~. .""'lfrtoIiuolDo..n.r~. .~R/WI!IfIIlS." -.. --- thcor~\Irith -- . Mieet wIIti lll'oPlIfly---.. . fltIllliIbllldlllllintlin __ftlltfttMdl~. .~~.. ~~IrINmlt.u II1glnt.liOCIu\tII. .......- - ._- UoIlit~ - _.wnb' - .~lht -.... n:~ .$uAMlrt1tot CcI.ny'lcUln<l - .~n.-1fy ..- .~llk.~ .rdclllJittUt -- -- .- -..-.d_..i ~ Ji/CIl,lMi'lttIe -.. ..,...d__ - .AIIiII.wIn -- pI<<..... " -- -. ~.tl.. U -~ -.... ....~- .Ulllifl~oI -.. udlJlII'lOlI~1\.Ibnott ~illt,.... ...~IltlJIrtMI, ~ofklllllll",,1D ~Ill(l''''' -- _~ RFP 08.5022: Annual Contract for Right of Way Acquisition and other Real Estate Related Services ill.~ 5 EXPERTISE OF DESIGNATED STAFF "M~~~~ Th'~ s:op:m~:~:s~:r:~:'.:r-:tr:~~~':::"~"::"~::~d'S ~:~;'a~"~:j":~:erience includes District management and excellence in the fields of acquisition, Project Manager for 1,275 in Hillsborough County for FDOT appraisal and cost estimating. The vast majority 01 HDR's District 7, which included acquisition of 150 parcels with staff has held leadership roles in their respective 159 relocations, Responsibilities included oversight of disciplines, HDR has the depth of resources to provide all consultant acquisition production and monitoring project of the required services with qualified staff, all of whom schedules. Ms, Arend also managed the 1-275/1-4 have the experience and desire to support Collier County, downtown interchange in Hillsborough County for FDOT There will be no learning curve and there will be a seamless District 7, This project included 70 parcels with 39 transition for interaction with Collier County employees, relocations, Ms. Arend was responsible for oversight of all right-ol-way activities produced by three right-ol-way consullant firms, Additional major project experience would include two segments of 1-4, one with 275 parcels and the other with 110 parcels. . Joe Thompson, Project Manager - Contract Manager. HDR confidentiy proposes Joe Thompson as Contract Manager He will be Mr. Hendricks' primary point of contact and will be responsible lor assigning appropriate staffing, monitoring schedules and budgets and client communication and reporting. Mr. Thompson brings unparalleled experience and expertise to the HDR team. Prior to joining HDR, Mr. Thompson served as District Right-of,Way Manager for FDOT, Distnct 7 lor 12 years. In that role, Mr. Thompson was responsible for all right-of-way production including appraisal, acquisition, relocation and property management. As District Right of Way Manager, Mr Thompson was responsibie lor monitoring schedules and funding, and assuring staffing and financial resources were readily available on each project. Mr. Thompson's experience has earned him the reputation as being a leader in eminent domain. His knowledge of case law and understanding of business damages as they relate to eminent domain are unmatched. In 1993, as Deputy District Right-of-Way Manager at Distnct 7 in charge 01 production, Mr Thompson was responsible for managing acquisition of approximately 530 parcels, which represents the District's highest parcel acquisition year, Typically, Mr. Thompson was responsible for a workload of 375 to 400 parcels a year. Mr. Thompson's successful career reflects his leadership skills and his ability to lead the HDR team to deliver successful projects on schedule and within budget. .. Mary Arend, Project Manager - Project Principal. Ms. Arend's 35 years experience as Acquisition Administrator, Acquisition Supervisor and Interstate Consultant Administrator for two FDOT Districts imminently qualifies her to serve Collier County as a Project Manager/Principal. She has managed over 100 projects ranging from small intersection improvements to major interstate projects. LuAnn Fritz, Project Manager- QAlQC Manager. In her role as QAlQC Manager, Ms. Fritz will be responsible for ensuring that every deliverable that leaves the HDR office has been reviewed in accordance with the HDR QA/QC plan. Ms, Fritz brings more than 15 years 01 accuisition, relocation and project management experience to the HDR team. She came to HDR from FDOT District 7 where she was Supervisor of Accuisition. In this role, she managed six acquisition agents and nearly 20 projects. Under Ms. Fritz's leadership, the settlement rate in District 7 increased from approximately 35% to 81.5%. Not only was she a very effective project manager, she also took a hands-on approach and accomplished a personal workload consisting of difficult accuisitions. Ms. Fritz has also testified lor the FDOT and acted as the client at Orders 01 Taking, Ms. Fritz has managed numerous HDR acquisition projects, some of which include Ernie Caldwell Boulevard, Phases I and II, Pine Tree Trail and a Master Consulting Agreement with Polk County, CR 15 for Seminole County, Wares Creek Stormwater Improvements Project for Manatee County and SR 78 Accuisition and Relocation Services for FDOT, District 1. Ms. Fritz has been responsible for managing approximately 175 parcels within the last 12 months along with a personal workload. Ms. Fritz has provided QAlQC review for HDR's Moon Lake Road project, SR 54, MDX GEC Task Assignments, and all acquisition projects provided to Polk County under our Master Consulting Agreement. Ms. Fritz's technical expertise makes her an excellent choice for Quality Assurance/Quality Control Manager, ~.9:?~~ RFP 08-5022: Annual Contract for Right of Way Acquisition and ofhef Reol Estate Related Services @:l. 1 ,,"'---" . ---- EXPERTISE OF DESIGNATED STAFF tll:# __ 'lo.IW_#i"''''~''_'''''.IT~' Mark Sawyer, MAl - AppraisaUCost Estimating Project Manager. Mr. Sawyer has over 36 years of real estate appraisal and cost estimating experience. Mark brings a thorough understanding of the relationship between cost estimating and appraisal, and has provided more than 150 cost estimates over 6 years. Mr Sawyer has completed numerous cost estimating projects with complicated appraisal issues, such as compensable vs. non-compensable items and inverse condemnation. Prior to joining HDR, Mr. Sawyer was co- owner of two appraisal firms that specialized In eminent domain. His experience includes managing multi-parcel projects, coordinating expert consultants (engineers, land planners, and contractors), preparing appraisals, and supervising as many as seven associates. Mr. Sawyer has participated in mediations, and provided expert testimony in Orders 01 Taking, depositions, court hearings, and jury trials. He is qualified as an expert witness in the Circuit Courts of Pinellas, Hillsborough, Pasco and Polk Counties. t . Mark Besoner. Mr. Besoner has more than 26 years of real estate services experience. During the past several years, he has served as project manager and as a relocation expert on projects for a variety of clients, primarily concentrated in south Florida. Mr. Besoner has extensive experience in the condemnation and litigation process, trial preparation, depositions, appraisal updates and other expert reports, Orders of Taking (OT) hearings, terms 01 possession hearings, motion hearings, Offers of Judgment Management, pre-trial negotiation, mediation and jury trials. Mr. Besoner's major project experience includes serving as Project Manager for District 4's approximately 20-mile roadway widening and improvement project for SR 60. The scope of services included acquisition and minor relocation. Mr. Besoner also served as Project Manager for acquisition and relocation at St. Lucie County International Airport. The project consisted of 101 acquisitions and 115 reiocations. As a Broward County employee, Mr. Besoner served as Project Manager for the Land Acquisition Program at the Broward County Aviation Department. He supervised the acquisition and relocation which consisted of more than 1,000 parcels including single and multi-family residential, mobile home parks and commercial and industrial properties. Mr. Besoner was selected as the 2005 Professional of the Year by the International Right of Way Association, Chapter 76 lor his exceptional contributions to the IRWA. Mr. Besoner is a valued asset to the HDR team for his extraordinary knowledge of the right of way process and his willingness and ability to mentor. . Most of our proposed Management Team worked together for several years under the leadership of Joe Thompson at FDOT District 7. In addition to the day-to-day activities, Mr. Thompson, Ms. Arend and Ms. Fritz also partnered on special projects such as the development 01 the FOOT Right- of-way Management System, writing business damages process and procedures, and developing and utilizing project status teams that included an appraiser, an attorney, acquisition, relocation and property management agents. The balance of HDR's team has worked together along with the Management Team on multiple --- projects at HDR Their ability to work together and produce excellent resulls is best captured in the above captioned quote by our Pasco County client Brief descriptions of the supporting team members are included on the next page. =5~::~ilt!;:~.5~:~~~.S!:' RFP 08-5022: Annual Contract for Right of Way AcqulJHlon and othet Reol Estate Related Services @:{ 2 .bI""_"'~"'_"""__*'j,,,"'-~ EXPERTISE OF DESIGNATED STAFF "'''1~__''''''-''-'~ STAFF & PROJECT DESCRIPTION RESPONSIBILITIES Steven Custer - Acquisition Agent/Property Management Anna Weaver - Acquisition Agent Janae Barbeau - Acquisition Agent . Jennifer Howard - Property Management Daniel Mack, Paralegal - I Lawsuit and Acquisition I Agent Colleen Baxter, Paralegal. Lawsuit and Acquisition Agent . L-._._____ Mr. Custer has 14 years of real estate activities experience and has provided acquisition and property management services for various projects, including managing more than 2,600 properties in a five-county Florida region. Mr. Custer is also a Certified Asbestos Inspector and a Certified Asbestos Management Planner. He served as an acquisition agent on the fast tracked Moon Lake Road project in Pasco County, and is serving as an acquisition agent on the SR 54 roadway and realignment project consisting of 77 parcels. As an acquisition agent, Ms. Weaver has performed acquisition, tille, suit preparation, cost estimating and relocation services. She is serving as an acquisition agent for the Emie Caldwell Boulevard project, Phases I and II for Polk County, along with Pine Tree Trail which consists of the advance acquisition of 44 parcels. Ms. Weaver is also the acquisition agent lor the CR 15 42- parcel Road Improvement AcqUisition project for Seminole County which involves the widening of CR 15 from SR 46 to Orange Boulevard. Ms. Weaver was an acquisition agent for the Moon Lake Road project in Pasco County, and is providing acquisition and relocation services for SR 54. ^--~"'"--"i Ms. Barbeau has providec right-of-way acquisition, relocation, suit assistance and file retirement to Manatee County's Wares Creek project. Janae received numerous compliments from the client for her work in each of the disciplines. She also provided acquisition services on our Moon Lake Road project with a very successful settlement rate. Additionally, she provided file retirement services and support in iawsuit preparation. Ms. Barbeau is currently providing acquisition and reiocation services for the Pasco County SR 54 project. Ms. Howard has six years of experience managing various contracts lor the FDOT associated with clearing the right-of-way for construction. She is a Certified Asbestos Inspector and a Certifiec Asbestos Management Planner. Her duties include obtaining asbestos surveys, ensuring that all friable asbestos is removed prior to demolition, and monitoring the abatement and demolition activities to ensure contract compliance. Ms. Howard also has experience in managing surplus properties including leasing, sales, exchanges, evictions, and dealing with illegal encroachments within state right-of-way. More unique activities would include management of house moving contracts involving historic structures and rehabilitation of those structures in compliance with the standards of the State Historic Preservation Office. .---.-..---..........-------.-.----- Mr. Mack has over 18 years 01 experience providing acquisition, relocation, property management and cost estimating research services. He provided acquisition and relocation services for the 150-parcell-275 project lor FOOT District 7. He performed relocation for a 28-unit mobile home park for the 1-4 expansion for District 7, and negotiated the purchase of partial acquisitions and construction easements for the Lakeview Road Widening project in Seminole County. Prior to his I involvement in R/W, Mr. Mack served as a paralegal in the real estate division of a prominent law firm. His paralegal experience included real estate leasing, closings and title searches. Drawing on his paralegai background, Mr. Mack has been a key resource in preparing and reviewing suit packages lor the Pasco County Moon Lake Road project and CR 15 project in Seminole County. Ms. Baxter has more than 15 years experience in property acquisition and lawsuit preparation. Ms. Baxter holds a Bachelor's Degree in Business Administration with an area of concentration in Paralegal Studies. She was a paralegal in eminent domain suit preparation for FDOT, District 7. Ms. Baxter is currently providing lawsuit preparation services for the Pasco County SR 54 proJect. .522~ RFP 08~5022: Annual Contract fOf Right of Way Acquisition and other Real Estate Related ServIces @~ 3 STAFF & PROJECT DESCRIPTION RESPONSIBILITIES . <1_'" Jennifer Custer- Acquisition and Suit Preparation. --""""""~"."""""~""""~"" Marilyn Jackson - Cost Estimator . Daniel Trosper - Cost Estimator, Appraiser and Appraisal Review . 14W~ III ~?W I" EXPERTISE OF DESIGNATED STAFF ~ I'MI' Ms" Custer has more than 10 years of experience in acquisition, lawsuit preparation and cost estimating research. In addition to negotiations. her experience includes processing agreements, conducting closings, preparing administrative increases, developing and maintaining production status reports and assembling suit information" Ms. Custer has prepared title updates, offer packages and all necessary forms associated with the acquisition and relocation process. She also provides research assistance for cost estimating, including researching parent tract information, zoning and land use plan designations and existing site plans and planned developments" Ms. Custer worked on the Moon Lake Road project, preparing over 90 suit packages" ~""".,._,,."._._.___._.____._,___,~__n__~_______'"_' Ms. Jackson has more than 26 years of eminent domain appraisal and cost estimating experience, holding the GM appraisal designation awarded by the National Association of Realtors" She is a General State Certified Appraiser (#RZ1281), which allows her to provide appraisals for Federal use without limitation regarding property type or complexity. As a cost estimator, Ms. Jackson has provided over 750 cost estimates for Districts 1, 4, 5 and 7, along with numerous municipalities. She has participated in a Value Engineering team, and has extensive experience with large projects such as 1-275 and 1-4 which consisted of over 600 parcels. She studied numerous alternatives for the Ulmerton Road PD&e estimates and was confronted with changes in elevation at major intersections, frontage roads and condemnation relief issues. On the US 19 Major Investment Study, Ms. Jackson analyzed the District's exposure to inverse claims. In addition to cost estimating, she has managed appraisal contracts for FOOT, Hillsborough County and the City of Tampa and been responsible for project coordination with land planners, engineers, architects and builders. Additional responsibilities have includec production time management. quality control and supervision 01 research staff" Ms" Jackson has provided eminent domain appraisal review lor various condemning authorities. She has also served as Vice PresidenUReview Appraiser for a financial institution. Her responsibilities included review of commercial appraisals for troubled loans and assets for audit by the Office of the Comptroller of Currency and review of appraisals for new loans and bank-owned properties. Mr. Trosper has more than 20 years experience in the right-aI-way field providing appraisal review and cost estimating services. He is a State Certified General Appraiser (#RZ2567). Prior to joining HDR, Mr Trosper was a former employee 01 FOOT, District 7 and served as Senior Appraiser/Reviewer, Appraisal Review Supervisor, Assistant Chiel Appraiser, In-house Cost Estimating Supervisor, and twice acted as the Interim Chiel Appraiser In addition, he has worked as Appraisal Project Manager and Reviewer on many major road projects including 1-4, US 41, US 92 and SR 54. He has been involved in some of District Ts most complicated issues. Mr. Trosper received a District Team Award for co-supervising the Hlllsborough Avenue cost estimating project and the "Million Dollar" cost-savings award lor his work as part of a Value Engineering team for Gandy Boulevard. He has provided cost estimates lor 1-4 and the Crosstown Connector which Integrated actual costs in final estimates. With over 200 parcels and 5 alternatives, Mr. Trosper provided cost estimating services for the Martin Luther King Jr. Boulevard project., and analyzed over 100 parcels on Ulmerton Road with and without condemnation reliel. Mr. Trosper has been responsible for reviewing 192 parcels on the Moon Lake Road project in Pasco County, and is currently reviewing appraisals for the CR 54 project in Pasco County. ___ _...__^_._._._~,._,.".,.~., .'n.m" .,'~~ RFP 08-5022: Annual Contract ror Right of Way Acquisition and other Real Estate Related Services li)~ 4 ----"",,--- ., . EXPERTISE OF DESIGNATED STAFF .~~_w___,,,,,"'''''''''''''''''' , ~~- STAFF & PROJECT DESCRIPTION RESPONSIBILITIES Susan Sawyer- Cost Estimator and Research Ms. Sawyer is a State-Certified Residential Real Estate Appraiser (#RD149) and has 38 years of real estate appraisal experience in Florida. During the last 23 years, she has specialized in eminent domain assignments, with the last five years focusing on cost estimating research. Ms. Sawyer has managed multi-parcel projects, coordinated expert consultants (engineers, land planners, and ccntractors), provided support services for appraisers, supervised associates, I reviewed staff appraisal reports, and provided support services for mediations, Orders of Taking, I depositions, court hearings, and jury triais. Ms. Sawyer has also specialized in support services for appraisal reviews and right-of-way cost estimating for public agencies, primarily FOOT Districts 1, 4, and 7, and Polk County. ....._"".__ww......_._____ .............. __www._._____ _"_,,..._....._..........__._______...._....,..,....... "....__wwwww__.~ww __..'._m.'.'.__.___. Ric Bahr- Utility Coordination . Mike Myhrvold - Surveying Mr. Bahr has 34 years of utility infrastructure design coordination experience. His background in utilities includes managing Verizon's Public Works Projects in Hillsborough County from 2001 to 2003. Since 2006 he has managed 36 projects as the HDR Utility Coordinator on an FDOT General Engineering Contract. Mr. Bahr provides the HDR Team with the needed expertise in utility infrastructure coordination of public and private utilities. His expertise would be the perfect fit for preparing utility subordinations needed for the various Collier County projects. Mr. Myhrvold has more than 35 years experience in iand surveying. He will be available to assist the agents in reviewing and verifying the more difficult metes and bounds legal descriptions. He will also assist with inconsistencies in bearings and distances between the right-of-way maps and legal descriptions. His background includes metes and bounds and sectionalized land surveys; topographic, submerged land, wetland jurisdiction and hydrographic surveys; hazardous material location surveys; municipal and Department 01 Transportation design and right-ol-way location surveying and mapping in Florida and New Jersey; light and heavy construction stakeout and inspection; railroad construction stakeout; legal descriptions for easements, rights-of-way, boundaries and DOT takings; preparation of subdivision and condominium plats; and reestablishment 01 section corners from govemment field notes. It is important to note that HDR is a national engineering firm with over gO offices throughout the country. In addition to local staff, resources include 110 right-of-way staff located throughout the country. Work-sharing among staff lrom one state to the next is a common practice within our company. HDR plans to retain the expertise 01 American Government Services, Inc. (AGS) for title services. AGS is a DBE firm that has worked with HDR for many years on engineering projects and right-of-way projects. Peter J. Parrado of Parrado Appraisal Services, Inc. will be HDR's subcontractor for appraisal services. Subcontractors supporting the appraisal function will be Fred B. LaDue & Associates, Inc. for FF&E services, F.M. Liner Construction, Inc. for General Contractor services and Randy Toth, for our Engineer/Planner expert. Jorge Moreno of Gerson, Preston, Robinson & Company, PA will join the team to provide business damage estimates for cost estimating. HDR has established good working relationships with all the proposed subconsultants on other projects and has been pleased with the reliable work products produced. All letters of intent to work with HDR on Collier County's Annual Contract can be lound after the resumes. . With the exception 01 Mark Besoner, who works from our Miami Lakes office, all other proposed HDR staff work from our Tampa office iocated at 2202 N. West Shore Boulevard, Tampa, FL 33607. As of April 7, 2008 our address will be 5426 Bay Center Dove, Suite 400, Tampa, FL 33609-3444. _~~l'l~ RFP 08-5022: Annual Confract for Right of Way Acquisition and other Real Estate Related Services @~ 5 . Education BS, Business Administration, University of North Carolina, 1976 MBA, University of Georgia, 1978 Awards Excellence in Transportation Technology, FDOT District Seven, 2007 Davis Productivity Award, Florida TaxWatch and the . Florida Council of 100, 2004 . Joe Thompson ContracUProject Manager Mr. Thompson has more than 27 years of Florida transportation engineering experience. He joined HDR in 2007, as a Senior Project Manager, immediately following his retirement from the Florida Department of Transportation (FDOT) where he served as the District Right-of- Way Manager for District Seven. In this role, Mr. Thompson was responsible for all District right-of-way production including appraisal, appraisal review, acquisition, relocation and property management. Mr. Thompson served as liaison between right-of-way and engineering project management nod has a thorough understanding of all disciplines required for project development and delivery. During his tenure as District Right.of-Way Manager, Mr. Thompson collaborated with the FDOT Legal Office on contentious eminent domain cases. His 20-i- years of experience and knowledge of eminent domain case law reinforced his success in acting as the client for the District Mr. Thompson was the "go to" professional for his in-depth understanding about case law related to eminent domain. Mr. Thompson held overall responsibility for monitoring schedules and funding, as wen as assuring staffing and financial resources were readily available on each project. He assumed management of controlling the cash flow for projects and enabled the District to secure funding in phases, as opposed to getting all capital at the project commencement. This budgeting control significantly increased the effective use of District funds. Mr. Thompson's leadership and understanding of business damage estimates and all other elements of compensation, case law relating to eminent domain, the mediation process, and scheduling bring increased depth and insight to HDR's Right-of-Way Program. 1~27S from the Downtown Tampa Interchange to the Howard Frankland Bridge, FDOT District Seven. Mr. Thompson served as District ROW Manager for this 315 parcel corridor with 400 relocatees. Responsibilities included oversight and management of all RJW activities including scheduling. appraisal, appraisal review, acquisition, relocation, and demolition. The real estate market made this project a challenge as property values were increasing at an enormous rate within the Tampa Bay Area. The appraiscrs and agents worked closely together to kecp up with the rapid market changes. Thesc Interstate projects were certified ahead of their scheduled datc with a negotiated scttlcment rate of 78%. Widening of 1-4 from Downtown Tampa Interchange to the Polk County Line, FDOT District Seven. Mr. Thompson served as Deputy District ROW Manager in charge of acquisition, relocation, and demolition activities for the first phase of five projects comprising 339 parcels and numerous relocations. Later as District ROW Manager during Phase II, he added responsibility for appraisal and appraisal review functions for an additional 477 parcels and 445 business and residential relocatees while maintaining a 74% settlement rate. US19 from Pasco County to Pinellas Park., FOOT District Seven. Mr. Thompson served as an acquisition/relocation agent during Phase I of the FOOT's efforts to convert US 19 to a controlled access highway using frontage roads and grade separated interchanges. Phase [ included approximately 266 parcels on seven projects at key interchanges like East Bay, Ulmerton, Countryside Mall, and Tarpon A venue. During Phase II as the District ROW Manager responsible for managing all right-of~way functions, additional projects at the Drew Street, Coachman Road, and Sunset interchanges involving 77 parcels were acquired. Approximately 20 inverse condemnation actions have been handled as the client directing the litigation of these claims. Crosstown Connector from 1-4 to Leroy Selmon Expressway. Mr. Thompson served as District ROW Manager for this t03 parcel corridor. Responsibilities included oversight and management of all RJW activities including scheduling, appraisal, appraisal review, acquisition, relocation, and demolition. The large industrial properties and the significant involvement with CSX rail facilities made this project unique. The project also required historical rehabilitation of residential properties. I-ill., . Professional License( s) Florida Real Estate Salesperson, #SL180S48 Technical Education Real Estate in the Eminent Domain Environment DOT Land Title & Panel Discussion . Advanced Reiocation Assistance & Residential Eminent Domain Law lor ROW Professionals Business Relocation Communication and Negotiation Residential Appraisal Capitalization Theory & Techniques, Part IB Capitalization Theory & Techniques, Part 2B Valuation Analysis Machinery/Technical Specialties Machinery/Technical Specia~ies Valuation Methodology Approach to Project Management Excellence Public Assistance Operation, Parts I & II . Mary Arend Project Manager/Project Principal Ms. Arend has 34 years of real estate and rightHof~way (R/W) experience and joined HDR immediately following her retirement from FDOT District 7 where she served as the District's Interstate Consultant Administrator. She has managed over !OO projects ranging from small intersection improvements to major interstate proj~cts. Ms. Arend's similar project experience includes District Project Manager for I~275 in Hillsborough County for FOOT, District 7 that included acquisition of 150 parcels with 159 relocations. Responsibilities included oversight of consultant acquisition production and monitoring projecl schedules. Ms. Arend also managed the 1-275/1-4 downtown interchange in Hillsborough County for FDOT, District 7. This project included 70 parcels with 39 relocations. Ms. Arend was responsible for oversight of all right-of- way activities produced by three right-of-way consultant finns. Additional major project experience would include two segments of 1-4. one with 275 parcels and the other with 110 parcels. Moon Lake Road, Pasco County, FL. Ms. Arend served as Project Manager for HDR's Moon Lake Road project for Pasco County which consisted of the acquisition of 194 parcels. Responsibilities included hiring the appraisers, appraisal oversight and acquiring right-of-way. Ms. Arend led the HDR team to a 52% settlement rate, despite the fact the County anticipated a very low settlement rate based on the project schedule. The HDR team completed the project within budget and met the County's accelerated schedule. Pasco County was so pleased with HDR's performance on Moon Lake Road that they awarded HDR their SR 54 project prior to the completion of Moon Lake Road. Pasco County stated that their SR 54 project was their most difficult project to date. CR 54, Pasco County, FL. HDR is performing oversight of appraisers, appraisal review, acquisition, suit preparation and relocation for CR 54 from East of 1-75 to East of CR 577/Curlcy Road. This roadway widening and realignment project consists of 81 parcels and encompasses both residential and commercial propelties. Challenges on this project include large takes from businesses that want to remain where they arc due to their favorable 10cat10ns, and working with innovative cures. 1-4 (SR 400) from West 01 14th Street to East of 50th Street, FDOT District 7. Ms. Arend was the Project Manager for this 385 parcel project with 373 rclocatees and managed the contracted consultant firm. The project scope involved acquisition, relocation, demolition and preparation of lawsuits for residential properties and large industrial businesses with complex: acquisition and relocation issues. In addition to these duties, Ms. Arend also performed quality assurance reviews and randomly interviewed parcel owners and relocatees to inquire if the program and service were acceptable to the displacees. The project was cleared and certified on schedule with an 80% negotiated settlement rate. 1-275/1-4 Downtown Interchange Project, FOOT District 7. The 1-275 project consisted of the acquisition of 70 parcels with 39 relocations, 30 residential displacements, 8 business moves and 1 Non-Profit Organization. Ms. Arend managed three R/W consultant firms under separate districtwide contracts. She coordinated activities between the City of Tampa, HilIsborough County and HiIlsborough County Transit Authority. The acquisition/relocation and construction of the new Hillsborough County Transit Authority's main terminal was the greatest challenge for the success of the project's production schedule. Ms. Arend personally successfully negotiated with the Transit Authority and handled their relocation. US 41 (SR 45) from HiIlsborough County Line to Bell Lake Road, FOOT District 7. Ms. Arend served as the acquisition project manager for this 127 parcel project that included 109 relocations, 75 of which were business displacements. She negotiated and acquired property from CSX Railroad alongside their active rail system for the entire length of the project. This was extremely difficult and timely due to their strict requirement along "active" rail systems. This project was cleared and certified on schedule. I-il1.7 . Education MBA, 1991 BS, 1985, Business Administration Professional License(s) Real Estate Broker, Florida, #BK-3010628 IRWA Member . . Lu Ann Fritz Project Manager/QA/QC Ms. Fritz brings more than IS years of acquisition, relocation and project management experience to the HDR team. She carne to HDR from FDOT District 7 where she was Supervisor of Acquisition. In this role, she managed six acquisition agents and nearly 20 projects. Under Ms. fritz's leadership, the settlement rate in District 7 increased from approximately 350/0 to 81.5%. Not only was she a very effective project manager, she also took a hands-on approach and accomplished a personal workload consisting of difficult acquisitions. Ms. Fritz has also testified for the FDOT and acted as the client at Orders of Taking. Ms. Fritz has managed numerous HDR acquisition projects, some of which include Ernie Caldwell Boulevard, Phases [and II. Pine Tree Trail and a Master Consulting Agreement with Polk County, CR 15 for Seminole County. Wares Creek Stormwatcr Improvements Project for Manatee County and SR 78 AcqlJisition and Relocation Services for FDOT, District I. Ms. Fritz has also provided QA/QC review for HDR 's Moon Lake Road project, SR 54, MDX GEC Task Assignments, and all acquiSItion projects provided to Polk County under our Master Consulting Agreement SR 54, Pasco County, FL. This 110 parcel project in Pasco County involved acquiring parcels along US 19, from SR 54 to LM 75. The widening ofSR 54 included 3 separate projects. The project limits were SR 54 from US 19 to Little Road, Little Road to Sun coast Parkway and from Suncoast Parkway to US 41. The 3 phases included large acreage tracts, residences, proposed subdivisions, a funeral home, cemetery and a municipal airport. Right~of..way also had to be acquired from Tampa Bay Water, Pasco County and several utility providers. Attorney involvement was considerable. Ms. Fritz handled an acquisition parcel load, supervised six agents on the project, testified for the FOOT and acted as the client at Orders of Taking. SR 78, North Fort Myers, Lee County, FL. Ms. Fritz served as Project Manager for FDOT District I. HDR acquired right-of-way forthe improvement of State Road 78 (Bayshore Road) in North Fort Myers, Florida. This roadway improvement project inc1udedfour.laning State Road 78 from east of Slater Road to west of Interstate 75 involving 2.5 miles. The acquisition project consisted of 42 ftle parcels, 11 temporary easements, 8 permanent casements, 2 business relocations, 1 residential move. 9 personal property moves and 4 outdoor advertising sign relocations. The HDR Team engaged in negotiation, relocation, and lawsuit preparation activities. Ms. Fritz had the highest settlement rate of any consultant working for the District at the time and HDR received the highest performance grade ever given to a first time consultant. Ernie Caldwell Boulevard I and II, Polk County, FL. Ms. Fritz serves as Project Manager for this 40 parcel project that involves the construction of a new road that bisects two large active farms, severely impacting the site of a 400' communications tower, affecting two new subdivisions and involves acquisition of more than fifty acres of right of way. HDR addressed access issues, contorted title issues, major severance damages, business damages, cures, overseas property owners and angry subdivision residents. HDR suggested moncy.saving engineering alternatives for consideration and approval. Pine Tree Trail I and II, Polk County, FL. Ms. Fritz serves as Project Manager for this 29 parcel project that extends from Ernie Caldwell Boulevard to south of the Oakmant Development. The proposed project also involves the construction of a new roadway in conjunction with Ernie Caldwell I & [I projects. HDR successfully acquired 15 parcels with primarily overseas property owners in the advance acquisition phase within a short timeframe and will be acquiring 14 parcels in Phas:e II. An incentive offer program was utilized in the advance acquisition phase to expedite the acquisition process. Wares Creek Stormwater Improvement Project, Manatee County, FL. The Cedar Hammock (Wares Creek) Drainage Canal project was designed to alleviate flooding in a highly urbanized area of Manatee County. The project scope consisted of oversight of appraisal, survey and title activities. providing acquisition of 49 parcels and relocation and property management services. Ms. Fritz served as Project Manager. I-D3, , . Education BSBA, 1972, Real Estate, University of Florida Professional Registration(s) Licensed Real Estate Broker, Florida, #BK272340 State-Certified General Reai Estate Appraiser, #RZ74, Florida MAl, Member of Appraisal Institute IRWA Member Technical Education Florida State Law Update lor Real Estate . Appraisers C400: National USPAP Update C430: Standards of Professional Practice, Part C The Appraisal of Partial Acquisitions Attacking & Defending an Appraisal in Litigation Condemnation Appraising Land Valuation Assignments Evaluating Commercial Construction Evaluating Residential Construction . Mark G. Sawyer, MAl Appraisal/Cost Estimating Project Manager Experience Mr. Sawyer has over 36 years of real estate appraisal experience in Florida. During the 23 years sin<;c 1984, he has speciali:lcd in eminent domain assignments and been co-owner of two appraisal businesses. Up until 2001, Mr. Sawyer was managing multi-parcel projects, coordinating expert consultants {engineers, land planners, and contractors), preparing appraisals. supervising 4-to-7 associates. reviewing staff appraisal reports, participating in mediations, and providing expen testimony in Order of Takings, depositions, court hearings. and jury trials. Me Sawyer has qualified as an expert witness in the Circuit Courts of the following counties: Pillel1as, Hil1sborough, Pasco, and Polk. Since 2001, Mr. Sawyer has specialized in appraisal reviews and righI-or-way (R/W) cost estimating for public agencies. primarily FDOT Districts 7 and \, and Polk County. Specific project experience since late 2001 includes: RIGHT-OF-WA Y COST ESTIMATING FDOT District Seven. Many of these projects had multiple alternatives and have been updated each year since 200 I. lbis is a partial list of representative projects. . SR 200, from LIS 41 ro Withlacooehee River Bridge, Citrus County . SR 39. from 1-4 to north of Knights Road, HiIlsborough County . SR 694/Gandy Boulevard from east of 4th Street to west of Gandy Bridge, Pine lias County . SR 41 iUS 301, from SR 39 to CR 54, Pasco County . US 41, from SR 44 to SR 200, Citrus County . US 19, five segments from US 98 to CR 488, south of Homosassa to north of Crystal Riwr, Citm"i County . Gandy Boulevard from US 19 to East of 4th Street, Pinc1las County . SR 41, from Sligh Avellue to Tampa Bypass Canal, Hillsborough County . SR 52, from CR 581 to Old Pasco Rd. and]. 75, Pasco County . US 30 I. from Boyette Rd. to Manatee County Line, Hil1sborough County . Select Ponds for 1-4/Crosstown Conncctor, HilIsborough County . SR 60, from Gomez to Brevard, Hillsborough County Polk Counly . Righi-of-way and ponds for Ernie Caldwell Blvd. (fonnerly North Ridge Parkway) and Oakmont Extension of the North Ridge Parkway . Eloise HND neighborhood project . Cleveland Heights/Lake Miriam Drive Intersection Project . Daughtery Rd., west and cast of US 98 APPRAISAL . SR 52, US 19iLittie Rd., Hudson, Paseo Co, (9 par,) . SR 52, Little Rd.lMoon Lake Rd., Pasco Co, (8 par.) . SR 60. E. ofYaJrieo Rd., Brandon. Hills, Co, (12 par.) . Interstatc Highway 275, Maximo Park. 51. Petersburg . US 4\, S. of Sunset Lane., Lutz, HillsboTOUgh Co. (23 par.) . SR 580, E. uf Raee Truck Rd., Hilis. Co. {17 par.) . US Highway 19 & Drew SI., Clearwater (\2 par.) . US Highway 19 & Curlew Rd., Clearwater (23 par.) . Curlew Rd.. E. of LIS 19. Clearwater (23 par.) . HiII,borough Ave., HimeS/Annenia, Tampa, (20 par.) . Delaney Creck, Clair-Mel, Hills. Co. (21 par.) I-D3. 9 . Marilyn Jackson Cost Estimating/Appraisal Professional Certification(s) Experience Ms. Jackson has more than 26 years of real estate services experience and holds the GAA appraisal designation awarded by the National Association of Realtors. She is a General State Certified Appraiser (#RZ128J), which allows her to provide appraisals for Federal use without limitation regarding property type or complexity. During the pa~i seven years, Ms. Jackson has provided cost estimates to four Florida Department of Transportation (FOOT) Districts, Districts 1,4,5 and 7. She has extensive experience in large projects, such as 1-275 and 1-4, as well as PD&E Studies considering as many as nine alternatives with multiple segments. In addition to preparing cost estimates, Ms. Jackson has reviewed and assigned cost estimates on behalf of the FDOT. Selected project experience includes: Links Project (I~275), rDOT District 7. The Links project proposed a combination of partial and whole takes from approxlmately 342 parcels along I~275 in Hillsborough County. Appraisal problems for this cost estimate included significant parking loss from several hotels and class A office buildings located in the Westshore Business District. Functional replacement was required for a public school, public housing and a Boys and Girls club, Valuation for redevelopment of historical sites was provided. State Certified General Appraiser, #RZ1281, Florida . SR 688 (Ulmerton Road) PD&E Study, FOOT District 7. Ms. Jackson provided cost estimating services in connection with the PD&E Study for SR 688 in Pinellas County, The project contained over 1,000 parcels with five alternatives and four segmcnts. Complex issues for this project included the addItion of frontage roads and c.hanges in elevation to accomplish overpasses at three major intersections. Because the affected municipality did not allow non-confonning uses as a result of eminent domain proc.eedings, estimates were provided considering costs with and without condemnation relief. This project required extensive coordination with the business damage consultant and comprehensive research within a bricftimeframe, SR 699 PD&E Study from Park Road to \\'.lllsingham, FDOT District 7. The SR 699 PD&E Study included 12 alternatives with three alignments and four segments. The total parcel count exceeded 2,500, The project proposed takes from Gulf-front condominium developments. commercial and residential uses. Special considerations included estimating damages for parking loss and loss of association fees to condominium developments, and damages to properties made nonconfOlming by the take. Gandy Boulevard MIS, FOOT District 7. The proposed improvements to Gandy Blvd. project impacted over 450 parcels from Pinellas County to Hillsborough County. Cost estimates were provided for three alternatives, two of which estimated three alignments. Sources of severance damages included the addition of frontage roads and changes in elevation, Business relocations and business damages were significant. Race Track Road PD&E Study and Design, Hillsborough County. Ms. Jackson provided cost estimating services for this 51h-mile project that involves widening Race Track Road from a 2-lane roadway to a 4-lane divided urban highway. This project considered four alternati ve alignments and five pond site options. The project proposed takes from multiple parcels with planned development as well as takes from significant businesses. Many of the parcels required analysis of potential cures to avoid real estate and business damages. Pauls Drive PO&E Study, HilIsborough County. The Pauls Drive PD&E Study was an implementation task for the Brandon Main Street community plan. Cost estimates considered eight alternatives and pond sites for the 1h mile strip along Pauls Drive from SR 60 to the Brandon Parkway. Each alternate included estimates with and without 10-foot sidewalks at Oakfield Drive. Florida Avenue, FOOT District 7. The Florida Avenue project estimated nine alternatives totaling in excess of900 parcels. The project limits included intense commercial development with significant business relocation and business damages. Ms. Jackson has provided appraisal services for eminent domain projects. Representative projects include the following: . Cypress Street widening . Habana A venue widening . 361h Street Bridge project . North Blvd/Sligh Ave intersection improvement . Sweetwater Creek flood control project . Falkenburg Road widening . Florida Ave/Waters Ave intersection improvement . SR 6l'Sl'S in Pinellas County . Linebaugh A venue . North Dale Mabry Highway road widening . Intersection improvement project . Bloomingdale Avcnue widening . ShchJoll Road widening . Dale Mabry IIwyiKennedy Blvd intersection improvement . @."1. 10 I ~ , ~PanaJo cffppwu.at ~E7.ViCEl, []nc. i!09 E. BLOOMINGQAlE AVE., PMB 264 BRANDON. Fl 335 11 VOICE~8nI681.9n6 . FAX (H13) 681.8G~1.l March 3, 2008 Marilyn Jackson, Sr. Vice President HDR, Inc. 2202 N West Shore Blvd., Suite 250 Tampa, FI. 33607-5756 Re: Agreement to be Part of Team Annual Contract for Right of Way Acquisition and Other Real Estate Services RFP No. 08-5022 Dear Ms. Jackson: This letter will serve as notice of Parra do Appraisal Services, Inc. being agreeable to being a part of the HDR team in the above referenced RFP. I would like to thank HDR for allowing me the opportunity to be part of their team on the proposal, and look forward to working with the company in the future. If! can be of any further help please do not hesitate to contact me. Sincerely, ~ G{j:::,) '~ Peter J. Parrado, MAl, SRA State Certified General Appraiser RZ238 APPRAISERS . CONSULTANTS . LITIGATION VALUATJON . . f.m. UNER Llcen.e # CBCO 11812 (813) 949-0428 Fax 949-5447 CONSTRUCTION, 24160 STATE ROAD 54, UNIT 1 . LUTZ, FLORIDA 33559 Inc. E-mail: Liner.construction1@verizon_net Marilyn Jackson Senior Vice President ROO Engineering Inc. 3-4-08 RE: Letter of intent Collier County, Fl. Marilyn, We >>ould like to be considered for working with HDl! Engineering, Inc:. in Collier County, Florida. We have >>orked with HDl! on the Sol!. 54 project (Pasco County) and wi th other appraisers in Lee County, Pinellas County and Hillsborough County. We provide Replacement Cost, Take Items Cost and CUre Cost. Enclosed is a list of references. If you have any questions please call. . Thank you, /~-;Y!---C" (Oscar) F.M. Liner, Jr. F .M. ~iner Construction, Inc. . . . . .1. Gerson, Preston, Robinson &Company, I!A. CERTIFIED PUBLIC ACCOUNTANTS March 4, 2008 Mark G. Sawyer, M.A.I. Senior Appraiser, Right-of-Way HDR Engineering, Inc. 2202 N. Westshore Boulevard Suite 250 Tampa, FL 33607-5755 RE: RFP 08-5022 Collier County Annual Contract for Right of Way Acquisition and other Real Esta/e Related Services Dear Mark: This is our "Letler oflntm!" to be part ofHDR's team in HDR's efforts to acquire the above referenced contract. We appreciate the invitation and wish you success in this endeavor. Should you /wve any questions, please do not hesitate to call me at (813) 228-9275. V,ry ''"':jj'"' JORGE L. MORENO Z. For the Firm 666 71st Street Miami Beach, Florida 33141 . PHONf: (813) 93].:.3322 ... (813) 93,-3]62 812WISTltNElWUiHAYf. TAMPA, fl33618 WWW.AG5C.IIZ March 3, 2008 Marilyn Jackson HDR Enlineerinll 2202 N. Westshore Blvd., Ste 250 Tampa, Florida 33607 RE: Annual Contl1lct for Right of Way Acquisition and other Real E.t.le Related Services, Collier County RFP # 08-5022 Dear Ms. Jackson: Please accept this .. a letter of intent from American Government Services Corporation, and conlirm.tion that we can provide owru:rship und encumbrancc report. and real c.state services to HDR Engineering in connection with the above referenced project This letter shaH also serve flS confirmntion lhal AI11t.:rican Government Services is certified with the State of Florida a. a Di.advantaged Women-Owned Business. I appreciate the opp0l1unily to work with yml on thjs exciting proj(.'ct If you have any que",ion or need additional ;nlonllntion, please don'l hesitate 10 eonlact me at (813) 933. 3322 extension 227. Si~ere1y, i t.L, J.4r- ehfistine Wagen Marketing Director BlTEe EnllIO..loI.IOC. . March 4, 2008 Marilyn Jackson Senior Vice President HDR Engineering, Inc. 2202 North Westshore Boulevard, Suite 250 Tampa, FL 33607-5755 RE: Collier County RFP 08-5022 Annual Contract for Right of Way Acquisition and other Real Estate Related Services Dear Ms. Jackson: Please accept this letter as notice of RATEC's intent to be part of HDR's team in response to thc above referenced Request for Proposal to provide professional appraisal support services. Sincerely, . RATEC Engineering, Inc. Randall A. Toth, PE, PTOE President . Exner! Testimonv Roadwav Site Traffic Transoortation P.O. Box 320362, Tampa, Florida 33679-3362 Phoae: (813) 251-9477 Fax: (813) 251-4996 Office Address: 3825 Headersoa Boulevard, Suite 300-C, Tampa, Florida 33629 . . . FRED B. LaDUE & ASSOCIATES, INC. 21 \0 ,19'" STREFT NOllTlI SUITF H ST PLTLRSJ:HiHC;. lit. :.l,37 1 0 j 7271l.22-fd '.to Ff\X 17:!..7)(?:::.hO~'l) AI'I'R>\ISFRS . (,O'iSIiET,\I\TS 1"1 hdue (0: l.;lnmaha \" rLCOnL i\s or: 3/28J2(X)8 2140LA'IHlk{L#llO& 1]1 BrJlklllun. l"'lorid,l ,<421 ! March 02, 2008 Mr. Daniel Trosper HDR Engineering 2202 N. West Shore Blvd. Suite 250 Tampa, Florida 33607-5755 RE: Fee Proposal & Scope of Service Collier County Dear Sir: Thank you, for considering my firm for the appraisal of the Furniture, Fixtures & Equipment on this project. Attached you will find my companies brief history and my qualifications for your files. Our typical scope of service for this project will be inclusive of a complete tangible asset listing, along with, make, model, serial number and any other applicable data, when available. A detailed trade fixture segregation including but not limited to process systems & attached improvements associated with the trade being conducted. We will show a Replacement Cost New, a Fair Market Value in continued use and Salvage Value for each item or group of items. This report will also include the required certification, photographs of major assets, definitions of value and other materials that constitute a formal appraisal report in conformance with the Uniform Standards of Appraisal Practice. We will further provide a hypothetical relocation estimate, (If needed), based on known conditions within a 50 (fifty) mile radius. If I may be of any further assistance please free to contact me. Sincerely, ~)f~ Fred B. LaDue, n, ASA PREVIOUS PERFORMANCE ON SIMILAR JOBS .j_""","'''''''''M'A''-='_''''''''''''''_'''''''iM''~'''''__"=__ , The principles proposed on this project bring nearly 140 years of combined right-of-way appraisal and acquisition experience. Most of HDR's Project Managers have held leadership roles as employees of government agencies and as consultants. They each understand the importance of accurate, timely consultant productivity. Mr. Thompson's experience induces all right-of-way activity performed in District 7 from 1995 to 2007. In 1991 Mr. Thompson was named Deputy District Right-of- Way Manager, Production for FDOT District 7. In this role, he was responsible for all projects involving acquisition, relocation projecls and suit preparation performed between 1991 and 1995. Prior to that, he was the Acquisition Administrator at FDOT, District 1 from 1988 to 1991 where he was responsible for all district acquisition projects for 14 counties. Prior to 1988, Mr Thcmpson's experience includes suit inlormation, business damage contracting and owner notification. He has also worked as a relocation agent . Over the past 36 years Mary Arend has served as project manager on well over 1 00 projects. Project types ranged Irom intersection improvements to major interstate proJects. She has participated as a team member in many additional projects, including 1-275 from Howard Frankland Bridge to Himes Avenue (150 parcels), US 41 (SR 45) from Fletcher Avenue to Hillsborough County Line (120 parcels), 220'/20" Street from Maritime Boulevard to SR 60 (80 parcels), 1-4 ,rnr;"'-'%, (SR 400) from 1-75 to east of Mcintosh Road (84 parcels), SR 553 (Park Road) Plant City (80 parcels), and SR 55 (US 19) Drew Street, from North of SR 60 to CSX R/R Crossing (56 parcels). Ms. Fritz has managed 16 projects for HDR, with projects varying in size Irom 5 parcels to 63 parcels. In her role as Acquisition Supervisor for FOOT District 7, Ms. Fritz managed over 20 projects. Prior to joining FOOT, Ms. Fritz held a similar role at the Michigan Department of Transportation where she provided right-of-way acquisition services for 5 years. Mark Sawyer brings 36 years of appraisal experience and 6 years of cost estimating experience. He was owner of two appraisal firms where he specialized in eminent domain appraisals. Mark has provided expert testimony at Orders of Taking, depositions, court hearings and jury trials. Over the past 6 years, Mark has preparec over 150 cost estimates for FDOT District 7 and various counties and agencies. With 17 years of eminent domain and 12 years of cost estimating experience, Marilyn Jackson is a leader in the right-of-way industry, providing more than 750 cost estimates for the FDOT and numerous municipalities. Ms. Jackson is known for her extensive experience with large and complicated projects with difficult scenarios. Below is a representative list of project experience for HDR's management team. JOE THOMPSON, CONTRACT/PROJECT MANAGER b~ -.' , ~' '!i" ~ ~ ~ _. ~ ~'; '" n", " - ' ~- ~ ;z , ",:JGii (, "'''''' ~ ~ ~ =~=~!f>U'''' _""" ~:< ~ 4iV Because Mr. Thompson served as District Right-of-Way Manager at FOOT District 7 until his recent retirement, all of his references are former supervisors or co-workers at the District. Each reference would be applicable to all 01 his experience at FDOT District 7. Director, Office of Right-of-Way Ken Towcimak 605 Suwannee Street Mail Station 22 Tallahassee, Florida 32399 Phone: 850-414-4557 Email: kenneth.towclmakdildot.state.f1.us 1.275 from the Downtown Tampa Interchange to the Howard Franklin Bridge, FOOT District Seven Mr. Thompson served as District ROW Manager for this 315 parcel corridor with 400 relocatees. Responsibilities included oversight and management of all R/W activities including scheduling, appraisal, appraisal review, acquisition, relocation, and demolition The real estate market made this project a challenge as property values were increasing at an enormous rate within the Tampa Bay . ~~~~~ RFP 08-5022: Annual Contract 'or Right of Way Acquf$itfon and other Real Estate Related Services lD~ 1 PREVIOUS PERFORMANCE ON SIMILAR JOBS .""""""""~1__m~~='Wffl>___ ~- __---=,""'4Wffl--"=-mm---Wt.- Area. The appraisers and agents worked closely together to keep up with the rapid market changes. These Interstate projects were certified ahead of their ~schedule~_<!<,te_l'/rt~a negotiate~S(lttlelll~nt rate .01780/, Widening 01 1-4 Irom Downtown Tampa Interchange to the Polk County line, FOOT District Seven Mr. Thompson served as Deputy District ROW Manager in charge of acquisition, relocation, and demolition activities for the first phase of five projects comprising 339 parcels and numerous relocations. Later as District ROW Manager during Phase II, he added responsibility for appraisal and appraisal review functions for an additional 477 parcels and 445 business and . residential relocalees_l'/~ile maintaining a 74'~ settlement rate. US 19 from Pasco County to Pinellas Park, FOOT District Seven Mr. Thompson served as an accuisitionlrelocation agent during Phase I of the FDOT's efforts to convert US 19 to a controlled access highway using frontage roads and grade separated interchanges. Phase I included approximately 266 parcels on seven projects at key interchanges like Easl Bay, Ulmerton, Countryside Mall, and Tarpon Avenue. During Phase II as the District ROW Manager responsible for managing all right-of-way functions, additional projects at the Drew Street, Coachman Road. and Sunset interchanges involving 77 parcels were acquired. Approximately 20 inverse condemnation actions were handled with Mr. Thompson acting as the client directing the litigation of these claims. _~~___...__.~_..___' . .. __.._._..__w___~~_.___"_, ..~___"__. '"'U_,"W___~ __._ _ ______..___.~~._.___~. ..... ,,_.__.____.____...".__"',_.,_ Crosstown Connector from 1-4 to Leroy Selmon Expressway Director of Transportation Development, Mr. Thompson served as District ROW Manager for this 1 03 parcel corridor. FDOT District 7 Responsibilities included oversight and management of all RJ'N activities Scott Collister including scheduling, appraisal, appraisai review. acquisition, relocation, and 11201 N. McKinley Drive demolition The large industrial properties and the significant involvement with Tampa, Florida 33612 CSX rail facilities made this project unique. The project also required historical Phone: 813-975-6000 rehabilitation of reside~tiaIJ)r~perties Email: scott.colliste.r(ii)d~!.state.fi.us Alexander Street (CR 39) from US 92 to Knights Griffin Road Assistant Right-of-Way Manager Mr. Thompson served as District ROW Manager in charge 01 acquisition, Ronald A. Crew relocation, and demolition activities for this 95 parcel project. Roadway 11201 N. McKinley Drive I improvements north of 1-4 were on a virgin alignment in rural Hillsborough Tampa, Florida 33612 County. At the time of acquisition, construction was not funded which creating 813-975-6000 significant property management due t~ extended possessio.r1c. .__ ...Emait_!onald.crewiiildot.state.fi.us . . District Secretary, FOOT District 7 Donald J. Skelton, PE 11201 N. McKinley Drive Tampa, Florida 33612 Phone: 813-975-6000 Email: donald.skelton@dot.state.ft.us General Counsel, FDOT District 7 Richard Vickers 11201 N. McKinley Drive Tampa, Florida 33612 Phone; 813-975-6000 Emall: richard.vickerstilldot.state.ft.us MARY AREND, PROJECT MANAGER/PROJECT PRINCiPAL ~-w w, . ~ ' -- ' , 64 '" , t -_-~ " "''' Wi w" --" ",t, "-- -=,," =4;;;;;r'f0j~I!lllllli'iclfL Moon lake Road, Pasco County, FL Ms. Arend served as Project Manager for HDR's Moon Lake Road project for Pasco County which consisted of the accuisition of 192 parcels. This project Pasco County was a cI1allenge because the scope included hiring the appraisers, managing Marcie McDonie, Senior Assistant the appraisers, and acquiring right-of-way within 12 months. The County County Attomey anticipated a very low settlement rate based on the project schedule. The HDR 7530 Little Road, Sul1e 340 team rallied to the challenge and completed the project within the 12-month New Port Richey, Fl34654 schedule and achieved a 52% settlement rate. Pasco County was so pleased Phone: 727-847-8120 with HDR's pertormance on Moon Lake Road that they awarded HDR their SR Email: mmcdonie@pascocountvft.net 54 project prior to the completion of Moon Lake Road. Pasco County stated that their SR 54 project was their most difficult project to date. _9I1!~1::..~~~:! RFP 08.5022: Annual Contracf for Right of Way Acqul,Hlon and other Real Estate Related ServIces @\. 2 PREVIOUS PERFORMANCE ON SIMILAR JOBS .-'~=='=- CR 54, from 1-75 to east of Curley Rd., Pasco County, FL HDR is performing oversight of appraisers, appraisal review, acquisition, suit preparation and relocation for CR 54 from East of 1.75 to East of CR 577/Curley , Road. This roadway widening and realignment project consists of 77 parcels and encompasses both residential and commercial properties. Challenges on this project include large takes from businesses that want to remain where they are due to their favorable locations, changes in elevation requiring TCE's and Temporary Driveway Restoration Easements, and working with innovative ,cures. _..__...._...____...'""'.,._.. m..______......Om......___... 1-4 (SR 400) from West of 14th Street to East 01 SOth Street, FDOT District 7 Ms. Arend was the District 7 Project Manager for this 385 parcel project with 373 relocatees and managed the contracted consultant firm. The project scope involved acquisition, relocation, demolition and preparation of lawsuits lor residential properties and large industrial businesses with complex acquisition and relocation issues. In addition to these duties, Ms. Arend also performed quality assurance reviews and randomly interviewed parcel owners and relocates to inquire if the program and service were acceptable to the displacees. The project was cleared and certified on schedule with an 80% negotiated settlement rate. Ms. Arend received an award from the State ~In~~~:~t~ p~~je~;:ns~ortation for her dedicationa~d perfor=an~~~e 1-275/1-4 Downtown Interchange Project, FOOT District 7 The 1.275 project consisted of the acquisrtion of 70 parcels with 39 relocations, I 30 residential displacements, 8 business moves and 1 Non.Profit Organization. At District 7 Ms. Arend managed three RIW consultant firms under separate districtwide contracts. She coordinated activities between the City of Tampa, Hillsborough County and Hillsborough County Transit Authority. The acquisition/relocation and construction of the new Hillsborough County Transit I Authority's main terminal was the greatest challenge for the success of the project's production schedule. Ms. Arend personally successfully negotiated withthe Transit Autho~ityand handl.e~ their relocati?n,..__..__ US 41 (SR 45) from Hlllsborough County Line to Sen Lake Road, FOOT District 7. ! While at District 7 Ms. Arend served as the acquisition project manager for this 127 parcel project that included 109 relocations, 75 of which were business displacements. She negotiated and acquired property from CSX Railroad alongside their active rail system lor the entire length of the project. This was extremely difficult and timely due to their strict requirement along -active~ rail I systems. This project was cleared and certified on schedule. Elevation changes ~?ng this project caused TCE's to be converted to fee takes. . . Pasco County Marcie McDonie, Senior Assistant County Attorney 7530 Little Road, Suite 340 New Port Richey, FL 34654 Phone: 727-847.8120 Emall: mmcdonie<<iloascocountvfl.net FDOT District Seven Ronald A. Crew 11201 N. McKinley Drive Tampa, FL 33612 Phone: 813-975-6000 Email: ronald.crew@dot.state.f1.us FOOT District Seven Ronald A. Crew 11201 N. McKinley Drive Tampa, FL 33612 Phone: 813-975-6000 Email: ronald.crewti.ildot.state.f1.us FOOT District Seven Ronald A. Crew 11201 N. McKinley Drive Tampa, FL 33612 Phone: 813.975-6000 Email: ronald.crewti.ildot.state.f1.us LU ANN FRITZ. PROJECT MANAGER/QAlOC . I ., , 'Jl :~' j ;1;;, ' " * ;; _ '" '" L~~~ "' *" ,{:.-v;<:iC$#"""1%iiWl"",,d 4%4 ~:v"' ~,_~ " "~~ ~J ~,x ~ '" f"~ . SR 54, from US 19 to US 41, Pasco County, FL The widening 01 SR 54 included 110 parcels on 3 separate segments. The project limits were SR 54 from US 19 to Little Road, lillie Road to Suncoast Parkway and from Suncoast Parkway to US 41. The 3 phases includec large acreage tracts, residences, proposed subdivisions, a funeral home, cemetery and a municipal airport. Right-of-way also had to be acquired lrom Tampa Say Waler. Pasco County and several utility providers. Attorney involvement ~as FDOT District Seven Ronald A. Crew 11201 N. McKinley Drive Tampa. FL 33612 Phone: 813.975.6740 Email: ronald.crewti.ildot.state.f1.us 9~~ RF' 08-5022: Annual Contract for Right of Way Acqubifion and other Real Estate Related Services ID'J. 3 . . PREVIOUS PERFORMANCE ON SIMILAR JOBS FOOT District One Pam Pearre 801 N. Broadway Ave. PO Box 1249 Bartow, FL 33831 Phone: 863-519-2421 Email: DamDearrecwdo1.fl.state.us Polk County Wade Allen, Chief Right-ol-Way Agent PO Box 9005-Drawer #TS02 Bartow, FL 33831 Phone: 863-534-6710 Email: wadeallenCWDolk.county.net Polk County Wade Allen, Chief Right-of-Way Agent PO Box 9005-Drawer #TS02 Bartow, FL 33831 Phone: 863-534-6710 Email: wadeallencwoolk.countv.net .ill~.':::~::~::ion pa~1 loa~~:~~~:--"---~ ~ agents on the project. testified lor the FOOT and acted as the client at Orders of Taking. This project was similar to Golden Gate in that there were significant _ct1ar1ge_sin~l~vation re<juirin.g_I~i:'s.~ol1gVlithfee takes. SR 78, North Fort Myers, Lee County, FL Ms. Fritz served as Project Manager for FOOT District 1. HDR acquired right- of-way for the improvement of State Road 78 (Bayshore Road) in North Fort Myers, Florida. This roadway improvement project included lour-Ianing State Road 78 from east of Slater Road to west of Interstate 75 involving 2.5 miles. The acquisition project consisted 01 42 fee parcels, 11 temporary easements, 8 permanent easements, 2 business relocations, 1 residential move, 9 personal property moves and 4 outdoor advertising sign relocations. Our team engaged in negotiation, relocation, and law suit preparation activities. Ms. Fritz had the highest settlemenl rate of any consultant working lor the District at the time and HDR received the highest perfonnance grade ever given to a first time consultant. ~__,.".,.,,,,,,..,._._ '__._m_._____.______________.___._.._.__.m. __~__~~______ Ernie Caldwell Boulevard I and II, Polk County, FL Ms. Fritz serves as Project Manager for this 40 parcel project that involves the construction of a new road that bisects two large active farms, severely impacting the site of a 400' communications tower, affecting two new subdivisions and involves acquisition of more than fifty acres 01 right of way. HDR addressed access issues, contorted title issues, major severance damages, business damages, cures, overseas property owners and angry subdivision residents. HDR suggested money-saving engineering alternatives forc~nsid~rationandaJlproval- . .._____. Pine Tree Trail I and II, Polk County, FL Ms. Fritz serves as Project Manager lor this 29 parcel project that extends from Ernie Caldwell Boulevard to south of the Oakrnont Development The proposed project also involves the construction of a new roadway in conjunction with Ernie Caldwell I & II projects. HDR successfully acquired pa~ls with primarily overseas property owners in the advance acquisition phase within a short timeframe. There are 15 parcels in Phase II_ An incentive offer program was utilized in the advance acquisiti~l1_phase to exped~~e..the acquisitionproce.ss. Wares Creek Stonnwater Improvement Project, Manatee County, FL The Cedar Hammock (Wares Creek) Drainage Canal project was designed to alleviate flooding in a highly urbanized area of Manatee County. The project seeps consisted of oversight 01 appraisal, survey and title activities, providing acquiSition of 49 pa~ls and relocation and property management services. Ms. Fritz served as Project Manager. Manatee County Jim Staples, Interim Property Management Director 1022 26th Avenue East Bradenton, FL 34208 Phone: 941-708-7489 Emall: Jlm.staples@Co.manatee.f1.us MARK SAWYER, MAl, APPRAISAUCOST ESTIMATING pROJECT MANAGER !F ;v-" 'm - - - f ' ,-, ,-- i tv ~_nm:~n0.\"45:1?'~"f1::: ~ ","!l~;~~.~' -y if: Tampa, HiIIsborough Ave. Irom Himes to Annenia Ave. Appraisal Project (20 parcels) A road widening project from undivided 4 lanes to divided 6 lanes. Takings involved a wide variety 01 commercial properties, a large church, and a city fire station. Loss 01 parking and/or substandard setback impacted most 01 these FOOT District Seven Jim Petrovich, Deputy District Right 01 Way Manager - Appraisal Florida Department olTransportation Office of RighI of Way 11201 North McKlnley Drive ~ RFI' 08.5022: Annual Contract fOf Right of Way Acquisnlon and other Real Estate Related Services li)~ 4 PREVIOUS PERFORMANCE ON SIMILAR JOBS .^,"'''",,",,*M'''' r... ... "",,,==,,wmm t """ ""'''''''''''_~~~:i>'''=-W_< ~;~~~~i~;'th~h:r~~~t~~ge of cures included a cut-a:~-relace t:c~urc~::d i;~f~~:~:::~Ch@dot.staw.fl.us-l As-Needed Appraisal Assignments for Pinellas County ; Pinellas County Tasks were single-parcel appraisals on an as-needed basis. Many of the James R. Meloy, Real Estate properties appraised were large tracts the County wanted to purchase for park Administrator i purposes, Since large tracts, especially waterfront, were unique to built-out 509 East Avenue South Pinellas County, the scarcity created complex appraisal problems to estimate Clearwater, FL 33756 market value. n7-464-3503 Email:jmelov_@co.Dinellas.fl.us ~ Pasco County, US 19 froni-pi~ellasCounty Line to Hernando County Line FDOT District ~~ve~ --- I (200) parcels Bill McTeer, Cost Estimate Coordinator This cost estimate was for a PO&E study for adding continuous right-hand tum Florida Department of Transportation lanes and elevated overpasses with ramps at major intersections, The property Office of Right of Way mix was 90% improved commercial and the balance vacant commercial. Major impacts that had to be considered were setbacks, parking loss, reduced 11201 North McKinley Drive Tampa, FL, 33612 access, quality of access (one-way ramp sections), and takings hitting 813-975-6735 buildings, Emall: bill.mcteenQ)dot.state.fl.us FOOT District Seven Bill McTeer, Cost Estimate Coordinator Florida Department of Transportation Office of Right of Way 11201 North McKinley Drive Tampa, FL, 33612 813-975-6735 Emall: blltll1cteenlildot.state.fl.us FDOT District Seven Bill McTeer, Cost Estimaw Coordinator Florida Department of Transportation Office of Right of Way 11201 North McKinley Drive Tampa, FL, 33612 813-975-6735 Emall: bill.mcteenQ)dot.state.fl.us Pasco County Marcie McDonie, Senior Assistant County Attorney 7530 Little Road, Suite 340 New Port Richey, Fl34654 Phone: 727t847-8120 Emall: mm9donie<w.Dascocountyft.net City of Clearwater Mike Quillen, City Engineer Municipal Services Building 100 South Myrtle Avenue, Suite 220 Clearwater, Fl33756 Phone:727t562-4743 Email: michael.auillen@myclearwater.com . Hillsborough County, SR 674 from US 301 to CR 579 (100 parcels) This cost estimate was for a PO&E study for road widening project with 3-10.5 alternatives. Neighborhoods were a mix of commerciaUresidential, residential. a small histOriC unincorporated downtown, and agriculturelresidential. Major impacts that had to be considered were setbacks, parking loss, reduced access, and takings hitting buildings_ Hernando County, 1-75 from PascotHernando Co. line to No. of SR 50 (30 parcels) With the project in the earty stages of design, this cost estimate included a mix of ponds for a future widened Interstate and additional RNV for its intersection with SR 50. Most ponds were on large agricultural tracts; however, some were at the intersection impacting gasoline stations. Increased limited access had to be addressed along SR 50. FOOT District Seven Ronald A. Crew 11201 N. McKinley Drive Tampa, FL 33612 Phone: 813/975-6000 Email: rOlli.ld...ellt@dol.stale.fI&~ . Polk County Wade Allen, Chief Right-of-Way Agent PO Box 9005-Drawer #TS02 Bartow, Fl 33831 Phone: 863t534-6710 Emall: wadeallen@poik.countv.net ~~ RF,. (J8~5022: Annual Conflocf tot Right of Way Acquisition and other Real Estate Related Selvlces @~ 5 . . . ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY HDR proposes a professional staff with the necessary experience and resources to successfully accomplish the work required for this contract. HDR has established itself as a firm with a clear understanding of right-of.way policies, procedures and production. This understanding is based on all aspects of a project from notice to proceed to certification. HDR has demonstrated the capacity to successfully complete assignments and to manage overall workload in order to continuously maintain sufficient staff availability for assignments, while meeting overall budget, schedule and quality objectives. HDR is committed to thorough, effective management of our staff and the activities of our subconsultants. The HDR team is immediately available upon notice to proceed and will be dedicated to teamwork and business excellence. The Florida staff is supported by another 110 agents across the country. These additional resources, if called upon, are accustomed to rapid deployment and long.term commitment. The following organizational chart shows proposed staff in each 01 the required disciplines and their availability and commitment to Collier County. ~- ". ---- .......... J ~'@r County -~- ~""""''-- KnIN I. HlNDll:ICKI _m_ __ JoeThompson(l~ MaryA.rend(9C1Jl,) LuAnn Ft1tz (SO") MlJr1<8alfo;er,M"'I{1~} Mer1<S~r. MAl (l00s) Dan Tmlper (9Cl5') ....rlljIl Joo><son (roll) Susan SlIIV)ef' (1ClO'5) Jennlhlrcuster(l00SJ Daniel Yao<(OO%) stlhIencust.er(~ J_HOW<Wtt(3OlI) MII'Y Aren:t f90"} L.uA.m Frttz (SO") Mark Besoner ~") OanleIMId<:(9:''JI'iJ St2vencuster(9(JJ') AMI WeM!r t80$J Colleen BlIrter{100w.) JennlrerCIJSter (100'Jl'iJ Janae BlIrbI!8U (100.) Josette Rcdrlcuez (8~") A;1In Costa(6rn5) EmlliOcorrales~J 1m.[ AmertcelnGowmmert SeNlces ([EE) ............. peterPlJl'T1lQJ. M\I Oscar lI1er. GenefIII COntRlCtDr Fred Ladue, FF&E Ranctj TotI\ PE. EnClneer/pllmer cosrlSll/llA~ Jorce Moreno, Buw.ess Oam8"S ^~ RFP OS~5022: Annual Contract fOf Right of Way Acquisition and other Real Estate Related Services ID~ 1 ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY . Progress will be monitored utilizing Primavera, a computerized scheduling system. Mr. Thompson was instrumental in developing templates lor the right-ol-way process used during his tenure at FDOT. All right-ol-way projects In the District were tracked using this system. The template can be modified to reflect the County's process through the last title acquired date. The template breaks the overall right-of-way process into a series of smaller activities. For each activity, a duration is established and the activity is linked to its predecessor and successor activities through the logic model. Through this process, Primavera is able to identify the pacing activities (known as the critical path) and appropriate attention can be given to those activities. During the life of the project, as key dates are reported to the system, it will recalculate the critical path, and attention can be shifted as necessary. HDR will be fiscally responsible to Collier County. We will suggest approaches to all task assignments that accomplish the desired objective in the most cost efficient manner. HDR strongly feels that our long term relationship with Collier County will be fostered by also being good stewards of the taxpayers' money. Close communication with Mr. Hendricks will be vital to achieving this goal. We will conduct settlement conferences with attorneys who have blocks of parcels on a particular project It has been our experience that these conferences increase settlements and reduce litigation. When appropriate, HDR would recommend using value findings to negotiate non-complicated parcels. Fees for value flndings are significantly less than fees for summary appraisals. The table below contains start dates, project descriptions and end dates lor all current and projected HDR proJects. . Start Date Anticib:::d End Project Description Client HDR Assigned Staff Pine Tree Trail, Phase 2 - HDR is providing acquisition Polk service~sfor 15 parcel~,~_ Count}: Manatee Wares Creek - 13 parcels in Phase 3 on-hold. ___~__~__~_...____ ~~~nty Harden Road - HDR is providing acquisition services for Polk ..?7parcel~~~long.l:l~d~~~~<:d:~~~____ .~~__~~ ...~ounty . 2/08 6/08 4/05 Unknown - on hold 3/08 9/08 Lu Ann Fritz, Anna Weaver Lu Ann Fritz 8/07 2109 - Acquisition is expected to be at least 90% complete by 9/08. SR 54 - 77 parcel project including acquisition, relocation and appraisal management Acquisition activities expected to be substantially completed by 7/08. Pasco County -'^'" Lu Ann Fritz, ~ Anna Weaver ---.- Mary Arend, Steven I Custer, Daniel Mack, ' Janae Barbeau, Colleen Baxter, Jennifer Custer, Anna Weaver _._._"'....^_..._..__.._~~~ Mark Besoner SR 710 ~dy~nceAcquisitio~=10 parcels, SR 710 - HDR Prime, 50% partner with American Acquisition. HDR's workload consists of approximately 133 acquisition parcels and 30 relocation parcels. Contract awarded January 2006. We have not received NTP, project has been on-hold, MPO challenging ~esign,_~~_ Indian Street Bridge - 15 acquisition parcels and relocation parcei 2108 7/08 On hold Unknown 9107 Acquisition to be completed by 7108. . FOOT, 0-4 FDOT, D-4 Unknown - project is questionable FOOT, D-4 Mark Besoner ~ RFP 08-5022: Annual Conlroct for Right of Way Acqui$ition and other Real Estate R~ated Services ill\. 2 ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY . HDR has never been delinquent on a project schedule and we have alwavs perfonned within or below project budgets. The following project experience and letters of reference are submitted lor yourreview. . . Polk County Wade Allen 8631534-6043 FOOT District 7 Bill McTeer 8131975-6735 FOOT District 1 Bill McTeer 8131975-6735 Utah DOT Ray Bennett, Right of Way Manager 8011965-4809 Pinellas County James R. Meloy 7271464-4503 FOOT District 7 Jim Petrovich 813/975-8767 _.".,_.^_.~.._.~"",,....- Polk County Subconsultant to PARARA Warren Heyman 8631736-6568 Seminole County Robert Ristner 407/665-5736 Pasco County Marcie McDonnie 7271847.8120 Pasco County Marcie McDonnie 7271847-8120 City of Clearwater Mike Quillen 727/562-4743 FOOT District Four Van Neilly 9541777-4287 City 01 Jacksonville, Real Estate Division Patricia Brown, Rot. Bob Williams 9041630.1600 Seminole County Neil Newton 407.665-5659 CR 376 (Lakeland Highlands Road) Cost Estimate Pasco County, US 19 from Pinellas County Line to Hernando County Line Cost Estimate Hillsborough County, SR 674 from US 301 to CR 579 Cost Estimate Hernando County, 1~75 from Pasco/Hernando Co. Une to No. of SR 50 Cost Estimate Oavo and Weber Counties, north of Sail Lake City. Utah, SR 108, from 1700 South in Syracuse to 1900 West in West Haven Cost Estimates As needed appraisal assignments for Pinellas County Hillsborough Avenue from Himes to Armenia Appraisal Project Waverly Road Utilities Appraisal Project Lake Hayes Water Main Appraisal Project Moon lake Rd. Acquisition Services SR 54 (From East Of 1.75 To East Of CR 7551CuriBY Road) Acquisition Services (Pete Parrado - Appraisal Services) Friendly Village of Kapok Relocation SR 710 Acquisition and Relocation Services (Onty Advance Acquisition to dale)- Project on hold Pulaski Road Acquisition and Relocation Services CR 15 Road Improvement Project 81 200 100 400 20 17 15 192 77 200 133 acquisitions 30 relocations 42 .~,~~!!2 RF" 08-5022: Annual Contract for Right of Way AcquiJition and other R.eol EJtofe R.elated Sel'YlceJ I-i)~ 3 ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY .""-"'"""""'({>I<Wj__"""""'....,,~"""'. Manatee County Jim Staples 941.708-7400 FOOT Distl1c1 One Pam Pearre 8831519.2421 Polk Counly Wade Allen 8631534-6043 . Polk Counly Wade Ailen 8631534-6043 Polk County Wade Allen 8631534-6043 FOOT Distl1cl Four Van Neilly 954/777-4287 Polk Counly Wade Allen 8631534-6043 Polk County Wade Allen 8631534-6043 City 01 Pelm Coast John Morris 386/986-3731 C~y 01 Jacksonville, Real Estate Division Patricia Brown, ReI. Bob Williams 9041630-1600 Clly 01 Jacksonville, Real Estate Division Palricia Brown, ReI. Bob Wiillams 9041630-1600 City of Jacksonville, Real Estate Divllion Patricia Brown, Ret. Bob Williams 9041630-1600 City of Jacksonville, Real Estate Division Patricia Brown, Ret. Bob Wiillams 9041630.1600 City 01 Jackscnvllle, Real estate Division Patricia I!TOwn, Ret. Bob Wililams 9041630-1600 . Polk County Wade Ailen 8631534-6043 Acquisition of 49 parcels for Ware's Creek Flood control project SR 18 (Bayshore) Acquisition & Relocation Services - 61 acquisition parcels, 15 relocation parcels CR 655 at Denton Road Acquisition Acquisition for Ernie Caldwell Blvd" Phases 1 and 2 Acquisition for Pine Tree Trail- Phases 1 and 2 Acquisition for Indian Street Bridge project Lake Marion Creek Bridge Replacement Project Shepherd Road B'idge Replacement Project Professional Real Estate Acquisition SeNlces Wesconnette Blvd, Acquisition and Relocation SeNices LaMoya Avenue Acquisition and Relocation SeNices Lenox Avenue Acquisition and Relocation Services Collins Road (Phases 1 & 2) Acquisition and Relocation Services 8. SI,.el (Phases 1 & 2) Old Middleburg Road Spirit Lake Road Acquisition 49 76 It 40 44 15 acquisitions 1 relocation B 5 11 52 28 Phase 1 - 29 Phase 2 - 47 24 5 ~,~,,"~~2 IFP 08.5022: Annual Contract fOf IlJght of Way AcqulsHlon and other leal Estate Related Services lD3. 4 . . ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY FOOT District Seven Aurelie Anthony 8131975-6766 Polk County Wade Allen 8631534.60-43 DlStrictwide Right-of-Way Services (part of HDR's GEe contract) Road -1 parcel Reagan Parkway -1 parcel Lane - 2 parcels Marion Creek - 8 Jacksonville Electric Authority Pulaski Road Donald Burch 9041665-6535 4 On-call 12 'M~4r!!,,>.~l1t:! RFP 08-5022: Annual Contract fot Right of Way Acquisfflon and other Real Estate Related Services m~ ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY .~~"~.,w~"~""~"~,w"__"w,,www,,_,w""~~"~"'_._~~_~~~w"'w,w~w,w__"w THE FRIENDLY VILLAGE OF KAPOK MOBILE HOME PARK City 01 Clearwater, Florida Client Contact: Mike Quillen, Director of EngineeTing, City of Clearwater, MemoTial Services Building, 100 South Myrtle Avenue, Suite 220, Clearwate" FL 33756, 727-562-4750 (phone). 727-562-4755 (fax), Michael.ouillen(a)mvclearwater com . The City of Clearwater selected HDR to relocate nearly 200 lamilles lrom the Friendly Village of Kapok Mobile Home Park. The City required the site for its Alligator Creek floodplain restoration, wetland creation and habitat improvement. Prior to HDR's involvement, the project had received several years of negative press. and many of the residents had been outspoken in opposition to the project. The goal of the City was to accomplish this project in a manner that would promote positive public perception while insulating the City from the day-to-day activities of the process. HDR was responsible for relocation, mobile home park management that included collecting rents and maintaining the park and property management. Once selected, HDR wrote a relocation plan specifically designed to strike that critical balance between the ___ needs of the residents and the needs of the City. The relocation plan consisted of a modified Uniform Relocation Act that excluded last resort housing payments and notices were issued in accordance with Florida Statutes 723 and 83. When the plan had been approved and the site had been acquired, a public meeting was planned. Because this was considered to be a high-profile project and the likelihood for problems at the public meeting was significant, there were numerous meetings with city staff, including the City Manager and the Director of Public Relations. HDR staff set the tone of the meeting by assembling covered tables with fresh flowers and candy and greeting each resident at the door with a smile and an extended hand, inviting each resident to make an appointment for a relocation agent to visit their home to discuss their needs. As the residents were seated, agents continued to introduce themselves and began to develop relationships. . It is our experience that the primary cause of anxiety associated with relocation is the lack of understanding of the process. We knew excellent communication was the key to the success of this meeting. The presentation provided the residents a step-by.step explanation 01 what they could expect as a result of this project. The audience was very attentive and even applauded on more than one occasion. On this evening, well over 100 families scheduled appointments for Needs Assessment Surveys, and the project was underway. Within one week of the public meeting, HDR established a field office within the park and hit the ground running. The project had a 24.month schedule. Six months into the project, the City learned one of their grants was contingent upon having the property vacated within 12 months. Our project schedule was cut in half. As a result of our diligence and dedication to this project, HDR successlully relocated over 200 families and disposed of over 100 mobile homes in one year. Throughout the life of these relocations, HDR maintained an excellent rapport With each resident. Our agents worked very hard to ensure each displacee that we were working in their best interest. The agents often went above and beyond the scope by helping the residents with their day-to-day struggles such as taking them by the grocery store on the way home from inspecting potential replacement housing sites and providing transportalion to obtain identification necessary to cash housing checks. While this project did not have Section 3 requirements, HDR hired a low income resident of the Friendly Village of Kapok to care for the grounds. As a result of HDR's efforts, the City of Clearwater was on schedule with its restoration project and had retained its grant eligibility. HDR executed this project using only 70% 01 the labor budget and approximately 25% of the expense budget. Instead of having mobile homes demolished, HDR sold the homes and saved the City over $200,000 in demolition costs. At the complelion 01 the project, the Mayor and City Commissioners recognized HDR for our exemplary performance on this project. ,,~~~ RFP 08-5022: Annual Contract for Right of Way AcquIsition and other Real Estate Related Services I-D~ 6 ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY .~"W~_""__~"_"~'_"~~~~"~~~._---"._-"""-----"._-,.""," . . PASCO COUNTY, FLORIDA Juiy 12. 2i!U7 Marilyn .IUI:Ls,m Vil.:.:Prl;:ii(k'nl IIDR Engu\eering. h\(. no:: N. West Slwf\: B{lUkvarJ Suite 250 J'ampa. FL D607 Subj.;ct: Ll'ltcr of Recommendation I (\ \Vhl~m It May Cl.ltll.;lJrn I I Of{ Lnginco:.:ring. loc II lOR) h<ls h.:~:n n:..pnnsibk h1)' l\tSe'l County's \1(\00 Lake Road rmjet:t, ~l 19] furcl'l pmjt!'l:llocakd In Pm..:.:) ('nunt} IlnH'~ !'Iile 1'1.1:'; induded "wJe-cl .-\dlllinL~tri.lli()H, Nt:g-Oli<ltll'll Set\ l~'~'~,. ~md C!(J:>il1g Scn'I".~,:,,,. I {DJ{ has l..'.\l~t.,,\:,.lo;:d all ~'xp;:clariHm, 10 tho: \\\lrk prd~,..tlled ttlf thl' ('minty. Pasc,l Coumy's Real Fst>tlC Lkp(jrtm~lH Iws a g~JI \~j)JlH1g relatimlShlp "'ll1h IIDR and th~u- stuff a.ad \\Olllc..l n.."(umm~rld hiring lh.:m again fllr fUlun: roall projc\.'t::< ] "\t'ult! highly rt:(('ll1l1lt:I'K! HDR for an} mad proj~cb thm IIl\'t\ln:' right or \\a> acqlJisitkll)s that }\"lU might he conti'OlrIJtjng.. Sifl"~fd\.f: .' ,,' "~I '('/~ / j -' ..II.L.," , "-t,.! . /. :(.k.".'!. .. M1Vidlld .;1;" \{~all. h.~ Man,1gC'T IJa<;i.~"\ ( nun:)'. }. hH:,t, "'~ IFI' 08-5022: Annual Contract for light of Way Acquisition and othet Real Estate Related Services @~ 7 ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY ."1'''''1____'''''''''umi''-''''''''''''''_'''_ 330 Wesl Chu:n:h Slrccl P,O. .Bor. !:ilOO5 DnwuJTS02 Banow,FL33831-9005 Phone: (863} 134-6100 F....' (863) 534-6721 Engineering Divisl{m 1lottnl of COMfit! Cttmllllnlo".,., November 1, 2006 Marilyn Jackson Vice President HDR Engineerin&, Inc. 2202 N. West Shore Boulevard Suite 250 Tampa, FL 33607 Subject: V.rifl<.lloa Letter for Serviees Provided by HDR EqIlInrinl Polk County, JlIorlda To Whom It May Concern: . Please occepllhis letter as verification lbat HDR Engineering, as the prime COllSU1tant, has ei!her completed or is currently working on the following proj_ for Polk County, Florida. Project n..cripti.n ~e Mmion Creek Bridp 1lCp~nt S ~ Briel e Re lacem<:ot * .fP.....1a Slap Date of Com lotio. S Co 1ol?<i 9/2006 5 leted 5fZOO6 il'at.:eh 26 I..ieense Completed 8f2003 A enlS 10 Coml'loIo<I I1fZ003 45 In s Est. 612007 Spirit Lakt Rood Acquisition , CR 655 at Denton Rood As.uiSiiiOI\- , Ernie Caldwell Boulevard All of the above projects inelude Project AdmiDislmtion, Title Serviees (ineluding curative), Neaotiatioos md Closing. HDR EzlaU>eerinll has exceeded all expeclBlio.... in the work performed on completed proj_ and its =t project for Polk County, Florida. Sincerely, ~ Chief Right o[Way Agent . ^ ^~iF~~~n~~ RFP 08-5022: Annual Contract fOf Right 01 Way Acquisition and other Reol Estate Related Services IDt B ABILITY TO COMPLETE ON TIME AND WITHIN BUDGET AND COST OF SERVICES TO THE COUNTY .~~~""""'m"~"m.'_=_~~'_'__._"_'____ -.." Florida Department of Transportation JEJ; BUSII GOVE1\NOa November 1. 2006 DKJ'(VU. .I. SJ1JT1.&a. nt. UCUTAIlY Mlrilyn Jackson Vice: President HDR Eng;lK:ering. Inc. 2202 N. West Shore Boulevard Suite 250 Tampa, FL 33607 Subject: Verlf'lCatlo. Letter lor Serv.... Provided by HOR Acquisition Servi...,lnc. SR 78 (B.ysbro Bnlovnrd) Item/See. No. 1957051 Lee Co.nt)' To Wbom It May Concern: . Please accept this letter as verification that HDR Acquisition Services, Inc., as the prinle consultuut. completed the SR 78 project for mOT, District One in September 2003 consisting of 52 parcels. HDR provided Project Administration. Title Services (including curative work). Negotiation Services. Relocation ScrvicC:i. Closing Services and preparation of eminent domain suit packages. HDR Acquisition Servic..,. roc. .xceeded all expectations in pcrfonning this work for FDOT, District One. I would highly recommend HDR Acquisition Servicos, Inc. tor any endeavor they might pursue. Sincerely. '-T. ch~?~~ Pamela J. Pearrc Project Manager District One, Right of Way Department - Acquisition Office 8011\orth Broadway Avenue. Post Office Box 1249. Bartow, Florida ))8Jl~1149 (863) 519.2421 0(863) 534-7168 (FAX) OMS 1-66 . ,,_So~~~ RFP 08-5022: Annual Contract for R./ght of Way Acqui~itjon and other Real Estate Related SelVices l-i)~ 9 ....>- w.... ~z a::;) ::;)0 lilllIU Zw -:J: :J:.... .... -0 ~.... a." zw c(U w> ~&ll: _w .... ." Zu.. 00 w"" ....'" wO 4I~ OZ uc( o .... >- .... - ~ lilllI c( . ~ ~ ~ I I I I I , ...............__..._~ _._..~..........co._.,...,. r' lil I I ~H! , , ! I II! i ' !llllllllllll. I jj 0 ~! ..-!~.!! <> jl . iT . J..... 1- - . . II . If - - - .' J f- ~ . _._._-,~. Ii 1d , l ! ! :iu uu" ,ul . +_ u. , I ,-" I_ i-- ' "u uu ~i , II . J. '.., I 1 I, I I~ it ,f: "j'7"11 ,~ -Ii ' i. nt if f I! t' ~ III ' ~ ,11-=-- .~._. --_._-- ! ! I I i I ( I! i i I! I I I _ !!It ! tUt 1 ~I-I- I ...- i rTi III r 1 ! I I II ! ! I I I! !. I I !! I I II II! II.'II! ! Ii il~51ii51 !!!~~!i!!_@ I Ii I 1 , i , ! , I' I , I ~ a - - - I ' If I II - - i - j Ij N . j. j. i . . j i i hi IlIhPI!ii 11Ildqii Uidi!U _.IU:"ll:ltlflbJl l.....ll.! Ill1lllltttll! f. . I ~ ~ . ~ ~ ~ ~ I ; ~ ~ . I ~ I ~ ~ I ; B ~ I j ~ I ~ I ~ ! ~ I I =" ,.. ill 1 - , i ; .- . . Ttu I .I i I I I' d I II t I '. I , I I ,. >> I J I I ! I I III '.t. -- f.. ! I IIIi II II! k I i I : ,'i , ! . , AI I ; I i i J , 11 I dJ p lH I~ :! ~ r- - -Il,- I ! , H ~ iI' I ",,~ Q * to. ! 1 ; ! . je g . ..tt i~ . '. ~ . . 1. _ ~ lI: -.13 Ii . ]j .9 '" i' .,. '" jg '" 13 <( u ., "e c. >- co '" '0 '" .g i3 ., c. '" ., .s = .9 aJ .r:; E .9 '" => u ., .0 co '" u '" '" co '='2 " '" .,,, .<=" ~ co ~., u_ ., u -o.~ ::s..e ~ c. .9" oc~ 0-6 :I:J! >- <.> .0 '" " ., ., .<= "'~ => '" Q,l .S n; .S Ci.!9 E .S ., '" -E 1:' 0 "'- "C .<= co - .!9gt "'- ., '" f;,g II! j ~ '" a; "C '" ~ ~ ~ '5.@ ~e 1ii~ 13'0 .,10 = 0 >-<= c.:;;. ~ ~ u .~ . '" " i " . ~ w "6 . " 0; " o " o o o o ;;; "" . 0- u ... >. ~ "0 :c '" il2 ~ t; o "" c o U g o o ... " g '" ., Q .. ~ " ~j ~( C:h , e"'""""'---"""''''-''-''''''"''' Proposed Fee Schedule: HourlY Rate Schedule Principal Project Manager(s) Real Estate Appraiser (State Certified General) Senior (Property Acquisition Specialist - RIW Agent) Staff (Property Acquisition Specialist - RJW Agent) Admin. Asst. LumD Sum Pricinll Obtain I Provide Title Commitment Obtain t Provide 0 & E Report . . PROPOSED FEE SCHEDULE $ 170.00 $ 139.00 - 170.00 $ 120.00 -15000 $ 91.88 $ 81.79 $ 56.73 $ 375.00 $ 350.00 ~SP~~ IfFP 0845022: Annual Contract fOT RighI of Way Aequls/Hon and other Reol Estate Related Services @::{ PREVIOUS PERFORMANCE ON SIMILAR JOBS .",_iA""~"""'''''''_'==~ . . FOOT District 7 Contact: Bill McTeer, Cost Estimate Coordinator Florida Department of Transportation Office of Right 01 Way, District 7 11201 North McKinley Drive Tampa, FL, 33612 813t975-6735 . FOOT District 7 Contact: Bill McTeer, Cost Estimate Coordinator Florida Department of Transportation Office of Right of Way, District 7 11201 North McKinley Drive Tampa, FL, 33612 813/975-6735 State of Utah Department of Transportation Ray Bennett, SRlWA & Certified General Appraiser Right of Way Manager, Right of Way Division 4501 South 2700 West Box 148420 Salt Lake City, UT 84114-8420 I 801/965-4809 i . l~ i Hernando County. SR 50 from US 19 to Manner , Boulevard - Speciai Purpose Estimate to measure the cost of RNI with an open ditch to the additional costs of a retaining wall without RNI. Parcels included a mix of vacant tracts, restaurants, retail stores, professional offices, and miscellaneous commercial types. Major impacts that had to be considered were setbacks, parking loss, and reduced access. The resulls were that I retaining walls had a substantially lower total i cast, even without consideration of business damages. 09107 Hillsborough County, SR 60 Irom 1-275 to I Spruce St., Links Stage 4 - This is a very I short and costiy segment approaching a total of $1 Million since several large office buildings were going to be damaged out due to severe takings affecting setbacks and parking loss. A second alternative using air rights was added to bridge over one parcel to maintain 95% of the 55% parking loss. The preliminary results were that the air~ rights scenario had enough cost savings to justify the increased costs of bridging this one parcel. Davis and Weber Counties, north of Salt Lake City, Utah SR 108, from 1700 South in Syracuse to 1900 West in West Haven - This ten-mile project to widen the heavily-traveled, two- lane SR 108 began with a detailed cost estimate of a center alignment and ended up with abbreviated analyses of 4 more alternatives. Most of the impacted parcels were single family residences; commercial improvements were located at major intersections. Reduced setbacks were the main issues to analyze lor the residences. Major impacts that had to be considered for ; the commercial parcels were setbacks, I parking loss, reduced access, and takings 'I' hitting structures. The project continues to be fine tuned and is now down to two altematives. We will perfonn more work on ~_-1.:hiS project in the near future. ~ 05107 & 02108 10106,03/07 & 09107 _,S~~ RFP 08-5022: Annual Contract for Right of Way AcquiJ/Hon and other Real Estate Related Services I-i)~ .' PREVIOUS PERFORMANCE ON SIMILAR JOBS Pasco County Contact: Marcie McDonle, Senior Assistant County Attorney 7530 Little Road, Suite 340 New Port Richey, FL 34654 Phone: 727/847,8120 Pasco County Contact: Marcie McDonle, Senior Assistant County Attorney 7530 Little Road, Suite 340 New Port Richey, FL 34654 Phone: 727/847-8120 . Polk County Contact: Wade Allen, Chlel Right-ol-Way Agent PO Box 900S-Drawer #TS02 Bartow, FL 33831 Phone: 863/534-6710 Polk County Contact: Wade Allen, Chiel Right-of-Way Agent PO Box 900S-Drawer #TS02 Bartow, FL 33831 Phone: 863/534-6710 Polk County Contact: Wade Allen, Chlel Right-of-Way Agent PO Box 900S-Drawer #TS02 Bartow, FL 33831 Phone: 863/534-6710 Polk County Contact: Wade Allen, Chiel Right-ol-Way Agent PO Box 900S-Drawer #TS02 Bartow, FL 33831 Phone: 863/534-6710 . Seminole County Contact: Neil Newton, Rlght-ol.Way Manager 520 W. Lake Mary Boulevard, Suite 200 Sanford, FL 32773 Phone: 407/665-5659 SR 54 (From East 01 1.75 To East of CR 755ICurley Road) AcqUisition Services - 68 fee take parcels with 24 adjoining TCE's, 7 stand- alone TCE's and 2 stand-alone permanent easements. HDR is providing right-ol-way services for this roadway widening project on SR 54 and is responsible for aU appraisal review, negotiations, property settlements, closing. property management, suit packages and litigation documents and support. HDR is working wrth Pele Parrado, who provided appraisals for this project, Moon Lake Rd. Acquisition Services -192 parcels. HDR provided right-of-way services lor this roadway widening project and was responsible for appraisal review, all nagotiations, property settlements, closing. property management (inventory & leases), suit packages and litigation documents and support. Lake Marion Creek Bridge Replacement Project - HDR was responsible for Ihe negotiation and acquisition of 8 parcels and suil preparation. No condemnation was necessary. Shepherd Road Bridge Replacement project- HDR was responsible lor the negctiation and of 5 parcels and suil preparation. No was necessary. Acquisition for Ernie Caldwell Blvd.. Phases 1 and 2: Phase 1 - 10 parcels Phase 2 - 30 parcels HDR is responsible lor the acquisition 01 more than fifty acres of rlght-ol-way, which includes two large, active larms, a communications tower, and parcels in two new subdivisions. Acquisition for Pine Tree Trail: Phase 1 - 29 parcelS Phase 2 - 15 parcels HDR is responsible loT the acquisition 0144 on this project involving the construction roadway. 15 Road Improvement Project- HDR acquisition and suit preparation for the re~dentiai, commen:ial and industrial parcels. The project was completed within 6 months and prior 10 the projected completion date. 08107 - 02109 (Acquisilion is expected to be at least 90% complete by 9t08) 07/06 - 07/07 02105 . 02106 09105 - 07106 Phase 1: 07/06 - On-hold Phase 2: 01107 - 05108 Phase 1: 04/07 - 04/08 Phase 2: 02108 - 12108 11106 - 05107 ~ RF" 08.5022: Annual Contract for Right of Way AcquIsition and other Real Estate Related Service.. ID.~ llo~ 1 b EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners approves, and authorizes its Chairman to sign, a Subrecipient Agreement providing Supplemental Disaster Recovery Initiative (DRI) funding in the amount of $300,000.00 to Immokalee Helping Our People in Emergencies, Inc. (I HOPE), to fund the construction of two owner-occupied, single-family homes to replace homes severely damaged by Hurricane Wilma. OBJECTIVE: Imrnokalee Helping Our People in Emergencies, Inc. (I HOPE) proposes to construct approximately two (2) owner-occupied, single-family homes to replace homes severely damaged by Hurricane Wilma. CONSIDERATIONS: As a result of the impacts of Hurricane Wilma in October of 2005, the United States Department of Housing and Urban Development, through the Department of Community Affairs, provided Community Development Block Grant (CDBG) funding for the Hurricane Wilma Disaster Recovery Initiative (DRI). In 2007, Collier County applied for and received its first Disaster Recovery Initiative Grant in the amount of $2,339,882.00 which is currently being used to assist selected not-for-profit organizations with six specific projects. On April 8, 2008, the Board of County Commissioners accepted and approved a second DRI grant in the amount of $2,814,698.15 to provide additional funding for housing, public facility improvements, and repairs related to Hurricane Wilma. From this second DRI grant, I HOPE was awarded $300,000.00 to fund the construction of two owner-occupied, single-family homes to replace homes severely damaged by Hurricane Wilma. Grant funding to the subrecipient will be reimbursed following receipt and approval of required documentation. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board. this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Approval of this agreement will provide Disaster Recovery Initiative funding in the amount of $300,000.00 to I HOPE to fund the construction of two replacement owner-occupied, single-family homes. No general funds will be used for these projects. GROWTH MANAGEMENT IMPACT: The proposed grant to I HOPE will benefit the residents of Collier County, which is consistent with the Growth Management Plan. LEGAL CONSIDERATIONS: The proposed Agreement is a standard HUD/Community Development Block Grant (CDBG) subrecipient agreement form which has been reviewed and approved by the Office of the County Attomey.- CMG RECOMMENDATION: That the Board of County Commissioners approves and authorizes its Chairman to sign a Subrecipient Agreement providing a $300,000.00 grant to I HOPE to fund the construction of two owner-occupied, single-family homes to replace homes severely damaged by Hurricane Wilma, using Community Development Block Grant funds. Prepared by: Lisa Oien, Grants Support Specialist Housing and Human Services Department AGREEMENT BETWEEN COLLIER COUNTY AND Immokalee Helping Our People in Emergencies, Inc. (I Hope). INFILL - IMMOKALEE Florida Administrative Code 9BER06-1 CFDA # 14.228 THIS AGREEMENT, is made and entered into this _ day of , 200_, by and between Collier County, a political subdivision of the State of Florida, hereinafter referred to as "COUNTY", and "Immokalee Helping Our People in Emergencies, Inc., (I Hope)," a private not-for-profit corporation existing under the laws of the State of Florida, having its principal office at 708 N. Eleventh Street-P.O. Box 777, Immokalee FL 34143 and its Federal Tax Identification number as 20-5740062, hereinafter referred to as "SUBRECLPIENT". WHEREAS, the COUNTY has entered into an agreement with the State of Florida, Department of Community Affairs; and WHEREAS, Pursuant to the aforesaid agreement, COUNTY is undertaking certain activities to primarily benefit very low and low income persons by addressing hurricane impacted housing public facility and community development needs; and WHEREAS, the Board of County Commissioners of Collier County approved the Collier County Agreement with the Florida Department of Community Affairs for $2,814,698.15 in Community Development Block Grant Disaster Recovery Initiative Funds relating to Hurricane Wilma with Resolution 2008-87 on April 8, 2008; and WHEREAS, the COUNTY and the SUB RECIPIENT desire to provide the activities specified in Exhibit A of this Agreement, in accord with the approved 2005 Disaster Recovery Subgrant Agreement; and WHEREAS, the COUNTY desires to engage the SUBREClPlENT to implement such undertakings of the Disaster Recovery Initiative (DRI) Program as a valid and worthwhile County purpose. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: I HOPE. Infill - Immokalee Page 1 of 23 1. DEFINITIONS (1) "COUNTY" means Collier County, and where applicable, its authorized representative(s). (2) "CDBG" means the Community Development Block Grant Program of Collier County. (3) "HHS" means the Housing and Human Services Department of Collier County. (4) "SUBRECIPIENT' means I Hope Inc. (5) "HHS's Approval" means the written approval of the Housing and Human Services Department or designee. (6) "HUD" means the Secretary of the U.S. Department of Housing and Urban Development or a person authorized to act on its behalf. (7) "Low and moderate income persons" means the de[mition set by HUD. (8) "Project" means the work contemplated to be performed as set forth in Exhibit "A". (9) "DRI" means Disaster Recovery Initiative Program (10) "DCA" means Florida Department of Community Affairs II. SCOPE OF SERVICES The SUBRECIPIENT shall, in a satisfactory and proper manner, as determined by HHS, perform the tasks necessary to conduct the program outlined in Exhibit "A," and shall submit each request for reimbursement using Exhibit "B" along with the monthly submission of Exhibit "C," all of which are attached hereto and made a part hereof. III. TIME OF PERFORMANCE The effective date of this Agreement and all rights and duties designated hereunder are contingent upon the timely release of funds for this project by DCA under Agreement No. 08DB-D3-09-21-01-A03. The effective date of the Agreement between Collier County and the DCA shall be May 14,2008, and the services of the SUBRECIPIENT shall be undertaken and completed in light of the purposes of this Agreement. In any event, all services required hereunder shall be completed by the SUBRECIPIENT prior to May 13, 2010. Any funds not obligated by the expiration date of this Agreement sha1l automatically revert to the COUNTY, as set forth in Part VIII (F)( e), and Part VIII (H) below. IV. CONSIDERATION AND LIMITATION OF COSTS The SUBRECIPIENT shall be reimbursed by the COUNTY for allowable costs, determined by COUNTY and DCA, in an amount not to exceed Three Hundred Thousand Dollars ($300,000) for the services described in Exhibit" A." All improvements specified in Exhibit" A" shall be performed by SUBRECIPIENT employees, or shall be put out to competitive bidding under a procedure acceptable to the COUNTY and federal/state requirements. The SUBRECIPIENT shall enter into contract for improvements with the lowest responsive and responsible bidder. Contract administration shall be handled by the SUBRECIPIENT and monitored by the COUNTY, which shall have access to all records and documents related to the project. 1 HUPb. Infill- Immokalee Page 2 of23 V. NOTICES All notices required to be given under this Agreement shall be sufficient when delivered to HHS at its office, presently located at 3050 North Horseshoe Drive, Suite 110, Naples, Florida 34104, and to the SUB RECIPIENT when delivered to its office at the address listed on page one (1) of this Agreement. VI. SPECIAL CONDITIONS The SUBRECIPIENT agrees to comply with the requirements of Title 24 Code of Federal Regulations, Part 570 of the Housing and Urban Development regulations concerning Community Development Block Grants (CDBG) and all federal regulations and policies issued pursuant to these regulations. The SUBREClPlENT further agrees to utilize funds available under this Agreement to supplement rather than supplant funds otherwise available for specified activities. COUNTY is bound by the Federally Funded 2005 Disaster Recovery Subgrantee Agreement, exccuted by the State of Florida and COUNTY to require SUBRECIPIENT to acknowledge the following, as applicable: 1. SUB RECIPIENT acknowledges that it will adhere to all applicable terms of the Federally Funded 2005 Disaster Recovery Subgrantee Agreement, executed between the State of Florida and COUNTY as outlined in Attachment A: Program Guidelines; 2. SUBRECIPIENT acknowledges that it will adhere to all applicable State and Federal laws and regulations; 3. SUBREClPIENT acknowledges that the Florida Department of Community Affairs and the COUNTY shall be held harmless against all claims of whatever nature arising out of the SUBRECIPIENT'S performance of work. Ifneeded, SUBRECIPIENT may be called upon to assist COUNTY during a natural disaster or emergency. VII. GENERAL CONDITIONS A. IMPLEMENT A TION OF PROJECT ACCORDING TO REOUIRED PROCEDURES The SUBRECIPIENT shall implement this Agreement in accordance with applicable Federal, State, and County laws, ordinances and codes and with the procedures outlined in HHS' Policies and Procedures memoranda. The Federal, State, and County laws, ordinances and codes are minimal regulations supplemented by more restrictive guidelines set forth by HHS. No payments will be made until approved by the HHS Department or desiguee. Should a project receive additional funding after the commencement of this Agreement, the SUBRECIPIENT shall notify HHS in writing within thirty (30) days of receiving notification from the funding source and submit a cost allocation plan for approval by the HHS Department or designee within forty-five (45) days of said official notification. B. COMPLIANCE WITH LOCAL. STATE AND FEDERAL RULES, REGULATIONS AND LAWS During the performance of the Agreement, the SUBRECIPIENT agrees to comply with any applicable laws, regulations and orders listed below which by reference are incorporated and I HOPE. lnfill - Immokalee Page 3 of 23 made a part hereof. The SUBRECIPIENT further agrees to abide by all other applicable laws, 1. 2. 3. 4. 5. 6. 24 CFR Part 570, as amended - The regulations governing the expenditure of Community Development Block Grant funds. 24 CFR Part 58 - The regulations prescribing the Environmental Review procedure. 36 CFR Part 800 . The regulations outlining the procedures for the protection of historic and cultural properties. 24 CFR Part 1 - The regulations promulgated pursuant to Title VI of the 1984 Civil Rights Act. 24 CFR Part 107 - The regulations issued pursuant to Executive Order 11063 which prohibits discrimination and promotes equal opportunity in housing. Executive Order 11246, as amended by Executive Orders 11375 and 12086 - which establishes hiring goals for minorities and women on projects assisted with federal funds. 7. Title VII of the 1968 Civil Rights Act as ameuded by the Equal Employment Opportunity Act of 1972 - which prohibits discrimination in employment. 8. 24 CFR 135 - Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended. 9. Age Discrimination Act of 1973 10. National Flood Insurance Act of 1968 11. 24 CFR Part 130 - Regulations that prohibit discrimination in employment in federally assisted construction contracts. 12. 40 CFR Part 15 - Regulations relating to the applicability of the Clean Air and Water Pollution Acts. 13. Contract Work - Hours and Safety Standards Act 14. Lead Based Paint Poisoning Preventive Act 15. Section 504 of the Rehabilitation Act of 1973 16. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 17. 29 CFR Parts 3, 5 and 5a - Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis-Bacon Act. HOO Form 4010, which describes the Davis-Bacon Act, is I HOPE. Infill - Immokalee Page 4 of23 included as part of this agreement and must be included in all construction contracts funded by CDBG. See attachment A-3. 18. Revised Order Number 4 - Regulations that establish guidelines for the implementation of Executive Order 11246 as amended by Executive Orders 11375 and 12086. 19. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 20. Executive Order 11625 and U.S. Department of Housing and Urban Development Circular Letter 79-45 - which prescribes goal percentages for participation of minority businesses in Community Development Block Grant Contracts. 21. 29 CFR Part 3 - The Copeland Anti-Kickback Act (i 8 U.S.c. 874 and 40 U.S.c. 276c), which deals with employee forfeiture of compensation by force. 22. Florida Statutes, Chapter 112 - which deals with conflict of interest. 23. HUD - required reports, circulars, and procedures, such as the Grantee Performance Report. 24. Public Law 100-430 - the Fair Housing Amendments Act of1988. 25. 24 CFR 570, Subpart J - regulations covering standard Grant Administration Procedures. These replace OMB Circular A-I02. This subpart includes 24 CFR 570.502. 26. 27. 28. 29. 30. 32. OMB Circular A-t33 - concerning annual audits. OMB Circular A-122 - which identifies cost principles. Section 109, Public Law 100-202 - which restricts the awarding of public works contracts to firms from foreign countries with unfair trade practices. 24 CFR Part 84 - OMB Circular A-II0 Codified in the Uniform Administrative Requirements for Grants and Agreements With Institutions of Higher Education, Hospitals and Other Non-Profit Organizations. 24 CFR Part 85- OMB Circular A-I02 Codified in the Uniform Administrative Requirements for Grants and Agreements to State and Local Governments. 31. Chapter 427, Florida Statutes - which requires the coordination transportation for the disadvantaged. Chapter 403.7065, Florida Statues - which refers to the procurement of products or materials with recycled content. lHOPE. Infill - Immokalee Page 5 of23 33. Chapter 39.201, Florida Statutes - that any person who knows, or has reasonable cause to suspect, that a child is abused, abandoned, or neglected by a parent, legal custodian, caregiver, or other person responsible for the child's welfare, as defined in this chapter, shall report such knowledge or suspicion to the Central Abuse Hotline (1- 800-962-2873). 34. Chapter 415.1034, Florida Statutes - that any person who knows or has reasonable cause to suspect that a vulnerable and or disabled adult has been abused, neglected, or exploited, shall immediately report such knowledge or suspicion to the National Center on Elder Abuse Hotline (1-800-962-2873). 35. Chapters 435.03 and 435.04, Florida Statutes - that if any personnel in programs under this contract work directly with children or youths and vulnerable or disabled adults - employmcnt screening is required. 36. Chapter 216.347, Florida Statutes - prohibits the expenditure of contract funds for the purpose of lobbying the legislature, state or county agencies. C. SUBCONTRACTS Any work or services subcontracted by the SUBREClPIENT shall be specifically by written contract or agreement, and such subcontracts shall be subject to each provision of this Agreement and applicable County, State, and Federal guidelines and regulations. Prior to execution by the SUBREClPIENT of any subcontract hereunder, such subcontracts must be submitted by the SUBREClPIENT to HHS for its review and approval, which will specifically include a determination of compliance with the terms of the attached Work Program set forth in Exhibit "A." This review also includes ensuring that all consultant contracts and fee schedules meet the minimum standards as established by the Collier County Purchasing Department and HUD. Subcontracts for architecture, engineering, survey, and planning shall be negotiated fixed fee contracts. All additional services shall have prior written approval with support documentation detailing categories of persons performing work plus hourly rates including benefits, number of drawings required, and all items that justify the "Fixed Fee Contract." Reimbursements for such services will be made at SUBREClPIENT cost. None of the work or services covered by this Agreement, including but not limited to consultant work or services, shall be subcontracted by the SUBREClPIENT or reimbursed by the COUNTY without prior written approval of the HHS Department or his designee. D. AMENDMENTS The COUNTY may, at its discretion, amend this Agreement to conform to changes required by Federal, State, County, or BUD guidelines, directives, and objectives. Such amendments shall be incorporated by written amendment as a part of this Agreement and shall be subject to approval of the COUNTY. Any modifications to this contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. E. INDEMNIFICATION The SUBREClPIENT shall protect, defend, reimburse, indemnify and hold the COUNTY, its agents, its employees and elected officers harmless from and against any and all claims, lHOPE. Infill - Immokalee Page 6 of 23 ~- liability, expense, loss, cost, damages or causes of action of every kind or character, including attorney's fees and costs, whether at trial or appellate levels or otherwise, arising during the performance of the terms of this Agreement, or due to the acts or omissions of the SUBREClPIENT. SUBREClPIENT's aforesaid indemnity and hold harmless obligation, or portion or applications thereof, shall apply to the fullest extent permitted by law. The SUBREClPIENT will hold the COUNTY harmless and will indemnify the COUNTY for funds, which the COUNTY is obligated to refund the Federal Government arising out of the conduct of activities and administration of SUBREClPIENT. F. GRANTEE RECOGNITION All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to funding source. The SUBRECIPIENT will include a reference to the financial support herein provided by HHS in all publications and publicity. In addition, the SUBREClPIENT will make a good faith effort to recognizc HHS, State and Federal support for all activities made possible with funds made available under this Agreement. The SUBREClPIENT will mount a temporary construction sign for projects funded by HHS. This design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. This sign's construction utilizes a minimum conventional 4'X8' plywood back panel and other conventional construction materials and methods. G. TERMINATION In event of termination for any of the following reasons, all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports prepared, and capital equipmcnt secured by the SUBRECIPIENT with funds under this Agreement shall be returned to HHS or the COUNTY. In thc event of termination, the SUBREClPIENT shall not be relieved of liability to the COUNTY for damages sustained by the COUNTY by virtue of any breach of the Contract by the SUBREClPIENT, and the COUNTY may withhold any payment to the SUBREClPIENT for set-off purposes until such time as the exact amount of damages due to the COUNTY from the SUBREClPIENT is determined. 1. TERMINATION FOR CAUSE If through any cause either party shall fail to fulfill in timely and proper manner its obligations under this Agreement, or if either party shall violate any of the covenants, agreements, or stipulations of this Agreement, either party shall thereupon have the right to terminate this Agreement in whole or part by giving written notice of such termination to the other party and specifying therein the effective date oftermination. 2. TERMINATION FOR CONVENIENCE At any time during the term of this Agreement, either party may, at its option and for any reason, terminate this Agreement upon ten (10) working days written notice to the other party. Upon termination, the COUNTY shall pay the SUBREClPIENT for services rendered pursuant to this Agreement through and including the date of termination. 3. TERMINATION DUE TO CESSATION In the event the grant to the COUNTY under Title I of the Housing and Community Development Act of 1974 (as amended) is suspended or terminated, this Agreement shall be suspended or terminated effective on the date that HUD or DCA specifies. I HUPE. Infill - Immokalee Page 70f23 H INSURANCE The SUB RECIPIENT agrees this coverage shall be provided on a primary basis. 1. COMMERCIAL GENERAL LIABILITY The SUB RECIPIENT shall agree to maintain Commercial General Liability at a limit of liability not less than $100,000 per person and $200,000 per accident/occurrence per Florida Statutes 9 768.28 and $2,000,000 per accident for federal and outside Florida litigation per Florida Statutes 9 768.28. Coverage shall not contain any endorsement excluding Contractual Liability or Cross Liability unless granted by the County's Risk Management Department. The SUBRECIPIENT agrees this coverage shall be provided on a primary basis. 2. BUSINESS AUTOMOBILE LIABILITY The SUBRECIPIENT shall agree to maintain Business Automobile Liability at a limit of liability not less than $100,000 per person and $200,000 per accident/occurrence per Florida Statutes 9 768.28 and $2,000,000 per accident for federal and outside Florida litigation per Florida Statutes 9 768.28 for all owned, non-owned and hired automobiles. The SUBRECIPIENT shall agree to maintain physical damage coverage for a period not less than 10 years with deductibles not exceeding $1000 for Comprehensive and Collision. Collier County Board of County Commissioners shall be endorsed to the policy as a Loss Payee. The SUBRECIPIENT shall agree to be fully responsible for any deductibles, self-insured retention or uncovered losses. The SUBRECIPIENT agrees this coverage shall be provided on a primary basis. 3. ADDITIONAL INSURED The SUBRECIPIENT shall agree to endorse the COUNTY as an Additional Insured with a CG 2026 Additional Insured - Designated Person or Organization endorsement, or its equivalent, to the Commercial General Liability. The Additional Insured endorsement shall read "Collier Countv Board of Countv Commissioners. a Political Subdivision of the State of Florida. its Officers. Emolovees, and Agents. c/o Housing & Human Services Deoartment". The SUBRECIPIENT shall agree the Additional Insured endorsements provide coverage on a primary basis. 4. CERTIFICATE OF INSURANCE The SUBRECIPIENT shall agree to deliver to the COUNTY a certificate(s) of insurance evidencing the required insurance is in full force and effect within thirty (30) calendar days prior to the execution of this Agreement by the COUNTY. A minimum thirty (30) day endeavor to notify due to cancellation or non-renewal of coverage shall be included on the certificate(s ). 5. RIGHT TO REVIEW AND ADJUST The SUBRECIPIENT agrees that the COUNTY, by and through its Purchasing or Risk Management Department, in cooperation with the HHS Department, reserves the right to periodically review, modify, reject or accept any required policies of insurance, including limits, coverage's, or endorsements, herein from time to time throughout the life of this Agreement. The COUNTY reserves the right, but not the obligation, to review and reject any insurer providing coverage because of its poor financial condition or failure to operate legally. lHUPE. Infill - Immokalee Page 80f23 1. INDEPENDENT AGENT AND EMPLOYEES The SUBRECIPlENT agrees that, in all matters relating to this Agreement, it will be acting as an independent agent and that its employees are not Collier County employees and are not subject to the COUNTY provisions of the law applicable to County employees relative to employment, hours of work, rates of compensation, leave, unemployment compensation and employee benefits. V1II. ADMINISTRATIVE REOUIREMENTS A. FINANCIAL MANAGEMENT The SUBRECIPIENT agrees to comply with OMB Circular A -110 (Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and other Non-Profit Organizations) and agrees to adhere to the accounting principles and procedures required therein, utilize adequate internal controls, and maintain necessary source documentation for all costs incurred. B. DOCUMENTATION AND RECORD - KEEPING 1. The SUBRECIPIENT shall maintain all records required by the CDBG Federal Regulations. 2. All reports, plans, surveys, information, documents, maps, and other data procedures developed, prepared, assembled, or completed by the SUBRECIPIENT for the purpose of this Agreement shall be made available to the COUNTY by the SUBRECIPIENT at any time upon request by the COUNTY or HHS. Upon completion of all work contemplated under this Agreement copies of all documents and records relating to this Agreement shall be surrendered to HHS if requested. In any event the SUB RECIPIENT shall keep all docwnents and records for five (5) years after expiration of this Agreement. 3. The SUBRECIPIENT shall submit reports as required to assist the COUNTY in the preparation ofHUD Labor Relations, WBE/MBE, Equal Opportunity Employment, and HOD Section 3 reports, pursuant to 24 CFR 570.502, 507, and 92 (3)(vi). 4. SUBRECIPIENT shall submit monthly beneficiary reports to HHS using Exhibit "C". 5. The SUBRECIPIENT shall maintain records showing compliance with the Davis- Bacon Law, including files containing contractor payrolls, employee interviews, Davis- Bacon wage rates, and administrative cross-referencing. SUBRECIPIENT shall maintain records showing contractor compliance with the Contract Work Hours and Work Safety Law. Similarly, the SUBRECIPIENT shall maintain records showing compliance with federal purchasing requirements and with other federal requirements for grant implementation. C. PURCHASING All purchasing for services and goods, including capital equipment, shall be made by purchase order or by a written contract and in conformity with the procedures prescribed by the Federal Management Circulars A-liD, A-122, 24 CFR Part 84, and 24 CFR Part 85, which are incorporated herein by reference. I HOPt,. Infill - Immokalee Page 9 of 23 D. REPORTS. AUDITS. AND EV ALUA TIONS Reimbursement will be contingent on the timely receipt of complete and accurate reports required by this Agreement, and on the resolution of monitoring or audit findings identified pursuant to this Agreement. E. ADDITIONAL HOUSING & HUMAN SERVICES. COUNTY, DCA, AND HUD REOUIREMENTS HHS shall have the right under this Agreement to suspend or terminate reimbursement until the SUBRECIPIENT complies with any additional conditions that may be imposed by HHS, the COUNTY, DCA or HUD at any time. F. PRIOR WRITTEN APPROVALS-SUMMARY The following activities require the prior written approval of the HHS Department or designee in order to be eligible for reimbursement. (a) All subcontracts and agreemcnts proposed to be entered into by the SUB RECIPIENT pursuant to this Agreement; (b) All capital equipment expenditures of$I,OOO or more; (c) All out-of-town travel; (travel shall be reimbursed in accordance with Florida Statutes, Chapter 112.061); (d) All change orders; (e) All requests to utilize uncommitted funds after the expiration of this agreement for programs described in Exhibit A; and (f) All rates of pay and pay increases paid out of DRI funds, whcther for merit or cost of living. G. AUDITS AND INSPECTIONS At any time during normal business hours and as often as HHS, the COUNTY, DCA, HUD, or the Comptroller General of the United States may deem necessary, there shall be made available by the SUBRECIPIENT to HHS, the COUNTY, DCA, HUD, or the Comptroller General for examination all its records with respect to all matters covered by this Agreement. The SUBRECLPIENT agrees to comply with the provisions of the Single Audit Act of 1984, as amended, as it pertains to this Agreement and any subcontracts entered into under this Agreement. This will require the SUBRECIPIENT to submit a single audit, including any management letter, made in accordance with the general program requirements of OMB Circulars A-II0 (Uniform Administrative Requirement for Federal Grants), A-122 (Cost Principles for Non-Profit Organizations), A-l33 (Audits of State, Local Governments, and Non-Profit Organizations), and other applicable regnlations within one hundred and eighty (180) days after the end of any fiscal year covered by this agreement in which Federal funds from all sources are expended. Said audit shall be made by a Certified Public Accountant of the SUBRECIPIENT's choosing. The SUBRECIPIENT shall provide such audit to HHS. In the event the SUB RECIPIENT anticipates a delay in producing such audit or audited financial statemcnts, the SUBRECIPIENT shall request an extension in advance of the deadline. The cost of said audit shall be borne by the SUBRECIPIENT. In the event the SUBRECIPIENT is exempt from having an audit conducted under A-l33 (Audits of State, Local Governments, and Non-Profit Organizations), the COUNTY reserves the right to require submission of audited financial statements and/or to conduct a "limited scope audit" of the SUBRECIPIENT as I HOPE. Infill - Immokalee Page 10 of23 defined in A-133. The COUNTY will be responsible for providing technical assistance to the SUBRECIPIENT, as deemed necessary by the COUNTY. H. PROGRAM-GENERATED INCOME All income earned by the SUB RECIPIENT from activities financed in whole or in part by funds provided hereunder must be reported to HHS. Such income would include, but not be limited to, income from service fees, sale of commodities, and rental or usage fees. The SUBRECIPIENT shall report its plan to utilize such income to HHS, and said plan shall require the prior written approval of the HHS Department or designee. Accounting and disbursement of such income shall comply with OMB Circular A-II 0 (Uniform Administrative Requirement for Federal Grants) and other applicable regulations incorporated herein by reference. In addition to the foregoing, Program Income, as defined by 24 CFR 570.500(a) for DRI funds may be retained by the Agency. Program Income shall be utilized to undertake activities specified in "Exhibit A" of this Agreement, and all provisions of this Agreement shall apply to stated activities. Any Program Income on hand at or received by the SUBRECIPIENT or its sub-contractors after the expiration of this Agreement shall be returned to the COUNTY no later than thirty (30) days after such expiration, subject to any SUBRECIPIENT requests to utilize uncommitted funds. 1. GRANT CLOSEOUT PROCEDURES SUBRECIPIENT obligation to the COUNTY shall not end until all closeout requirements are completed. Activities during this closeout period shall include, but not limited to; making final payments, disposing of program assets (including the return of all unused materials, equipment, unspent cash advances, program income balances, and receivable accounts to the COUNTY), and determining the custodianship of records. IX. OTHER PROGRAM REOUIREMENTS A. OPPORTUNITIES FOR RESIDENTS AND CIVIL RIGHTS COMPLIANCE The SUBRECIPIENT agrees that no person shall on the ground of race, color, disability, national origin, religion, age, familial status, or sex be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the performance of this Agreement. Upon receipt of evidence of such discrimination, the COUNTY shall have the right to terminate this Agreement. To the greatest extent feasible, lower-income residents of the project areas shall be given opportunities for training and employment; and to the greatest feasible extent eligible business concerns located in or owned in substantial part by persons residing in the project areas shall be awarded contracts in connection with the project. The SUBRECIPIENT shall comply with the Section 3 Clause of the Housing and Community Development Act of 1968. B. OPPORTUNITIES FOR SMALL AND MINORITY/WOMEN-OWNED BUSINESS ENTERPRISES In the procurement of supplies, equipment, construction, or services to implement this Agreement, the SUBRECIPIENT shall make a positive effort to utilize small business and minority/women-owned business enterprises of supplies and services, and provide these I HOPE. Jnfill - lmmokalee Page 11 of23 sources the maximum feasible opportunity to compete for contracts to be performed pursuant to this Agreement. To the maximum extent feasible these small business and minority/women- owned business enterprises shall be located in or owned by residents of the CDBGareas designated by Collier County in the Annual Consolidated Plan approved by HUD. C. PROGRAM BENEFICIARIES At least fifty-one percent (51 %) of the beneficiaries of a project funded through this Agreement must be very low and low income persons. If the project is located in an entitlement city, as defined by HUD, or serves beneficiaries countywide, more than thirty percent (30%) of the beneficiaries directly assisted through the use of funds under this Agreement must reside in unincorporated Collier County or in municipalities participating in the County's Urban County Qualification Program. The project funded under this Agreement shall assist beneficiaries as dcfined above for the time period designated in Exhibit A of this Agreement. The SUBREClPIENT shall provide written verification of compliance to HHS upon HHS' request. D. EV ALUA nON AND MONITORING The SUBRECIPIENT agrees that HHS will carry out periodic monitoring and evaluation activities as determined necessary by HHS or the COUNTY and that the continuation of this Agreement is dependent upon satisfactory evaluation conclusions based on the ternlS of this Agreement, comparisons of planned versus actual progress relating to project scheduling, budgets, audit reports, and output measures. The SUBRECIPIENT agrees to furnish upon request to HHS, the COUNTY or the COUNTY's designees and make copies or transcriptions of such records and information, as is determined necessary by HHS or the COUNTY. The SUBRECIPIENT shall, upon the request of HHS, submit information and status reports required by HHS, the COUNTY or HUD on forms approved by HHS to enable HHS to evaluate said progress and to allow for completion of reports required HHS by HUD. The SUBREClPIENT shall allow HHS or HUD to monitor the SUBRECIPIENT on site. Such site visits may be scheduled or unscheduled as determined by HHS or HUD. E. CONFLICT OF INTEREST The SUBRECIPIENT covenants that no person who presently exercises any functions or responsibilities in connection with the Project, has any personal financial interest, direct or indirect, in the target areas or any parcels therein, which would conflict in any manner or degree with the performance of this Agreement and that no person having any conflict of interest shall be employed by or subcontracted by the SUBRECIPIENT. Any possible conflict of interest on the part of the SUBRECIPIENT or its employees shall be disclosed in writing to HHS provided, however, that this paragraph shall be interpreted in such a manner so as not to umeasonably impede the statutory requirement that maximum opportunity be provided for employment of and participation of low and moderate-income residents of the project target area. F. PUBLIC ENTITY CRIMES As provided in F.S. 287.133 by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.s. 287.133 (3)(a). 1 HOPE. Jnfill - Immokalee Page 12 of23 G. DRUG-FREE WORKPLACE REOUIREMENTS The SUBRECIPIENT, as a condition of being awarded, must certify that they will provide drug-free workplaces in accordance with the Drug-Free Workplace Act of 1988 (42 U.S.c. 701) and with HUD's rules at 24 CFR Part 24, subpart F. H. CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative Agreements) and that all SUB RECIPIENTS shall certify and disclose accordingly. 1. REAL PROPERTY Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, and approved by the COUNTY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24.101, shall be subject to the provisions of the CDBG Regulations including, but not limited to, the provisions on use and disposition of property. Any real property within the SUB RECIPIENT control, which is acquired or improved in whole or part with CDBG funds in excess of $25,000, must adhere to the CDBG Regulations at 24 CFR 570.505. X. ENVIRONMENTAL CONDITIONS A. AIR AND WATER The SUBRECIPIENT, as Subrecipient, agrees to comply with the following requirements insofar as they apply to the performance of the Contract: 1. Clean Air Act, 41 V.S.C., 7401, et seq. I HUPt. Infill - lrnmokalee Page 13 of23 2. Federal Water Pollution Control Act, as amended, 33 U.S.c. 1251, et seq., as amended, 1318 relating to inspection, monitoring, entry, reports, and information, as well as other requirements specified in said Section 114 and Section 308 (EPA) regulations pursuant to 40 C.F.R., Part 50, as amended. B. FLOOD DISASTER PROTECTION In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4001), the Subrecipient shall assure that for activities located in an area identified by FEMA as having special flood hazards, flood insurance under the National Flood Insurance Program is obtained and maintained as a condition of financial assistance for acquisition or construction purposes (including rehabilitation). If appropriate, a letter of map amendmcnt (LOMA) may be obtained from FEMA, which would satisfy this requirement andlor reduce the cost of said flood insurance. C. LEAD-BASED PAINT The Subrecipient agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead-Based Paint Regulations at 24 CFR 570.608, 24 CFR Part 25 and 24 CFR part 92.355. Such regulations pertain to all HUD-assisted housing and require that all owners, prospective owners, and tenants of properties constructed prior to 1978 be properly notified that such properties may include lead- based paint. Such notification shall point out the hazards of lead-based paint and explain the symptoms, treatment and precautions that should be taken when dealing with lead-based paint poisoning and the advisability and availability of blood lead level screening for children under seven. The notice should also point out that if lead-based paint is found on the property, abatement measures might be undertaken. D. HISTORIC PRESERVATION The Subrecipient agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 U.S.C. 470) and the procedures set forth in 36 CFR, Part 800, Advisory Council on Historic Preservation Procedures for Protection of Historical Properties, insofar as they apply to the performance of the Contract. In general, concurrence from the State Historic Preservation Officer is required for all rehabilitation and demolition of historic properties that are fifty years old or older or that are included, on a Federal, state, or local historic property list. XI. SEVERABILITY OF PROVISIONS If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remaindcr would then continue to conform to the terms and requirements of applicable law. I HOPE. Infill - lmmokalee Page 14 of23 XII. REVERSION OF ASSETS Upon expiration of the Agreement, the SUBRECIPIENT shall transfer to thc COUNTY any CDBG funds on hand at the timc of expiration, any accounts rcceivable attributable to thc usc of CDBG funds, and any non-expcndablc pcrsonal property that was purchascd with CDBG funds. Any real property under SUBRECIPlENT control that was acquired or improvcd in whole or in part with CDBG funds in cxccss of Twenty-fivc Thousand Dollars ($25,000) will be covered by the regulations 24 CFR Part 570.503(B)(8). XlII. CONDITIONS FOR RELIGIOUS ORGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religious organizations. 24 CFR 570.200(j) specifies the limitations on CDBG funds, and is herein incorporated by reference. XIV. ATTACHMENT A The SUBRECIPIENT shall agrec to abidc by the program guidelines as exccrptcd from the fcderally funded 2005 Disaster Rccovcry Subgrantec Agrecment executed by the State of Florida Department of Community Affairs and Collier County, which are herein incorporated as "Attachment A". XV. COUNTERPARTS OF THE AGREEMENT This Agreement, consisting of twenty-threc (23) enumcratcd pages, which includc thc exlllbits and attachment refcrenced hercin, shall be executed in two (2) counterparts, each of wlllch shall be dccmed to be an original, and such counterparts will constitute one and the samc instrument. I HUPE. Infill - Immokalee Page 15 of23 XVI. ENTIRE UNDERSTANDING This Agreement and its provisions merge any prior agreements, if any, between the parties hereto and constitutes the entire w1derstanding. The parties hereby acknowledge that there have been and are no representations, warranties, covenants, or undertakings other than those expressly set forth herein. IN WITNESS THEREOF, the parties hereto have caused this 23 page agreement to be executed by their undersigned officials as duIy authorized by agreement between Collier County and the DCA effective the 14th day of May 2008. (SUBRECIPIENf SEAL) IMMOKALEE HELPING OUR PEOPLE IN EMERGENCIES, INC. (l HOPE) "yfi!:.~ ~;Xt j)~~ ichard L. Heers, Exe ~tive Director ATTEST: DWIGHT E. BROCK, CLERK BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Patricia Morgan, Deputy Clerk BY TOM HENNING, CHAIRMAN Approved as to fonn and legal sufficiency: ~ Colleen M. Greene Assistant County Attorney 1 HUPb. Infill- Immokalee Page 16 of23 -~._--_._-_._- . EXHIBIT "A" SCOPE OF SERVICES I HOPE Infill- Immokalee THE SUBRECIPIENT AGREES TO: A. PROJECT DESCRIPTION: 1 Hope has been awarded three hundred thousand dollars ($300,000.) to build two single family homes in Immokalee. These homes will replace two homes damaged by Hurricane Wilma in 2005. The funding for construction of two homes includes but is not limited to: pennitting, demolition, site preparation, utility hook-up, construction, and all labor and installation costs. Temporary relocation of the residents (if necessary) is also authorized by this grant award. Final completion date for funded activity shall be no later than Apri130, 2010. The Subrecipient will be responsible for the following: NOTE 1: The SUBRECIPIENT shall submit its bid package and drawings/specifications to HHS and obtain a letter of approval prior to bidding the construction work. The final number of units to be constructed must be reported to the HHS staff as soon as the detennination is made if it differs from the proposed 2 units. NOTE 2: The SUBRECIPlENT shall prioritize the work in the Project, advertise and bid such work in sealed bid manner that would allow the receipt of itemized costs from bidders, which would then allow the award of items that can be funded by the budget. The SUBRECIPIENT shall require a bid bond, 100% payment bond and 100% perfonnance bond for any contract that exceeds $100,000. NOTE 3: The SUBRECIPlENT shall not award the construction contract for the Project until sufficient funding is available to complete the established scope of work. The SUBRECIPIENT shall obtain HHS' s approval prior to awarding the construction contract to be funded through this agreement. The SUBRECIPIENT shall submit the name of the contractor to ensure the business is not federally debarred. After awarding such contract, the SUBRECIPIENT shall submit bid minutes to HHS. HHS's approval is required prior to executing any change orders to such contract. NOTE 4: The SUBRECIPlENT shall not request reimbursement from HHS for materials or equipment received and stored on the project site or elsewhere. The SUBRECIPIENT shall only request reimbursement for materials and equipment that have been installed. ADDITIONAL Responsibilities are: The creation and maintenance of income eligible files on clients served and documentation that all households are eligible under HUD Income Guidelines using the Anticipated Annual Income qualification guideline as outlined by HUD prior to initiating any action regarding the replacement housing. Relocation guidelines must be followed. I HOPE. Infill - Immokalee Page 17 of23 Posting of visible signage at the work site identifying the funding source(s) as mentioned in section VII part F. The SUBRECIPIENT further agrees that HHS, in consultation with any parties HHS deems necessary, shall be the final arbiter on the SUBRECIPIENT's compliance with the above. B. BUDGET: I HOPE Line Item: DRI permits demolition and site clearance (two home sites) labor and related costs for demolition and site clearance (two home sites) site preparation (two home sites) construction (two home sites) labor and related costs for home construction (two home sites) fees or related charges for utility hook-up of two homes costs associated with temporary relocation of residents (ifneccssary) TOTAL PROJECT COSTS $300,000 This listing is non-inclusive of specific quantities/types of materials. Exact quantities of materials will be provided at the time the subrecipient receives the final totals from their contractor(s). C. STAFFING: Provide list of staff directly responsible for reporting and request for payment processing. D. BONDING REOUIREMENTS: The SUBRECIPIENT shall comply with the requirements of OMB Circular A-110 (Uniform Administrative Requirement for Federal Grants) and 24 CFR Part 84 in regard to any bid guarantees, performance bonds, and payment bonds. E. FORMER PROJECTS: Failure to adequately maintain any former CDBG/HOME/SHIP funded project may result in the delay of processing reimbursement requests for ongoing activities or in the forfeiture of future CDBG/HOME/SHIP/DRI funds. F. WORK SCHEDULE: This time frame is subject to change as the project is executed. This work schedule is for the purpose of monitoring the progress of said project by the Subrecipient and HHS. The time frame for completion of the outlined activities shall be: Task End Date Permittinl! June-Julv, 2009 Relocation (residents) AUl!ust - October 2009 Demolition AUlrust - October 2009 Site preparation Sentember - October 2009 Construction October 2009 April 2010 Utilitv Hook-up November 2009 [HOPE. lnfill - Immokalee Page 18 of23 Project Completion (receipt of certificate of April 30, 2010 occu anc Please note that if any of these activities exceed the timelines by two months a revised work schedule must be submitted to HHS. G. REPORTS: The SUBRECIPlENT shall submit detailed monthly progress reports to HHS outlining the status of specific activities under the project. Each report must account for the total activity for which the SUBRECIPlENT is paid with DR! funds, in part or in whole, and which is required in fulfillment of their obligations regarding the Project. The progress reports shall be submitted on the form Exhibit "C". The progress reports shall be used as an additional basis for HHS approval of invoices, etc. for payment. H. DAVIS-BACON ACT: The SUBRECIPlENT shall request the County to obtain a Davis-Bacon wage decision for the project prior to advertising the construction work. The SUBRECIPlENT shall incorporate a copy of the Davis-Bacon wage decision and disclose the requirements of the Davis- Bacon Act in its construction bid solicitation and sub-contract(s). I. COMPENSATION: The County shall pay the SUBRECIPlENT for the performance of this Agreement upon completion or partial completion of the work tasks as accepted and approved by HHS pursuant to the submittal of monthly progress reports as identified in Section G. Payments shall be made to the SUBRECIPlENT when requested as work progresses, but not more frequently than once per month. Adherence to the work schedule identified in Section F will be required, unless modified in writing by the parties. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". [HOPE. Infill - Immokalee Pagel90f23 EXHIBIT "B" COLLIER COUNTY HOUSING AND HUMAN SERVICES REQUEST FOR PAYMENT Disaster Recovery Initiative Subrecipient Name: Immokalee Heloing Our People in Emergencies (I Hooe). 1 certify this request for payment has been drawn in accordance with the terms and conditions of the Agreement between the County and us as the Sub-recipient. I also certify that the amount of the Request for Payment is not in excess of current needs. . Signature Date Title Authorizing Grant Coordinator Supervisor Dept Director (approval authority under $14,999) (approval required $15,000 and above) I HOPE. Infill - Irnmokalee Page 20 of 23 EXHIBIT "C" DRl MONTHLY PROGRESS REPORT Complete form for past month and submit to Housing &Human Service's staff by the 1 (I' of the following month. Status Report for Month of Submittal Date: Project Name Project Number DR! Activity Number Subrecipient: Contact Person Telephone: (239) Fax: (239) E-mail: 1. Activity Status/Milestones (describe any action taken, relating to this project, during the past month): 2. What events/actions are scheduled for the next two months? 3. Describe any affirmative marketing you have implemented regarding this project. Please list and attach any recent media coverage of your organization relating to this project. 4. List any additional data relevant to the outcome measures listed on the application for this project. 5. Identify any potential issues that may cause delay, I HOPE. Inlill - Immokalee Page 21 of23 6. New contracts executed this month (if applicable): Name of Contractor or Amount of Contractor Race Ethnicity Subcontractor, Address & Phone Contract Federal ID (see definitions on (see definitions on Number Number following page) lollowing page) 7. For projects that serve a particular clientele, please complete the following information by entering the appropriate number in the blank spaces and in the chart below. Complete the below chart for NEW clients served this month. DO NOT DUPLICATE clients served in previous months. You may provide data by either households or persons served. Howcvcr, if one person received TWO services this counts as TWO SERVICE UNITS: TOTAL BENEFICIARIES This project benefits households or persons. Please circle one category (either "households" or "persons"). Enter the number of beneficiaries in the blank space and in box "f." INCOME Of the households or persons assisted, are extremely low-income income (0-30%) of the current Median Family Income (MFI). Enter this number in box "2. " Of the households or persons assisted, are very low-income (31-50%) of the current Median Family Income (MFI). Enter this number in box "3. " Ofthese households or persons assisted, Income (MFI). Enter this number in box "4. " are low-income (51-80%) of the current Median Family NOTE: The total of boxes 2, 3 and 4 should equal the number in box 1. FEMALE HEAD OF HOUSEHOLD This project assisted in box "5" below. Female Head of Households REGARDLESS of income. En/er this number BOX 1 BOX2 BOX3 BOX4 BQX5 rotal Number of Extremely V,'> Low Income Female Head of Households Of Persons Low Income Low Income (5]-~O%) llollsehold Assisted (0-30%) (31-50%) (HOPE. Infill - Immokalee Page 22 of 23 Sub recipients must indicate total beneficiaries for Race AND Ethnicitv Definitions of Race: 1. White: A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. 2. Black or African-American: A person having origins in any of the black racial groups of Africa. 3. Asian: A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian subcontinent including, for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. 4. American Indian or Alaska Native: A person having origins in any of the original peoples of North and South America (including Central America), and who maintains tribal affiliation or community attachment. 5. Native Hawaiian or Other Pacific Islander: A person having origins in any of the original people of Hawaii, Guam, Samoa, or other Pacific Islands. Definitions of Ethnicity: 1. Hispanic or Latino: A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. Tabulation Table of Race and Ethnicitv Beneficiaries , Race "":,,, n, ; ,,:~rotJd ",.,:, IHlilluli'1i :..",L'" ,!:,' C White Black or African American Asian American Indian or Alaskan Native Native Hawaiian or Other Pacific Islander American Indian! Alaska Native and White Asian and White Black/African American and White American Indian/Alaskan Native and Black/African American Other Multi-Racial TOTAL: F '...', ' 1 HOPE. Infill - Immokalee Page 23 of 23 Page I of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Recommendation that the Board of County Commissioners approves, and authorizes its Chairman to sign, a Subrecipient Agreement providing Supplemental Disaster Recovery Initiative (DRI) funding in the amount of $300,000.00 to Immokalee Helping Our People in Emergencies, Inc. (I HOPE), to fund Ihe construclion of two owner-occupied, single-family homes to replace homes severely damaged by ~urricane Wilma. Meeting Date: 8126120089:00:00 AM Prepared By Usa Oien ORI Grant Support Specialist Date Public Services Division Human Services 816120084:23:25 PM Approved By Marcy Krumbioe Director Date Public Services Housing & Human Services 81812008 11 :43 AM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin, 811312008 4:08 PM http://bccagendaJIntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 13033 8/26/2008 llofl ~ EXECUTIVE SUMMARY Recommendation to approve an Agreement for a temporary construction easement and other site modifications necessitated for closure of one driveway and the modification to another driveway at Mavrick House related to the expansion of Santa Barbara Boulevard from Davis Boulevard to north of Golden Gate Parkway. Project No. 62081. Estimated fiscal impact: $27,957.00. OBJECTIVE: To obtain the Board of County Commissioners' approval of an Agreement that conveys a temporary construction easement to County on the Mavrick House property, located at the northeast corner of 29th Place SW and Santa Barbara Boulevard, in order to restore access to the parking lot located north of the principal structure on the property. CONSIDERATIONS: On October 27, 2002, the Board of County Commissioners approved Resolution 2002-442 authorizing the acquisition by gift or purchase of right-of-way and stormwater retention and treatment pond sites which will be required for the construction of roadway, drainage and utility improvements to Santa Barbara Boulevard (Project 62081). In February 2007 the Collier County Transportation Division was notified by the attorney representing the owner of the property known as the Mavrick House, that the County's proposed improvements to Santa Barbara Boulevard would result in the closure of both driveways on Santa Barbara, and that the closure of 29th Place SW would result in the complete loss of access to and from Santa Barbara Boulevard. The letter (and the attached report from Diaz-Pearson, Inc., Engineering and Planning) further explained that with the remaining access to Mavrick House limited to 29th Place, through the residential subdivision, that vehicular access to the parking lot had been severed as well, and that, ". . . the cost to rehabilitate the present use (halfway house) to residential use (single family home) may be cost prohibitive." If, rather than work with the County to find a solution to these access and parking problems, the owner had waited for the road construction project to be completed, and then brought a claim for damages and a demand for inverse condemnation, the County's exposure to additional costs and awards could have easily exceeded the fiscal impact of this Agreement. With the assistance of the County's design consultant, a solution was agreed to by the owners whereby 29th Place would remain open for right-in / right-out movements only, and whereby the County's contractor would reconstruct the driveway leading to the parking lot and install drainage structures to accept stormwater run-off. The "rental" for the County's period of occupancy of the property during the reconstruction of the driveway was reduced from $15,000 to $10,000. This payment also compensates the owner for the closure of the second driveway on Santa Barbara Boulevard and the resulting loss of two paved parking spaces. The owner's costs are being reimbursed as follows: The owner's attorney had 39 hours ($9,750) into the negotiations by December 17,2007. The total fee payable to attorney, Bella Patel, has been capped at $10,000 per the Agreement. The total fees payable for the services of the owner's real estate appraiser, engineer and land planner have been negotiated from $9,378.15 down to $7,921.50. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Funds in the amount of $27,957.00 will come from the Transportation Supported Gas Tax Fund and Impact Fee Funds. (Total amount includes the $10,000.00 negotiated purchase price, $10,000.00 attorney fees, $2,725 for engineering fees, $3,970.00 for land planning fees, $1226.50 for real estate appraisal fees, approximately $35.50 for recording fees. Source of Funds are Gas Taxes and Impact Fees. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATION: Substantial loss of access rights are compensable in an inverse condemnation action. The proposed agreement restores access to the site which is satisfactory to owner while minimizing the costs to the County. The item is ready for Board consideration and approval. HF AC RECOMMENDATION: That the Board of County Commissioners of Collier County, Florida: 1. Approve the attached Agreement; 2. Authorize its Chairman to execute said Agreement; 3. Authorize the County Manager or his designee to close the real estate transaction pursuant to the terms of the Agreement; 4. Authorize staff to record the Temporary Construction Easement in the public records; and 5. Authorize any budget amendments which may be required in order to implement the collective will of the Board. Prepared by: Kevin E. Hendricks, Right-of-Way Acquisition Manager, Transportation Engineering and Construction Management Attachments: Agreement wi Exhibits "A" and "B" Page 1 of2 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F1 Meeting Date: Recommendation to approve an Agreement for a temporary construction easement and other site modifications necessitated for closure of one driveway and the modification to another driveway at Mavrick House related to the expansion of Santa Barbara Boulevard from Davis Boulevard to north of Golden Gate Parkway. Project No. 62081. Estimated fiscal impact: $27,957.00. 8/26/20089:00:00 AM Prepared By Sonja Stephenson Property Acquisition Specialist Date Transportation Services TECM-ROW 8/7/200812:01:02 PM Approved By Usa Taylor Management/Budget Analyst Date Transportation Services Transportation Administration 8/8/2008 8: 24 AM Approved By Marlene Messam Senior Project Manager Transportation Engineering & Construction Management Date Transportation Services 818/2003 11: 03 AM Approved By NaJeh Ahmad Director Date Transportation Services Transportation Engineering & Construction Management 8112/20089:56 AM Approved By Norm E. Feder, Ale? Transportation Division Admjnistrator Dato Transportation Services Transportation Services Admin. 8/12/200810:15 AM Approved By Kevin Hendricks Right Of Way Acquisition Manager Date Transportation Services TECM-ROW 8112/20032:33 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 8112120083:21 PM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 811212008 4:06 PM Approved By http://bccagenda/Intranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 13043 8/26/2008 Page 2 of2 Jeff Klatzkow Assistant County Attorney Date County Attorney County Attorney Office 8113120082:15 PM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 8/1312008 3:58 PM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 8114120089:42 AM Approved By James V. Mudd County Manager Date Board of County County Manager's Office Commissioners 8/14120082:23 PM http://bccagenda/Intranet/attachmentviewer.aspx?attachmentid=-I &itemid= 13043 8/26/2008 " I PROJECT: PARCEL: FOLIO No: 99999 14 ?TDRE 36431120002 AGREEMENT THIS TDRE AGREEMENT (hereinafter referred to as the "Agreement") is made and entered into on this __ day of . 20~. by and between C. DEAN COPLEN AND HELEN I. COPLEN, as Trustees of The Coplen Family Trust dated 11/12/200t AND SANDRA S. HOLDEMAN, whose mailing address is clo Bella Y. Patel, Attorney at Law, 13026 Waterford Run Drive, Riverview, Florida 33569, (hereinafter referred to as "Owner"). and COLLIER COUNTY, a political subdivision of the State of Florida, whose mailing address is 3301 Tamiami Trail East, Naples. Florida 34112 (hereinafter referred to as "Purchaser"). WHEREAS, Purchaser is expanding Santa Barbara Boulevard and making access improvements to Owner's property and to 29th Place SW, as part of the Santa Barbara Boulevard expansion project; and WHEREAS, as part of the above-referenced project, Purchaser has agreed to construct improvements on Owner's property pursuant to the terms of this Agreement; and WHEREAS, Owner's southerly driveway on Santa Barbara Boulevard will be closed: and WHEREAS, Purchaser requires a Temporary Driveway Restoration Easement, over, under, upon and across the lands described in Exhibit "A," which is attached hereto and made a part of this Agreement (hereinafter referred to as the "Easement") in order to construct the improvements: and WHEREAS, Owner desires to convey the Easement to Purchaser for the stated purposes, on the terms and conditions set forth herein; and WHEREAS, Purchaser agrees to install the drain in the driveway and reconstruct the driveway in accordance wifh the plans attached hereto as Exhibit "B". WHEREAS, Purchaser has agreed to compensate Owner for conveyance of the Easement NOW THEREFORE, in consideration of these premises, the sum of Ten Dollars ($10,00), and other good and valuable consideration, the receipt and sufficiency of which is hereby mutually acknowledged. it is agreed by and between the parties as follows: 1. All of the above RECITALS are true and correct and are hereby expressly incorporated herein by reference as if sef forth fully below, and all Exhibits referenced herein are made a part of this Agreement. 2. Owner shall convey the Easement to Purchaser for the sum of: $10,000.00 sut-jact to the apportionment and distribution of proceeds pursuant to Paragraph 9 of this Agreement (said transaction hereinafter referred to as the "Closing"). Said payment to Owner, payable by County Warrant, shall be full compensation for the Easement conveyed, including all landscaping, trees, shrubs, improvements, and fixtures located thereon, and shall be in full and final settlement of any and all damages resulting to Owner's remaining lands, and costs to cure, in connection with conveyance of said Easement to Purchaser. Furthermore, Purchaser shall pay attorney fees to Bella Y. Patel, P.A., in the amount of $10,000; engineering fees to the firm of PEE.R in the amount of $2,725; land planning fees to the firm of Diaz- Pearson in the amount of $3,970; and real estate appraisal fees to the firm of Integra Realty Resources in the amount of $1,226.50. Page 2 3. Prior to Closing, Owner shall obtain from the holders of any liens, exceptions and/or qualifications encumbering the Easement, the execution of such instruments which will remove, release or subordinate such encumbrances from the Easement upon their recording in the public records of Collier County, Florida. Owner shall cause to be delivered to Purchaser the items specified herein and the following documents and instruments duly executed and acknowledged. in recordable form (hereinafter referred to as "Closing Documents") on or before the date of Closing: (a) Temporary Driveway Restoration Easement: (b) Closing Statement; (c) Grantor's Non-Foreign, Taxpayer Identification and "Gap" Affidavit; (d) W-9 Form; and (e) Such evidence of authority and capacity of Owner and its representatives to execute and deliver this agreement and all other documents required to consummate this transaction, as reasonably determined by Purchaser, Purchaser's counsel and/or title company. 4. Both Owner and Purchaser agree that time is of the essence of this Agreement and that, therefore, Closing shall occur within ninety (90) days from the date of execution of this Agreement by the Purchaser; provided, however, that Purchaser shall have the unilateral right to extend the term of this Agreement pending receipt of such instruments, properly executed, which either remove or release any and all such liens, encumbrances or qualifications affecting Purchaser's enjoyment of the Easement. At Closing, payment shall be made to Owner in that amount shown on the Closing Statement as "Net Cash to Seller," and Owner shall deliver the Closing Documents to Purchaser in a form acceptable to Purchaser. 5. Owner agrees to relocate any existing irrigation system located on the Easement including irrigation lines, electrical wiring and sprinkler valves, etc., prior to the construction of the project without any further notification from Purchaser Owner assumes full responsibility for the relocation of the irrigation system on the remainder property and its performance after relocation. Owner holds County harmless for any and all possible damage to the irrigation system in the event owner fails to relocate the irrigation system prior to construction of the project. If Owner elects to retain improvements and/or landscaping ("Improvements") located on the Easement, the Owner is responsible for their retrieval prior to the construction of the project without any further notification from Purchaser. Owner acknowledges that Purchaser has compensated Owner for the value of the Improvements and yet Purchaser is willing to permit Owner to salvage the Improvements as long as their retrieval is perlormed before construction and without interruption or inconvenience to the County's contractor. All Improvements not removed from the Easement prior to construction of the project commencement of shall be deemed abandoned by Owner. This provision shall survive Closing and is not deemed satisfied by conveyance of title. o. Owner ana Purcnaser agree to ao all things which may be required to give effect to this Agreement immediately as such requirement is made known to them or they are requested to do so, whichever is the earlier. 7. Owner agrees, represents and warrants the following: (a) Owner has full right, power and authority to own and operate the property underlying the Easement, to enter into and to execute this Agreement, to execute, deliver and perform its obligations under this Agreement and the instrumEmts executed in connection herewith, to undertake all actions and to perform all tasks required of Owner hereunder and to consummate the transaction contemplated hereby. Page 3 (b) Purchaser's acceptance of the Easement shall not be deemed to be tull performance and discharge of every agreement and obligation on the part of Owner to be performed pursuant to the provisions of this Agreement. (c) No party or person other than Purchaser has any right or option to acquire the Easement or any portion thereof. (d) Until the date fixed for Closing, so long as this Agreement remains in force and effect, Owner shall not encumber or convey any portion of the property underlying the Easement or any rights therein, nor enter into any agreements granting any person or entity any rights with respect to the Easement, without first obtaining the written consent of Purchaser to such conveyance, encumbrance, or agreement, which consent may be withheld by Purchaser for any reason whatsoever. (e) There are no maintenance, construction, advertising, management, leasing, employment, service or other contracts affecting the Easement. (f) Owner has no knowledge that there are any suits, actions or arbitration, administrative or other proceedings or governmental investigations or requirements, formal or informal, existing or pending or threatened which affect the Easement or which adversely affect Owner's ability to perform hereunder; nor is there any other charge or expense upon or related to the Easement which has not been disclosed to Purchaser in writing prior to the effective date of this Agreement. (g) Purchaser is entering into this Agreement based upon Owner's representations stated in this Agreement and on the understanding that Owner will not cause the physical condition of the property underlying the Easement to change from its existing state en the effective date of this Agreement up to and including the date of Closing. Therefore, Owner agrees not to enter into any contracts or agreements pertaining to or affecting the property underlying the Easement and not to do any act or omit to perform any act which would adversAly affect the pl1ysical cor,jitior Of the property underlying the Easement or its intended use by Purchaser. (h) The property underlying the Easement, and all uses of the said property, have been and presently are in compliance with all Federal, State and Local environmental laws; that no hazardous substances have been generated, stored, treated or transferred on the property underlying the Easement except as specifically disclosed to the Purchaser; that the Owner has no knowledge of any spill or environmental law violation on the property contiguous to or in the vicinity of the Easement to be sold to the Purchaser, that the Owner has not received notice and otherwise has no knowledge of: a) any spill on the property underlying the Easement; b) any existing or threatened environmental lien against the property underlying the Easement; or c) any lawsuit, proceeding or investigation regarding the generation, storage, treatment, spill or transfer of hazardous substances on the property underlying the Easement. This provision shall survive Closing and is not deemed satisfied by conveyance of title. 8. Owner shall indemnify, defend, save and hold harmless the Purchaser aqainst and from, a.nL: r8irllbUi~e tile Purchaser WIth respect to, any and all damages, claims, liabilities, laws, costs and expenses (including without limitation reasonable paralegal and attorney fees and expenses whether in court, out of court, in bankruptcy or administrative proceedings or on appeal), penalties or fines incurred by or asserted against the Purchaser by reason or arising out of the breach of any of Owner's representations under paragraph 7(h). This provision shall survive Closing and is not deemed satisfied by conveyance 0' title. 9. By the execution hereof, Owner hereby releases Purchaser from any and all claims arising in connection with the Santa Barbara Boulevard expansion project, including but not limited to claims of compensation for, or damages relating to: a. Access both to and/or from either Santa Barbara Boulevard or 29th Place Southwest; Page 4 b. Parking; and c. Drainage. 10. Purchaser shall pay all fees to record any curative instruments required to clear title, all Easement recording fees, and any and all costs and/or fees associated with securing and recording a Release or Subordination of any mortgage. lien or other encumbrance recorded against the property underlying the Easement; provided, however, that any apportionment and distribution of the full compensation amount in Paragraph 2 which may be required by any mortgagee, lien-holder or other encumbrance-holder for the protection of its security interest or as consideration for the execution of any release. subordination or satisfaction, shall be the responsibility of the Owner, and shall be deducted on the Closing Statement from the compensation payable to the Owner per Paragraph 2. In accordance wifh the provisions of Sec!ion 201.01, Florida Statutes, relatec~ to the eX8rrptions ag8.inst payment of documentary stamp taxes by Purchaser, Owner shall further pay all documentary stamp taxes required on the instrument(s) of transfer, unless the Easement is acquired under threat of condemnation. 11. This Agreement and the terms and provisions hereof shall be effective as of the date this Agreement is executed by both parties and shall inure to the benefit of and be binding upon the parties hereto and their respective heirs, executors, personal representatives, successors, successor trustees, and/or assignees, whenever the context so requires or admits. 12. If the Owner holds the property underlying the Easement in the form of a partnership. limited partnership, corporation, trust or any form of representative capacity whatsoever for others, Owner shall make a written public disclosure, according to Chapter 286, Florida Statutes. under oath, of the name and address of every person having a beneficial interest in the property underlying the Easement before the Easement held in such capacity is conveyed to Purchaser. (If the corporation is registered with the Federal Securities Exchange Commission or registered pursuant to Chapter 517, Florida Statutes, whose stock is for sale to the general public, it is hereby exempt from the provisions of Chapter 286, Florida Statutes.) 13. Conveyance of the Easement, or any interest in the property underlying the Easement, by Owner is contingent upon no other provisions, conditions, or premises other than those so stated herein; and this written Agreement, including all exhibits attached hereto, shall constitute the entire Agreement and understanding of the parties, and there are no other prior or contemporaneous written or oral agreements, undertakings, promises, warranties, or covenants not contained herein. No modification, amendment or cancellation of this Agreement shall be of any force or effect unless made in writing and executed and dated by both Owner and Purchaser. 14. Should any part of this Agreement be found to be invalid, then such invalid part shall be severed from the Agreement, and the remaining provisions of this Agreement shall remain in full force and effect and not be affected by such invalidity. 15. This Agreement is governed and construed in accordance with the laws of the State of Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. AS TO PURCHASER: DATED: ATTEST: DWIGHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Deputy Clerk BY: TOM HENNING, Chairman Witnes Signature) c:: rt{ ~ L" <<d -e-__ (PlinW>I, a ) .?"' , / ' tJLi " ~ 4 ~// f ~:~~z}:, Witness (Sipf>ature) 10l'.rilP .J MO'V+I4~ (Prin ame) Witness ignature) Cr4.(~ J-.,ow<..-. (Print N e) ...-. f ,_A ';1 - ~_<Yl', jrfc..->/' [.Jui) Wi ness (Sign81ure) ~by4-1[) .3' /v"l" ~~O (Print Name) -;l ;/') //~~ ~ ,l7'es~ (Signature) . V'f{(;, ~#uJ.e.. "'Nar:nEl rint or Type) --; ":"'~d ()l/':I~~ Witness (Sig~Ure) /fOM/I)J fv1",.<-t~ Name (Print or Type) Approved as to form and le~al]UffiCien.cy: . a:: t It (k'" ~t.1 tl / .- .lJ Heidi F. !\shton-Cicko ' Assistant County Attorney Lasl~0vi$9d:4/1!oe Page 5 (~)) U---jA./ ,-<c I- C. DEAN COPLEN. Ind' dually and as Co-Trustee of The Coplen Family Trust dated 11112/2001 ~w.{ ~. HELEN I. COPLEN, Individually and as Co- Trustee of The Coplen Family Trusl dated 11/1212001 J) f- l' ~cf1a./).JU~. ,i.JJcbmiiJ SANDRAS-:HOLOEMAN- Exhibit "A" The North 30 feet of the West 30 feet of the following described property: Lot 28, Block 230, Golden Gate Unit 7, according to the plat thereof recorded in the publie; records or Collier County, Florida, in Plat Book 5, Pages 135 through 146, TOGETHER WITH the South 10 feet of the 20 foot wide platted alleyway vacated by Collier County via Resolution No. 95-155, recorded in the public records of Collier County, Florida, in OR Book 2035, Pages 1367 through 1372, located immediately adjacent to the north line of said Lot 28. y " ~, EXHIBIT j) PIIge-L. 01....2...- l I ~ \ r , t lli , . II p ~. 'Ii ji i-! ,~, (/1 .~I i . I,' l" r!'l l ."",i; ll'l' (0 I' " ,l;{ ~ .ll!!iil , tlf "I'. i j ...~ ) '- !!II r- -j-; '" a;' ..~ II II~ I' , , '\ ~ "I i la ~'irGATE ~ d ". c:: <: Z<S ill k,--- .! 1'\" -~ ' ,~~ I I " I ,. " ~ , ~ i I ~ . ...."/.I:oo,e_ rl ~~\ ,~,r-----------~ ~ ,1--'" - ,~ "1 ~---- · -T-'- 1"- -=;-,;~='----.: ___ l~- ""._-c:. ____ I '--+,- I -- I ~18 ~ :l" I ~ lSi d; i , ~ ~ . . "n I + "t '~. ~i" I . . , I + ~ I II II! I n Ii .. trL " ii !.1-ll lr+l' + , 1J.1 - i !! -- _,(;!P~ ('T"_'-l ?, ~~ -~.,_.,/~ Jfo-Ff~ 6 [2-10108 EXECUTIVE SUMMARY Recommendation to approve the proposed "No Parking" signs on Spanish Oaks Lane at Oakes Neighborhood Park. Obiective: To approve for the proposed four (4) "No Parking" signs to be placed along the south side of Spanish Oakes Lane at Oakes Neighborhood Park. Considerations: On February 13, 2007, staff responded to Community Development Environmental Services (CDES) review comments to install "No Parking" signs. According to the review comments, "No Parking" signs on Spanish Oaks Lane were permissible. On April 2, 2008, Right of Way Permitting rejected Parks and Recreation permit application asking Parks to delete the "No Parking" signs that was proposed by CDES for the project. The park entrance is located on the south side of Spanish Oaks Lane. It is a two way roadway, 30' wide with 30 MPH speed limit. This is a neighborhood park and for the safety of the public "No Parking" signs should be installed. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. Fiscal Impact: Funds are budgeted from Oakes Neighborhood Park project, Parks and Recreation Ad Volerem Capital Projects, Fund #306. Growth Manaaement Impact: "No Parking" signs have no impact to the Growth Management Plan. Recommendation: That the Board of County Commissioners approves the "No Parking" signs on Spanish Oaks Lane. Prepared by: Tony Ruberto, Senior Project Manager, Parks and Recreation Department Page I of I COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Meeting Date: Recommendation to approve the proposed No Parking signs on Spanish Oakes Lane at Oakes Neighborhood Park. 8/26/20089:00:00 AM Prepared By Tony Ruberto Project Manager Date Public Services Parks and Recreation 7/2/20089:39:17 AM Approved By Tony Ruberto Project Manager Date Public Services Parks and Recreation 7/2/20082:18 PM Approved By Kerry Runyon Regional Manager Date Public Services Parks and Recreation 7/3/200810:39 AM Approved By Barry Williams Director Date Public Services Parks and Recreation 718/20085:20 PM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin. 7/9/20082:54 PM Approved By OMB Coordinator OMB Coordinator Date County Manager's Offjc~~ Office of Management & Budget 7/29120082:09 PM http://bccagendaJIntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 12814 8/26/2008 ''Y','';J ~ ,,--,,-,,-,", X mrv^31n08 S3>rVO ..: /: ".v"r - II ~,;~ ~-'C;:::~ "-:..', I' q',CJ-,:"'i:lli - - ~ i. ,';_- -,------' ,,~f-"~'~"~-------;-~-------- c/ 'II i.: II, " li,i;,;i"::~",',;".,':."'!; l' ",."""T,',"":,~,"!' ~!l 'I I !tlll'\' :'1 ,,\'r'4 "j ~ :::::::1:::::::::::, ~H ' 'lit' I ;~,:R' _ ... ,),!"I'> s ~~1\~~:iJ~~~:J~'l'~S8o~;; ~~ ;:~",:,;t~ .::1':",': w ~~p~~~~~p~~~,.;;~je~lil '" 11,1:.1 ~1(1':;~r'~ ": ':: i'.;,i)/. ~ ~ ~~; ~~;: ~~ ~~ ~~ ~~ ~~- II,' 'I ,,,.~ I ",,,,,,,,,,,,""", '. ".1 '\:''''111'' "Id . I,' I" ,I,: :' !Ii 11;;'i;l~i}~ fl~ i III I I " " ~ ;~ ~ ,;' : -' ~ ~ .! "I H "I',' 'II' ':;'1 '," ," I ;,'; I~!~ ill,':: ,',II' 'I.: i I~ I:; :" I_'~,\ +I,~II ; il';'+::kl. "I,',,',~I',',' I""~ ....l _~~ ~I' '" ':-~; - It !ll'l' ""II !I'I:~' 4,',!,'I,J I ~ ~ I _ " OJ ' I 1 i,:h ',;, I ~I,: j :ili~:, \.. -t, '1"1' ~'I!" ",'., Mi~ : F:11 i~'ii i :i:' \ { :;~ ~~",:;:I it,"~j" ,~~ " l :1 l~ ,~I~ IL . lil[ ,~: 11:!fil'; k: "ll".' aW it:'H ~ ~~ ~: i;!;~:\!;;~j'!\';..'1 ,," ""'I..:.!!"""".' '-...~.",,;... ~":,"""'I:(;,:"j ,'1J'.." ,!I~, ~i hl'\ lilili ~ ~5~ ! I 0_'0 ~~~ e~R I. Jill ~~ i~~ 'hi'! 1~~~~ ' 2~n~ ~ :]. ~ ~ I " ., !, ~"~~~~ Hi i ~; ~DDQm~ !!!: --"-~!'~ - -.,.!-. , II ~: ~;H I' '~: ,"': " ,~ ! ,. .... " ,,' ,',;' ":"'~i'" ..', ""..-' '. : :~,'::~,~n m"i!W "' ~ ~ . . ~ ~ I'll!!! ',,:, . \ , i 1 , , a~'V^31(108 )..."'8 NOdCl'<t.1. ,.",,, .~""" """,'""" """ "'''''''__H''''''""....~"'''''"'"''''.,."........., ~'''':,:;~ l~ ;i ~ I ;;, ,i ilj~ ~:ii,f~ i z ~ I I !I I' .' 1: I! " ~' A> ' c. 'j..! /.-,1"'" .,,' j ~ i <1 , , "j , j , , , I 11, 11 , /: l~ , '0 -.-'111 ! I, ; I,;l " .~i .. .. 'I , . , '::.:,:, >; < . ~ z g ~ o ~ . w . ~ 5l ii5 . '" . w . ~ z ~ . ~ ~ ~ ~ o z o . ~ . M . ., .' !~~ ~;: :>~~ 0_. u . . 3 o u ~ ~ ~ ~~d~ Hi;~ ~ ~ ~ ~.'i)'; jLd . : ~ ~ , z; 'i;li "