CAC Agenda 04/08/2021April 8, 2021
Meeting Agenda and Notice
Coastal Advisory Comm itee (CAC)
Thursday, April 8, 2021 - 1:00 P.M.
Collier County Board Chambers
Collier County Government Center
3299 Tamiami Trail East, Third Floor, Naples, FL
Sunshine Law on Agenda Questions
2021 CAC MEETING DATES
I. Call to Order
II. Pledge of Allegiance
III. Roll Call
IV. Changes and Approval of Agenda
V. Public Comments
VI. Approval of CAC Minutes
January 14, 2021
VII. Staff Reports
Expanded Revenue Report
VIII. New Business
1. USACE Update
2. ES Renourishment Project (s) Recom m Endations
o Renourishment Project Area
3. ES Renourishment Design
o Renourishment Design Statement of Work
o Renourishment Design Cost Proposal
4. ES Beach Compatible Sand Supply ITB 21-77827
o Bid Tabulation Sand Supply_
5. ES CSA 2021 Hardbottom Monitoring
o CSA Proposal
6. ES Bid No. 21-�867 Dune Restoration Project
o Bid Tabulation Dune Restoration
7. ES Aptim Wiggins & Doctors Pass Dredge
o Aptim Proposal - Wiggins & Doctors Pass Dredge
IX. Old Business
X. Announcements
XI. Committee Member Discussion
XII. Next Meeting Date/Location
May 13, 2021 at 1:oo p.m.
XIII. Adjournment
All interested parties are invited to attend, and to register to speak and to submit their objections, if any, in
writing, to the board prior to the meeting if applicable.
For more information, please contact Andrew Miller at (239) 252-2922.
If you are a person with a disability who needs any accommodation in order to participate in this proceeding, you
are entitled, at no cost to you, to the provision of certain assistance. Please contact the Collier County Facilities
Management Department located at 3301 East Tamiami Trail, Naples, FL 34112, (239) 252-838o•
Public comments will be limited to 3 minutes unless the Chairman grants permission for additional time.
Collier County Ordinance No. 99-22 requires that all lobbyists shall, before engaging in any lobbying activities
(including, but not limited to, addressing the Board of County Commissioners) before the Board of County
Commissioners and its advisory boards, register with the Clerk to the Board at the Board Minutes and Records
Department.
January 14, 2021
MINUTES OF THE COLLIER COUNTY COASTAL ADVISORY
COMMITTEE MEETING
Naples, Florida, January 14, 2021
LET IT BE REMEMBERED, the Collier County Coastal Advisory Committee, in and for
the County of Collier, having conducted business herein, met on this date at 1:00 P.M. in
REGULAR SESSION at Administrative Building "F", 3rd Floor, Collier County
Government Complex Naples, Florida with the following members present:
CHAIRMAN:
VICE CHAIRMAN:
David Trecker
Joseph Burke
Steve Koziar
Thomas McCann
Jim Burke
Robert Raymond
Erik Brechnitz
Robert Roth (Excused)
Raymond Christman
ALSO PRESENT: Andy Miller, Principal Project Manager
Colleen Greene, Assistant County Attorney
Amy Patterson, Director, Capital Project Planning
1
January 14, 2021
Any persons in need of the verbatim record of the meeting may request a copy of the video recording
from the Collier County Communications and Customer Relations Department or view online.
I. Call to Order
Chairman Trecker called the meeting to order at 1:00 P.M.
II. Pledge of Allegiance
The Pledge of Allegiance was recited.
III. Roll Call
Roll call was taken, and a quorum was established.
IV. Changes and Approval of Agenda
Mr. Koziar moved to approve the Agenda subject to addition of Item VII.2 — Update on 2021
projects. Second by Mr. Raymond. Carried unanimously 8 — 0.
V. Public Comments
None
VI. Approval of CAC Minutes
1. October 8, 2020
Mr. Raymond moved to approve the minutes of the October 8, 2020 as submitted. Second by Mr.
Joseph Burke. Carried unanimously 8 — 0.
VII. Staff Reports
1. Expanded Revenue Report
The Committee reviewed the "FY21 TDC Revenue Report" dated December 31, 2020.
The Committee expressed concern on the Board of County Commissioners action to utilize
approximately $33M in reserve funds to finance cost overruns at the newly constructed Sports
Complex.
Ms. Patterson reported the goal is to "pay back" the funds and she will forward the details on the
funding allocation to the Committee for their review.
2. Update on 2021 Projects
Mr. Miller noted the following activities are slated for 2021:
• Beach and inlet monitoring.
• Renewing the Sand Supply Contract.
• Design for the Fall truck haul renourishment project.
• Review of the 10-year plan and budget — May.
• LGFR grant applications (Local Government Funding Requests).
• Fall truck haul renourishment for Naples and Vanderbilt beaches — November.
• US Army Corps of Engineers Collier County Coastal Storm Risk Management Feasibility
Study - Agency decision milestone completed December 2020. Next steps:
• Final Approval by USACE anticipated in September 2021.
• Forwarded to Congress for approval and appropriation.
• Updates to the County website reflecting status.
• County responsible for 35 percent of projects funding — commitment timeline TBD.
• Possible workshop with City of Marco Island representatives.
2
January 14, 2021
VIII. New Business
1. ES FDEP 21COI Agreement
• FD. EP 21COI Agreement
Mr. Miller presented Executive Summary "Recommendation to approve Agreement No. 21 CO]
with the Florida Department of Environmental Protection (FDEP) Bureau of Beaches and
Coastal Systems Beach Management Funding Assistance Program for funding reimbursement
and support for Collier County Beach Renourishment and Inlet Management Projects" for
consideration noting that the grant provides for partial cost -share reimbursement of 42.38% for
the construction and monitoring costs of the Vanderbilt, Park Shore and Naples beaches with a
total FDEP participation of not to exceed more than $5,888,065.00 (from 1/l/2019 to
12/31/2023).
Mr. Brechnitz moved to recommend the Board of County Commissioners Agreement No.
21 COl with the Florida Department of Environmental Protection (FDEP) Bureau of
Beaches and Coastal Systems Beach Management Funding Assistance Program for funding
reimbursement and support for Collier County Beach Renourishment and Inlet
Management Projects. Second by Mr. Raymond. Carried unanimously 8 — 0.
2. ES FDEP 20003 Amendment 1
• FDEP 20003 Amendment 1
Mr. Miller presented Executive Summary "Recommendation to approve Amendment No. I to
Agreement 20003 with the Florida Department of Environmental Protection Bureau of
Beaches and Coastal Systems Beach Management Funding Assistance Program for Dredging
of Wiggins Pass, and make a finding that this item promotes tourism " for consideration noting:
• That FDEP Agreement No. 20003 was approved by the Board of County
Commissioners on September 24, 2019.
• The purpose of the Agreement is to enter into a cost share reimbursement agreement
with FDEP for implementing the Inlet Management Plan for Wiggins Pass as approved
by FDEP.
• Amendment No. 1 to the Agreement increases the amount of funding available
monitoring reimbursement from $76,500 to $204,530.00 and adds Task 2 (construction)
in the amount of $719,040.50.
• The additional reimbursement is for the interim dredging of Wiggins Pass completed in
the Spring of 2020 and the pass monitoring.
Mr. McCann moved to recommend the Board of County Commissioners approve
Amendment No. I to Agreement 20003 with the Florida Department of Environmental
Protection Bureau of Beaches and Coastal Systems Beach Management Funding Assistance
Program for Dredging of Wiggins Pass and finds the item promotes tourism. Second by Mr.
Jim Burke. Carried unanimously 8 — 0.
3. ES Collier Creek Work Order
• APTIM Collier Creek Work Order
Mr. Miller presented Executive Summary "Recommendation to approve a Work Order under
Contract #18-7432-CZ to provide engineering services for Collier Creek Final Permitting,
Design, and Construction Services for time and material not to exceed $179,837.97 to APTIM
January 14, 2021
Environmental & Infrastructure, LLC. and make a finding that this expenditure promotes
tourism " for consideration noting:
• That the proposal is for obtaining professional engineering services and moving
forward with the design of Collier Creek Dredge and Erosion Control Structures
project.
• The work requires a major modification to the existing permit and lengthens the dredge
cycle in the area from 2 — 3 years to approximately 8 years.
Mr. Brechnitz moved to recommend the Board of County Commissioners approve a Work
Order under Contract #18-7432-CZ to provide engineering services for Collier Creek Final
Permitting, Design, and Construction Services for time and material not to exceed
$179,837.97 to APTIM Environmental & Infrastructure, LLC and finds the expenditure
promotes tourism. Second by Mr. McCann. Carried unanimously 8 — 0.
4. ES FDEP 20002 Amendment 1
• FDEP 20002 Amendment 1
Mr. Miller presented Executive Summary "Recommendation to approve Amendment No. I
Agreement 20002 with the Florida Department of Environmental Protection Bureau of
Beaches and Coastal Systems Beach Management Funding Assistance Program for South
Marco Island Beach Nourishment and make a finding that this item promotes tourism " for
consideration noting that the increase in funding for the monitoring is in relation to the
oversight during the design and construction of the project which was completed in the spring
of 2020.
Mr. Koziar moved to recommend the Board of County Commissioners approve Amendment
No. 1 to Agreement 20002 with the Florida Department of Environmental Protection
Bureau of Beaches and Coastal Systems Beach Management Funding Assistance Program
for South Marco Island Beach Nourishment and finds the item promotes tourism. Second
by Mr. Raymond. Carried unanimously 8 — 0.
IX. Old Business
None
X. Announcements
None
XI. Committee Member Discussion
Chairman Trecker reported that in February, the Board of County Commissioners will be hearing the
three recommendations proposed by the Committee to aid in addressing water quality issues in the
County as follows:
1. Improve compliance with the County Fertilizer Ordinance.
2. Form a working group to meet with lawn/landscape maintenance companies that work in Collier
County to ensure the necessary training and certification to comply with the fertilizer ordinance.
and the understanding to adjust fertilizer levels when using recycled water for irrigation.
3. Make a recommendation as to the cost -benefit of installing Advanced Wastewater Treatment to
reduce nutrient levels in recycled irrigation water.
El
January 14, 2021
XII. Next Meeting Date/Location
February 11, 2021— Government Center, Administration Bldg. F, 3rd Floor
There being no further business for the good of the County, the meeting was adjourned by order
of the chair at 1:50 P.M.
Collier County Coastal Advisory Committee
David Trecker, Chairman
These minutes approved by the Board/Committee on
as presented
or as amended
COLLIER COUNTY TOURIST DEVELOPMENT TAX REVENUE
FY 21 TDT Collections Report
28-Feb-2021
Fund Reporting
Fund
Adopted Budget
Updated Annual
Forecast
Budgeted YTD
YTD Actual
Variance to
Budgeted YTD
Beach Park Facilities
183
184
193
194
195
196
198
758
894,000
926,923
275,764
328,747
52,983
TDC Promotion
8,383,100
8,691,824
2,585,862
3,082,036
496,174
Non -County Museums
477,000
494,566
147,136
175,121
27,985
TDC Admin
Beach Renourishment
9,734,100
10,092,577
3,002,593
3,578,807
576,214
Disaster Recovery
County Museums
1,917,900
1,988,530
591,598
705,454
113,856
TDC Capital
3,566,000
3,697,325
1,099,973
1,311,464
211,491
Gross Budget
24,972,100
25,891,745
7,702,926
9,181,629
1,478,703
Less!%Rev Res
1,248,600
3.68%
%Over/Under Bud 19.2%
Net Budget 23,723,500
Collections
Month Reported
Actual
Cum YTD
% Budget
Collected to
Date
% Variance
FY20
Collections
% Variance FY19
Collections
% Variance FY18
Collections
Nov
1,186,011
1,186,011
4.75%
-15.14%
21.239/.
4.16%
Dec
1,586,810
2,772,821
11.100/0
-23.28%
32.63%
-3.20%
Jan
2,872,083
5,644,904
22.60%
-10.449/6
54.120/.
9.250/6
Feb
3,536,725
9,181,629
36.77%
-22.11%
19.250/.
-6.111/6
Mar
-
9,181,629
36.77%
n/a
n/a
n/a
Apr
9,181,629
36.77%
n/a
n/a
n/a
May
9,181,629
36.77%
n/a
n/a
n/a
June
91181,629
36.77%
n/a
n/a
n/a
July
9,181,629
36.77%
n/a
n/a
n/a
Aug
9,181,629
36.77%
n/a
n/a
n/a
Sept
9,181,629
36.77%
n/a
n/a
n/a
Oct
9,181,629
36.77%
n/a
n/a
n/a
Total
9,181,629
9,181,629
YTD
18.12%
31.09%
-0.98%
25.891.745
Budget Comparison
5 Yr History -Cum
5 Yr History-
Monthly
Budgeted
Collections
Actual
Collections
Budget to Actual
Variance
Updated
Forecast
Nov
4.2%
4.2%
1,058,305
1,186,011
127,705
1,186,011
Dec
9.60/6
5.40/.
1,347,809
1,586,810
239,001
1,586,810
Jan
18.1 /
8.5%
2,113,016
2,872,083
759,067
2,872,083
Feb
30.80/6
12.7%
3,183,796
3,536,725
352,930
3,536,725
Mar
45.1%1
14.3%
3,562,928
3,384,782
Apr
63.6%
18.5%
4,609,137
4,378,680
May
75.60/6
12.00/6
3,009,090
2,858,635
June
82.20/6
6.6%
1,636,491
1,636,491
July
87.20/6
5.00/6
1,249,990
1,249,990
Aug
92.10/6
5.00/6
1,241,200
1,241,200
Sept
96.30/6
4.10/6
1,025,231
1,025,231
Oct
100.0%
3.7%
935,107
935,107
Total
100.0%
100.0%
24,972,100
9,181,629
1,478,703
25,891,745
%over/(under)budget
19.2%
3.683%
Tourist Development Tax Collection Curve
$5,000,000
$4,500,000
$4,000,000
$3,500,000
�ARual Colle4ons
$3,000,000
$2,500,000
$2,000,000
$1,500,000
$1,000,000
$500,000
z o LL Q ¢ N O
Month Reported
3/8/202112:01 PM H:\Revenue Report\TDC 2 Receipts FY19 and Forward
COLLIER COUNTY TOURIST DEVELOPMENT TAX REVENUE
FY 21 TDT Collections Report
28-Feb-2021
Fund Reporting
Fund
Adopted Budget
Updated Annual
Forecast
Budgeted YTD
YTD Actual
Variance to
Budgeted YTD
Beach Park Facilities
183
184
193
194
195
196
198
758
894,000
926,923
275,764
328,747
52,983
TDC Promotion
8,383,100
8,691,824
2,585,862
3,082,036
496,174
Non -County Museums
477,000
494,566
147,136
175,121
27,985
TDC Admin
-
-
-
-
-
Beach Renourishment
9,734,100
10,092,577
3,002,593
3,578,807
576,214
Disaster Recovery
-
-
-
-
-
County Museums
1,917,900
1,988,530
591,598
705,454
113,856
TDC Capital
3,566,000
3,697,325
1,099,973
1,311,464
211,491
Gross Budget
24,972,100
25,891,745
7,702,926
9,181,629
1,478,703
Less 5% Rev Res
1,248,600
3.68%
% Over/(Under Bud 19.2 %
Net Budget 23,723,500
Collections
Month Reported
Actual
Cum YTD
% Budget
Collected to
Date
% Variance
FY20
Collections
% Variance FY19
Collections
% Variance FY18
Collections
Nov
1,186,011
1,186,011
4.75%
-15.14%
21.23%
-4.16%
Dec
1,586,810
2,772,821
11.10%
-23.28%
32.63%
-3.20%
Jan
2,872,083
5,644,904
22.60%
-10.44%
54.12%
9.25%
Feb
3,536,725
9,181,629
36.77%
-22.11%
19.25%
-6.11%
Mar
-
9,181,629
36.77%
n/a
n/a
n/a
Apr
-
9,181,629
36.77%
n/a
n/a
n/a
May
-
9,181,629
36.77%
n/a
n/a
n/a
June
-
9,181,629
36.77%
n/a
n/a
n/a
July
-
9,181,629
36.77%
n/a
n/a
n/a
Aug
Sept
-
-
9,181,629
36.77%
n/a
n/a
n/a
9,181,629
36.77%
n/a
n/a
n/a
Oct
-
9,181,629
36.77%
n/a
n/a
n/a
Total
9,181,629
9,181,629
YTD
-18.12%
31.09%
-0.98%
25,891,745
3/8/202112:02 PM H:\Revenue Report\TDC 2 Receipts FY19 and Forward
COLLIER COUNTY TOURIST DEVELOPMENT TAX REVENUE
FY 21 TDT Collections Report
28-Feb-2021
Budget Comparison
5 Yr History -Cum
5 Yr History-
Monthly
Budgeted
Collections
Actual
Collections
Budget to Actual
Variance
Updated
Forecast
Nov
4.2%
4.2%
1,058,305
1,186,011
127,705
1,186,011
Dec
9.6%
5.4%
1,347,809
1,586,810
239,001
1,586,810
Jan
18.1%
8.5%
2,113,016
2,872,083
759,067
2,872,083
Feb
30.8%
12.7%
3,183,796
3,536,725
352,930
3,536,725
Mar
45.1%
14.3%
3,562,928
-
-
3,384,782
Apr
63.6%
18.5%
4,609,137
-
-
4,378,680
May
75.6%
12.0%
3,009,090
-
-
2,858,635
June
82.2%
6.6%
1,636,491
-
-
1,636,491
July
87.2%
5.0%
1,249,990
-
-
1,249,990
Aug
Sept
Oct
92.1%
5.0%
1,241,200
-
-
-
-
1,241,200
96.3%
4.1%
1,025,231
-
1,025,231
100.0%
3.7%
935,107
-
935,107
Total
I 100.0%
100.0%1
24,972,100
9,181,629
1 1,478,703
25,891,745
% over/(under) budget
19.2%
3.683%
$5,000,000
$4,500,000
Tourist Development Tax Collection Curve
$4,000,000
-Budgeted Collections
$3,500,000
$3,000,000
-Actual Collections
$2,500,000
$2,000,000
$1,500,000
$1,000,000
$500,000
>
Month Reported
3/8/202112:02 PM H:\Revenue Report\TDC 2 Receipts FY19 and Forward
I1W40119I1WAA/ ''UJ lu/_X; Al
Recommendation to approve the fall truck haul beach renourishment project for the Vanderbilt
Beach and Naples Beach scheduled for November 2021 with a not -to -exceed project cost of
$7,302,924.50; authorize all necessary budget amendments; and make a finding that this item
promotes tourism (Projects 90066 and 90068).
OBJECTIVE: To obtain a recommendation approving the project and funding for the 2021 truck haul
beach renourishment project.
CONSIDERATIONS: Staff is seeking project approval and authorization for a budget amendment for a
150,000 CY truck haul beach renourishment project for Vanderbilt Beach and Naples Beach segments for
a not to exceed cost of $7,302,924.50, which shall include but not be limited to the following cost
estimates:
• Engineering design, permitting, inspections and project certification - $157,789
❑ Sand purchase by the County - $2,343,000
• Construction
➢ Mobilization- $100,000
➢ Transportation, distribution, and placement of beach sand - $3,550,000
➢ Maintenance of Traffic - $100,000
➢ Construction surveys - pre, post, and record survey - $202,135.50
❑ Staff inspectors and inspections
➢ Turbidity monitoring - $80,000
➢ QA/QC inspections of delivered sand and truck chain -of -custody control - $120,000
➢ Geotechnical sampling and analysis - $25,000
❑ Shorebird monitoring - $25,000
• Contingency - $600,000
The cost estimate is based on recent historical pricing to support an anticipated construction start date of
November 1, 2021. Placement of this sand is expected to renourish these sections of the beach for a
design life of three (3) years, assuming no exceptional storms, hurricanes, or unexpected weather
conditions.
All individual project expenditures as estimated above will be presented and approved by the BCC prior
to execution of funds.
Pelican Bay also intends to renourish their beaches coincident with the Vanderbilt Beach Renourishment
under the same County approved contract as Vanderbilt and Naples beaches. The County's itemized costs
do not include expenditures for Pelican Bay Beach. All costs associated with Pelican Bay's beach
renourishment will be funded through the Pelican Bay Services Division.
FISCAL IMPACT: Funding for this renourishment is provided in the Tourist Development Tax, Fund
(195) Beach Renourishment, projects 90066 and 90068, and is being requested of both the Tourist
Development Council (TDC) and Board of County Commissioners (BCC) for FY2021.
An FY 21 budget amendment will be required to realign project budgets within the Tourist Development
Tax Fund (195) Beach Renourishment to fund a contract with Coastal Protection Engineering, LLC to
provide professional engineering services for the Vanderbilt Beach and Naples Beach segments.
The Partial reimbursement of this work may be provided by the Florida Department of Environmental
Protection (FDEP).
GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to
this action.
ADVISORY COMMITTEE RECOMMENDATIONS: This item will be reviewed and approved by
the CAC on April 8, 2021 and by the TDC on April 26, 2021 prior to this item being presented to the
BCC for approval on 05/11/2021.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority
vote for approval. — CMG
RECOMMENDATION: To approve the fall truck haul beach renourishment project for the Vanderbilt
Beach and Naples Beach scheduled for November 2021 with a not -to -exceed project cost of
$7,302,924.50; authorize all necessary budget amendments; and make a finding that this item promotes
tourism (Projects 90066 and 90068).
Prepared By: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and
Program Management Division
G i.. M
CC
r. ppO2i Au,a.�
key [ �� I � = L-H�i.S• � ->i�1y'
14
TA
any t �... ;� �� r� >i•;o- 1`
�i �' 4 •.�lC 1 �."
1 • AIL' "• .k "�al'! � i
I,s���
Miksri RAO, q.
is ,� ,•.'��1ii I ` -[[y. _ �{
LL_
aS
a N
k.: m
I1W40119I1WAA/ ''UJ lu/_X; Al
Recommendation to recommend approval to award an agreement to Coastal Protection Engineering,
LLC for Request for Professional Services ("RPS") No. 21-7828, "Design, Engineering and
Permitting Services for Beach Re -Nourishment Projects" in the amount of $524,595.50 (Projects
90066, 90068 & 50126) and make a finding that these expenditures promote tourism.
OBJECTIVE: To obtain professional engineering services for FY2022 Collier Beaches Renourishment
project.
CONSIDERATIONS: The Coastal Zone Management Section is responsible for maintaining critically
eroded beaches of Collier County. Annual beach renourishment projects range in size and scope at the
critically eroded reaches of Vanderbilt, Pelican Bay, Naples, and South Marco Island beaches. The Coastal
Zone Management FY20-21 10-year planning document, approved by the Board of Collier County
Commissioners on September 22, 2020 (Item 16.A.8), budgeted for renourishments to Vanderbilt, Pelican
Bay, and Naples beaches.
On February 23, 2021, the Board accepted the selection committee ranking and authorized staff to negotiate
an agreement with the top ranked firm, Coastal Protection Engineering LLC, for RPS No. 21-7828,
"Design, Engineering and Permitting Services for Beach Re -Nourishment Projects" (Agenda Item
16.A.15). Consistent with the Section 287.055 of the Florida Statutes, the Consultants' Competitive
Negotiation Act, staff negotiated and reached a proposed agreement with Coastal Protection Engineering
LLC. for a contract in the amount of $524,595.50 for all professional services.
The total contract amount negotiated subject to the Board's approval is for Design, Engineering and
Permitting services for beach renourishment at Naples, Vanderbilt, and Pelican Bay Beaches. (Pelican Bay
Foundation will reimburse the County for its share of these services.)
FISCAL IMPACT: Funds for this contract, in the amount of $524,595.50, are available from the
following:
Naples Beach: 195-90068 $245,441.50,
Vanderbilt Beach 195-90066 $203,466.00
Pelican Bay Beach: 322-50126 $75,688.00
Partial reimbursement of this work may be provided by the Florida Department of Environmental Protection
(FDEP).
GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this
Executive Summary.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for approval. — CMG
ADVISORY COMMITTEE RECOMMENDATIONS: This item will be reviewed by the CAC on April
8, 2021 and by the TDC on April 26, 2021 prior to this item being presented to the BCC for approval on
05/11/2021.
RECOMMENDATION: Recommendation to recommend approval to award an agreement under RPS
No. 21-7828, "Design, Engineering and Permitting Services for Beach Re -Nourishment Projects" to
Coastal Protection Engineering, LLC in the amount of $524,595.50 (Projects 90066 and 90068) and make
a finding that these expenditures promote tourism.
Prepared By: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and
Program Management Division, Growth Management Department.
SCHEDULE A
Statement of Work
21-7828 Design, Engineering and Permitting Services for Beach Re -Nourishment Projects
Introduction
CONSULTANT and CONSULTANT'S Subcontractor/Subconsultant will provide all labor and equipment to
complete the engineering and survey services described in this statement of work to support Collier
County's (County) next beach renourishment project. The beach renourishment project is anticipated to
include placement of approximately 150,000 to 250,000 cy of sand along beaches in Naples Beaches (R-
60 to R-79), Vanderbilt Beach (R-22 to R-30), and/or Pelican Bay (R-31 to R-37), depending on beach
conditions and County goals.
The scope of services described herein is organized by project area assuming a 60-day construction period
for Vanderbilt and Naples beaches and includes options for an extended construction period at each of
those reaches and Pelican Bay for an additional 30 days in total. The following assumptions apply to the
construction phases of work:
• The project will be built via truck haul methods.
• The County will bid and construct project reaches concurrently.
• Construction deliverables may be provided as joint deliverables for project areas as practical.
• Construction duration estimates:
o Naples & Vanderbilt beaches
■ Base Construction Period: 60 days
■ Extended Construction Period: 20 days
o Pelican Bay Option
■ 10 days
• County inspectors will collect weight tickets, observe delivered sand quality and beach
construction, and reconcile sand mine records with weight tickets collected at the beach.
• The following monitoring tasks and related coordination are not part of this scope of work:
o Turbidity Monitoring
o Shorebird Monitoring
o Marine Turtle Monitoring
o Biological Monitoring (hardbottom, SAV, etc.) Surveys
o Post -Construction (2021 and beyond) Countywide Physical Monitoring
Task Description
1 Naples - Design for Beach Renourishment:
CONSULTANT engineers will review the physical monitoring results and perform engineering analysis to
refine project reach extents and estimate volumes needed. Project reaches will be selected for design in
consultation with the County based on the beach width conditions measured by the January 2021 physical
monitoring surveys. The goal of the design will be to place material including advanced nourishment so
1
that the project area will be able to absorb typical erosion over the County's desired design life. After
review of the preliminary volume estimates, an analysis will be conducted to optimize placement areas
and volumes. CONSULTANT will finalize the quantities and fill areas based on consultation with Collier
County.
Once the County has reviewed and approved CONSULTANT's proposed design including project reach
extents and approximate fill quantities, CONSULTANT will work to prepare construction documents
including technical specifications, detailed construction plans, and bid form. The CONSULTANT
engineering team will work with CONSULTANT specialists to prepare construction plans that will include
survey control provided and reviewed by CONSULTANT'S Subcontractor/Subconsultant, cross sections
illustrating project design details including elevations, slopes, and tolerances, and plan view drawings
indicating staging areas, construction access points, fill placement areas, construction baseline and project
stationing, and relevant environmental resources or restrictions.
The construction plans and volumes for bidding will be based on the 2021 annual physical monitoring
surveys previously conducted by others. Technical specifications to accompany the construction plans will
integrate the Sediment QA/QC plan, environmental standards, and permit conditions into the work.
CONSULTANT will provide draft construction plans and specifications to the County for their review and
input.
While Collier County staff are reviewing the draft construction plans and technical specifications for this
project, CPE will contact construction contractors who have successfully constructed projects of similar
scope. Based on feedback from contractors, truck hauling distances from the County's selected sand
supplier to the project reaches, previous bid prices, and sound engineering judgement, CONSULTANT will
finalize the opinion of probable construction cost including allowances or as required by County
procurement. The opinion of probable cost will include project features as itemized on the bid form and
detail the assumptions made.
CONSULTANT is committed to supporting the County in constructing this project as early as possible,
without impact to sea turtle nesting and will work to have construction plans, specifications and bidding
documents prepared by 7/1/2021, or earlier, provided that required documentation such as survey data
and executed contract documents are received in a timely manner.
Deliverables: For Task 1, CONSULTANT will submit to the County an engineer's opinion of
probable construction cost and two reproducible 11" x 17" engineering scaled sets of signed and
sealed construction drawings along with one electronic copy of both AutoCAD and Adobe PDF
files, and two reproducible sets of technical specifications along with Microsoft Word and Adobe
PDF electronic copies of files for the County to assemble the bid documents. These construction
documents will be provided as a combined set covering Naples, Vanderbilt, and/or Pelican Bay
beaches.
2 Naples - Bid Process and Contract Procurement
CONSULTANT will support the County in their bidding of the project and provide technical support to the
County during the construction contract procurement process. CONSULTANT will attend and present at
the pre -bid meeting, assist the County in issuing addenda, if needed, to interpret, clarify or expand upon
the bid documents, and make a recommendation for award to the lowest responsive/responsible bidder
in accordance with County procurement policies.
2
Deliverables: For Task 2, CONSULTANT will submit a written recommendation for award to the
County for this construction contract.
3 NaDles - Construction Administration
CONSULTANT will serve as Engineer of Record in a support role to the County assisting in administering
the construction of this beach renourishment project. To allow for construction commencement in late
2021, CONSULTANT will support the County in coordinating with the County's selected sand supplier for
stockpiling and production testing of beach sand and their selected biological monitoring firm for a pre -
construction hardbottom survey during the summer of 2021.
Based on pre -construction surveys, CONSULTANT will coordinate with the County to refine the project
design and planned fill volumes for contracting. Immediately prior to construction, based on before -
placement surveys on 200-ft stations collected by CONSULTANT'S Subcontractor/Subconsultant,
CONSULTANT will review and discuss the current conditions with the County to confirm contracted
quantities. CONSULTANT will then provide a fill placement table by 200-ft stations to assist the County in
tracking construction progress and assist the Contractor in proper distribution of contracted project fill
quantities.
CONSULTANT will plan to submit NTP required items in sequence, as soon as they are available, to aid in
timely agency reviews. The NTP request will be finalized once the construction contractor has been
awarded and provides turbidity monitoring qualifications and an Environmental Protection Plan for the
project. During the pre -construction phase, CONSULTANT will review the contractor's work plan and
submittal forms including those needed for the agency NTP request prior to submitting to the permitting
agencies. This will include up to one round of work plan revisions from the contractor.
CONSULTANT will coordinate with agency representatives, the County, construction contractor, marine
turtle permit holder, and sand supplier to schedule the permit required pre -construction conference
based on the anticipated construction commencement date. To meet permit requirements, CONSULTANT
professional staff will be prepared to present and discuss relevant permit conditions and support the
County in presenting project goals and details. CONSULTANT will assist the County during the contractor
pre -construction meeting immediately following or immediately before the agency pre -construction
meeting to discuss contract obligations, chain of communication expectations and points of contact, and
to clarify project details and logistics.
A CONSULTANT engineer will attend weekly construction progress meetings with the County and
Contractor to cover work progress and schedule, conformance to plans and specifications, and other
relevant issues for discussion.
Once fill sections have been completed by the contractor, CONSULTANT engineers and surveyors commit
to working together for quick measurement and analysis of the placed material to support
recommendations to the County for acceptance or rejection of fill sections throughout construction.
CONSULTANT will review the contractor's pay applications monthly, reconcile and/or review the progress
pay volumes/tonnage based on weights tickets collected and recorded by the County at the beach and
physical surveys.
CONSULTANT team will remain in contact and available to County staff for tracking project progress,
reporting volume placed as measured by the construction surveys, reviewing contractor submittals, and
3
providing technical advising as it relates to project design or permit conditions. CONSULTANT will review
daily contractor reports and submit turbidity monitoring reports to appropriate agency contacts
throughout construction. As the need arises, CONSULTANT team will assist the County in preparing field
changes, change orders, or contract modifications, and making determinations on non -conforming or
unauthorized work.
Once the County has deemed a project reach substantially complete, the engineer will work with County
staff to develop a punch list of items needing completion or correction prior to final acceptance of the
project and provide written recommendations to the County concerning acceptability of the work done.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 3, CONSULTANT will provide:
• Permit required Notice to Proceed items.
• Meeting minutes for the pre -construction conference and construction progress meetings.
• Recommendations to the County for acceptance or rejection of fill sections throughout
construction.
• Recommendations to the County for payment of invoices to the Contractor.
• Substantial completion punch list.
4 NaDles - Pre -Construction. Construction, and Post -Construction Surve
Work under Task 4 will be performed by CONSULTANT'S Subcontractor/Subconsultant.
Subcontractor/Subconsultant will collect pre -construction beach surveys within 90 days of the anticipated
construction start date in compliance with the project permits. During construction,
Subcontractor/Subconsultant surveyors will be onsite performing surveys in coordination with
CONSULTANT engineers to track daily progress. Following completion of construction, CONSULTANT'S
Subcontractor/Subconsultant will perform post -construction surveys of the full project area as required
by the permit's Physical Monitoring Plan. All surveys and reporting will be conducted in accordance with
the Florida Department of Environmental Protection (FDEP) Monitoring Standards for Beach Erosion
Control Projects.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 4, CONSULTANT will provide the following in coordination with
Subcontractor/Subconsultant:
• Pre -construction ASCII/FDEP data files and signed and sealed/survey report.
• During -construction: Daily ASCII data files and plan view drawings.
• Post -Construction ASCII/FDEP data files and signed/sealed survey report.
4
5 Naples - Construction Observations and Project Certifications
In order to certify the project as required by Florida Department of Environmental Protection (FDEP) and
U.S. Army Corps of Engineers (USACE), a CONSULTANT Professional Engineer or their engineering
observer, will visit the construction sites once per week on average and during key construction
milestones. During engineering site visits, CONSULTANT staff will be focused on observing fill placement
activities to evaluate the project being constructed in accordance with the construction plans, technical
specifications, and project permits, and will com m Lnicate findings to the County staff.
Once the County has deemed a project reach substantially complete, a CONSULTANT professional
engineer will conduct a comprehensive review of the project reach during a walk through with County
staff. These observations will be used to prepare the punch list under Task 3.
In accordance with permit requirements, a CONSULTANT Professional Engineer will prepare the project
completion statement and certifications within 30 days. The certifications will be based on during
construction surveys and satisfies FDEP General Condition #11.
In accordance with the project's Physical Monitoring Plan, CONSULTANT will prepare a post -construction
engineering monitoring report. The post -construction report will be based on pre- and post -construction
project surveys and include key project details, volumes placed by reach, summarize the results of post -
construction sediment testing performed by the County's selected geotechnical laboratory, and
document environmental compliance tasks performed during construction. This report will be finalized
and submitted to agencies within 90 days of the post -construction survey.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 5, CONSULTANT will provide the following
• Project completion statement and certification within 30 days of project completion.
• Post -construction Engineering Monitoring Report within 90 days of post -construction
survey.
6 Vanderbilt - Design for Beach Renourishment:
CONSULTANT engineers will review the physical monitoring results and perform engineering analysis to
refine project reach extents and estimate volumes needed. Project reaches will be selected for design in
consultation with the County based on the beach width conditions measured by the January 2021 physical
monitoring surveys. The goal of the design will be to place material including advanced nourishment so
that the project area will be able to absorb typical erosion over the County's desired design life. After
review of the preliminary volume estimates, an analysis will be conducted to optimize placement areas
and volumes. CONSULTANT will finalize the quantities and fill areas based on consultation with Collier
County.
Once the County has reviewed and approved CONSULTANT's proposed design including project reach
extents and approximate fill quantities, CONSULTANT will work to prepare construction documents
including technical specifications, detailed construction plans, and bid form. The CONSULTANT
k,
engineering team will work with CONSULTANT specialists to prepare construction plans that will include
survey control provided and reviewed by CONSULTANT'S Subcontractor/Subconsultant, cross sections
illustrating project design details including elevations, slopes, and tolerances, and plan view drawings
indicating staging areas, construction access points, fill placement areas, construction baseline and project
stationing, and relevant environmental resources or restrictions.
The construction plans and volumes for bidding will be based on the 2021 annual physical monitoring
surveys previously conducted by others. Technical specifications to accompany the construction plans will
integrate the Sediment QA/QC plan, environmental standards, and permit conditions into the work.
CONSULTANT will provide draft construction plans and specifications to the County for their review and
input.
While Collier County staff are reviewing the draft construction plans and technical specifications for this
project, CONSULTANT will contact construction contractors who have successfully constructed projects of
similar scope. Based on feedback from contractors, truck hauling distances from the County's selected
sand supplierto the project reaches, previous bid prices, and sound engineering judgement, CONSULTANT
will finalize the opinion of probable construction cost including allowances or as required by County
procurement. The opinion of probable cost will include project features as itemized on the bid form and
detail the assumptions made.
CONSULTANT is committed to supporting the County in constructing this project as early as possible,
without impact to sea turtle nesting and will work to have construction plans, specifications and bidding
documents prepared by 7/1/2021, or earlier, provided that required documentation such as survey data
and executed contract documents are received in a timely manner.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 6, CONSULTANT will submit to the County an engineer's opinion of
probable construction cost and two reproducible 11" x 17" engineering scaled sets of signed and
sealed construction drawings along with one electronic copy of both AutoCAD and Adobe PDF
files, and two reproducible sets of technical specifications along with Microsoft Word and Adobe
PDF electronic copies of files for the County to assemble the bid documents. These construction
documents will be provided as a combined set covering Naples, Vanderbilt, and/or Pelican Bay
beaches.
7 Vanderbilt - Bid Process and Contract Procurement
CONSULTANT will support the County in their bidding of the project and provide technical support to the
County during the construction contract procurement process. CONSULTANT will attend and present at
the pre -bid meeting, assist the County in issuing addenda, if needed, to interpret, clarify or expand upon
the bid documents, and make a recommendation for award to the lowest responsive/responsible bidder
in accordance with County procurement policies.
Deliverables: For Task 7, CONSULTANT will submit a written recommendation for award to the
County for this construction contract.
11
8 Vanderbilt - Construction Administration
CONSULTANT will serve as Engineer of Record in a support role to the County assisting in administering
the construction of this beach renourishment project. To allow for construction commencement in late
2021, CONSULTANT will support the County in coordinating with the County's selected sand supplier for
stockpiling and production testing of beach sand and their selected biological monitoring firm for a pre -
construction hardbottom survey during the summer of 2021.
Based on pre -construction surveys, CONSULTANT will coordinate with the County to refine the project
design and planned fill volumes for contracting. Immediately prior to construction, based on before -
placement surveys on 200-ft stations collected by CONSULTANT'S Subcontractor/Subconsultant,
CONSULTANT will review and discuss the current conditions with the County to confirm contracted
quantities. CONSULTANT will then provide a fill placement table by 200-ft stations to assist the County in
tracking construction progress and assist the Contractor in proper distribution of contracted project fill
quantities.
CONSULTANT will plan to submit NTP required items in sequence, as soon as they are available, to aid in
timely agency reviews. The NTP request will be finalized once the construction contractor has been
awarded and provides turbidity monitoring qualifications and an Environmental Protection Plan for the
project. During the pre -construction phase, CONSULTANT will review the contractor's work plan and
submittal forms including those needed for the agency NTP request prior to submitting to the permitting
agencies. This will include up to one round of work plan revisions from the contractor.
CONSULTANT will coordinate with agency representatives, the County, construction contractor, marine
turtle permit holder, and sand supplier to schedule the permit required pre -construction conference
based on the anticipated construction commencement date. To meet permit requirements, CONSULTANT
professional staff will be prepared to present and discuss relevant permit conditions and support the
County in presenting project goals and details. CONSULTANT will assist the County during the contractor
pre -construction meeting immediately following or immediately before the agency pre -construction
meeting to discuss contract obligations, chain of communication expectations and points of contact, and
to clarify project details and logistics.
A CONSULTANT engineer will attend weekly construction progress meetings with the County and
Contractor to cover work progress and schedule, conformance to plans and specifications, and other
relevant issues for discussion.
Once fill sections have been completed by the contractor, CONSULTANT engineers and surveyors commit
to working together for quick measurement and analysis of the placed material to support
recommendations to the County for acceptance or rejection of fill sections throughout construction.
CONSULTANT will review the contractor's pay applications monthly, reconcile and/or review the progress
pay volumes/tonnage based on weights tickets collected and recorded by the County at the beach and
physical surveys.
CONSULTANT team will remain in contact and available to County staff for tracking project progress,
reporting volume placed as measured by the construction surveys, reviewing contractor submittals, and
providing technical advising as it relates to project design or permit conditions. CONSULTANT will review
daily contractor reports and submit turbidity monitoring reports to appropriate agency contacts
7
throughout construction. As the need arises, CONSULTANT team will assist the County in preparing field
changes, change orders, or contract modifications, and making determinations on non -conforming or
unauthorized work.
Once the County has deemed a project reach substantially complete, the engineer will work with County
staff to develop a punch list of items needing completion or correction prior to final acceptance of the
project and provide written recommendations to the County concerning acceptability of the work done.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 8, CONSULTANT will provide:
• Permit required Notice to Proceed items.
• Meeting minutes for the pre -construction conference and construction progress meetings.
• Recommendations to the County for acceptance or rejection of fill sections throughout
construction.
• Recommendations to the County for payment of invoices to the Contractor.
• Substantial completion punch list.
9 Vanderbilt - Pre -Construction, Construction, and Post -Construction Surveys:
Work under Task 9 will be performed by CONSULTANT'S Subcontractor/Subconsultant.
Subcontractor/Subconsultant will collect pre -construction beach surveys within 90 days of the anticipated
construction start date in compliance with the project permits. During construction,
Subcontractor/Subconsultant surveyors will be onsite performing surveys in coordination with
CONSULTANT engineers to track daily progress. Following completion of construction,
Subcontractor/Subconsultant will perform post -construction surveys of the full project area as required
by the permit's Physical Monitoring Plan. All surveys and reporting will be conducted in accordance with
the Florida Department of Environmental Protection (FDEP) Monitoring Standards for Beach Erosion
Control Projects.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 9, CONSULTANT will provide the following in coordination with
CONSULTANT'S Subcontractor/Subconsultant:
• Pre -construction ASCII/FDEP data files and signed and sealed/survey report.
• During -construction: Daily ASCII data files and plan view drawings.
• Post -Construction ASCII/FDEP data files and signed/sealed survey report.
10 Vanderbilt - Construction Observations and Proiect Certifications
In order to certify the project as required by Florida Department of Environmental Protection (FDEP) and
U.S. Army Corps of Engineers (USACE), a CONSULTANT Professional Engineer or their engineering
observer, will visit the construction sites once per week on average and during key construction
milestones. During engineering site visits, CONSULTANT staff will be focused on observing fill placement
H.,
activities to evaluate the project being constructed in accordance with the construction plans, technical
specifications, and project permits, and will communicate findings to the County staff.
Once the County has deemed a project reach substantially complete, a CONSULTANT professional
engineer will conduct a comprehensive review of the project reach during a walk through with County
staff. These observations will be used to prepare the punch list under Task 8.
In accordance with permit requirements, a CONSULTANT Professional Engineer will prepare the project
completion statement and certifications within 30 days. The certifications will be based on during
construction surveys and satisfies FDEP General Condition #11.
In accordance with the project's Physical Monitoring Plan, CONSULTANT will prepare a post -construction
engineering monitoring report. The post -construction report will be based on pre- and post -construction
project surveys and include key project details, volumes placed by reach, summarize the results of post -
construction sediment testing performed by the County's selected geotechnical laboratory, and
document environmental compliance tasks performed during construction. This report will be finalized
and submitted to agencies within 90 days of the post -construction survey.
Proposed fees are separated into a base construction period and extended construction period in
Schedule B. Extended construction period will only be activated if necessary, in consultation with the
County Project Manager.
Deliverables: For Task 10, CONSULTANT will provide the following
• Project completion statement and certification within 30 days of project completion.
• Post -construction Engineering Monitoring Report within 90 days of post -construction
survey.
11 Pelican Bav - DesiRn for Beach Renourishment:
CONSULTANT engineers will review the physical monitoring results and perform engineering analysis to
refine project reach extents and estimate volumes needed. Project reaches will be selected for design in
consultation with the County and Pelican Bay Services Division based on the beach width conditions
measured by the January 2021 physical monitoring surveys. The goal of the design will be to place material
including advanced nourishment so that the project area will be able to absorb typical erosion over the
County's desired design life. After review of the preliminary volume estimates, an analysis will be
conducted to optimize placement areas and volumes. CONSULTANT will finalize the quantities and fill
areas based on consultation with Collier County.
Once the County has reviewed and approved CONSULTANT's proposed design including project reach
extents and approximate fill quantities, CONSULTANT will work to prepare construction documents
including technical specifications, detailed construction plans, and bid form. The CONSULTANT
engineering team will work with CONSULTANT specialists to prepare construction plans that will include
survey control provided and reviewed by CONSULTANT'S Subcontractor/Subconsultant, cross sections
illustrating project design details including elevations, slopes, and tolerances, and plan view drawings
indicating staging areas, construction access points, fill placement areas, construction baseline and project
stationing, and relevant environmental resources or restrictions.
M
The construction plans and volumes for bidding will be based on the 2021 annual physical monitoring
surveys previously conducted by others. Technical specifications to accompany the construction plans will
integrate the Sediment QA/QC plan, environmental standards, and permit conditions into the work.
CONSULTANT will provide draft construction plans and specifications to the County for their review and
input.
While Collier County staff are reviewing the draft construction plans and technical specifications for this
project, CONSULTANT will contact construction contractors who have successfully constructed projects of
similar scope. Based on feedback from contractors, truck hauling distances from the County's selected
sand supplierto the project reaches, previous bid prices, and sound engineering judgement, CONSULTANT
will finalize the opinion of probable construction cost including allowances or as required by County
procurement. The opinion of probable cost will include project features as itemized on the bid form and
detail the assumptions made.
CONSULTANT is committed to supporting the County in constructing this project as early as possible,
without impact to sea turtle nesting and will work to have construction plans, specifications and bidding
documents prepared by 7/1/2021, or earlier, provided that required documentation such as survey data
and executed contract documents are received in a timely manner.
Deliverables: For Task 11, CONSULTANT will submit to the County an engineer's opinion of
probable construction cost and two reproducible 11" x 17" engineering scaled sets of signed and
sealed construction drawings along with one electronic copy of both AutoCAD and Adobe PDF
files, and two reproducible sets of technical specifications along with Microsoft Word and Adobe
PDF electronic copies of files for the County to assemble the bid documents. These construction
documents will be provided as a combined set covering Naples, Vanderbilt, and/or Pelican Bay
beaches.
12 Pelican Bav - Bid Process and Contract Procurement
CONSULTANT will support the County in their bidding of the combined project and provide technical
support to the County during the construction contract procurement process. CONSULTANT will attend
and present at the pre -bid meeting, assist the County in issuing addenda, if needed, to interpret, clarify
or expand upon the bid documents, and make a recommendation for award to the lowest
responsive/responsible bidder in accordance with County procurement policies.
Deliverables: For Task 12, CONSULTANT will submit a written recommendation for award to the
County for this combined construction contract.
13 Pelican Bay - Construction Administration
CONSULTANT will serve as Engineer of Record in a support role to the County assisting in administering
the construction of this beach renourishment project. To allow for construction commencement in late
2021, CONSULTANT will support the County in coordinating with the County's selected sand supplier for
stockpiling and production testing of beach sand and their selected biological monitoring firm for a pre -
construction hardbottom survey during the summer of 2021.
Based on pre -construction surveys, CONSULTANT will coordinate with the County to refine the project
design and planned fill volumes for contracting. Immediately prior to construction, based on before-
10
placement surveys on 200-ft stations collected by CONSULTANT'S Subcontractor/Subconsultant,
CONSULTANT will review and discuss the current conditions with the County to confirm contracted
quantities. CONSULTANT will then provide a fill placement table by 200-ft stations to assist the County in
tracking construction progress and assist the Contractor in proper distribution of contracted project fill
quantities.
CONSULTANT will plan to submit NTP required items in sequence, as soon as they are available, to aid in
timely agency reviews. The NTP request will be finalized once the construction contractor has been
awarded and provides turbidity monitoring qualifications and an Environmental Protection Plan for the
project. During the pre -construction phase, CONSULTANT will review the contractor's work plan and
submittal forms including those needed for the agency NTP request prior to submitting to the permitting
agencies. This will include up to one round of work plan revisions from the contractor.
CONSULTANT will coordinate with agency representatives, the County, construction contractor, marine
turtle permit holder, and sand supplier to schedule the permit required pre -construction conference
based on the anticipated construction commencement date. To meet permit requirements, CONSULTANT
professional staff will be prepared to present and discuss relevant permit conditions and support the
County in presenting project goals and details. CONSULTANT will assist the County during the contractor
pre -construction meeting immediately following or immediately before the agency pre -construction
meeting to discuss contract obligations, chain of communication expectations and points of contact, and
to clarify project details and logistics.
A CONSULTANT engineer will attend weekly construction progress meetings with the County and
Contractor to cover work progress and schedule, conformance to plans and specifications, and other
relevant issues for discussion.
Once fill sections have been completed by the contractor, CONSULTANT engineers and surveyors commit
to working together for quick measurement and analysis of the placed material to support
recommendations to the County for acceptance or rejection of fill sections throughout construction.
CONSULTANT will review the contractor's pay applications monthly, reconcile and/or review the progress
pay volumes/tonnage based on weights tickets collected and recorded by the County at the beach and
physical surveys.
CONSULTANT team will remain in contact and available to County staff for tracking project progress,
reporting volume placed as measured by the construction surveys, reviewing contractor submittals, and
providing technical advising as it relates to project design or permit conditions. CONSULTANT will review
daily contractor reports and submit turbidity monitoring reports to appropriate agency contacts
throughout construction. As the need arises, CONSULTANT team will assist the County in preparing field
changes, change orders, or contract modifications, and making determinations on non -conforming or
unauthorized work.
Once the County has deemed a project reach substantially complete, the engineer will work with County
staff to develop a punch list of items needing completion or correction prior to final acceptance of the
project and provide written recommendations to the County concerning acceptability of the work done.
Deliverables: For Task 13, CONSULTANT will provide:
• Permit required Notice to Proceed items.
• Meeting minutes for the pre -construction conference and construction progress meetings.
11
• Recommendations to the County for acceptance or rejection of fill sections throughout
construction.
• Recommendations to the County for payment of invoices to the Contractor.
• Substantial completion punch list.
14 Pelican Bav - Pre -Construction. Construction. and Post -Construction Survevs:
Work under Task 14 will be performed by CONSULTANT'S Subcontractor/Subconsultant.
Subcontractor/Subconsultant will collect pre -construction beach surveys within 90 days of the anticipated
construction start date in compliance with the project permits. During construction,
Subcontractor/Subconsultant surveyors will be onsite performing surveys in coordination with
CONSULTANT engineers to track daily progress. Following completion of construction,
Subcontractor/Subconsultant will perform post -construction surveys of the full project area as required
by the permit's Physical Monitoring Plan. All surveys and reporting will be conducted in accordance with
the Florida Department of Environmental Protection (FDEP) Monitoring Standards for Beach Erosion
Control Projects.
Deliverables: For Task 14, CONSULTANT will provide the following in coordination with
CONSULTANT'S Subcontractor/Subconsultant:
• Pre -construction ASCII/FDEP data files and signed and sealed/survey report.
• During -construction: Daily ASCII data files and plan view drawings.
• Post -Construction ASCII/FDEP data files and signed/sealed survey report.
15 Pelican Bay - Construction Observations and Project Certifications
In order to certify the project as required by Florida Department of Environmental Protection (FDEP) and
U.S. Army Corps of Engineers (USACE), a CONSULTANT Professional Engineer or their engineering
observer, will visit the construction sites once per week on average and during key construction
milestones. During engineering site visits, CONSULTANT staff will be focused on observing fill placement
activities to evaluate the project being constructed in accordance with the construction plans, technical
specifications, and project permits, and will communicate findings to the County staff.
Once the County has deemed a project reach substantially complete, a CONSULTANT professional
engineer will conduct a comprehensive review of the project reach during a walk through with County
staff. These observations will be used to prepare the punch list under Task 13.
In accordance with permit requirements, a CONSULTANT Professional Engineer will prepare the project
completion statement and certifications within 30 days. The certifications will be based on during
construction surveys and satisfies FDEP General Condition #11.
In accordance with the project's Physical Monitoring Plan, CONSULTANT will prepare a post -construction
engineering monitoring report. The post -construction report will be based on pre- and post -construction
project surveys and include key project details, volumes placed by reach, summarize the results of post -
construction sediment testing performed by the County's selected geotechnical laboratory, and
document environmental compliance tasks performed during construction. This report will be finalized
and submitted to agencies within 90 days of the post -construction survey.
12
Deliverables: For Task 1S, CONSULTANT will provide the following
• Project completion statement and certification within 30 days of project completion.
• Post -construction Engineering Monitoring Report within 90 days of post -construction
survey.
rn.,on+
CONSULTANT proposes to provide these services as summarized above with the support of
CONSULTANT'S Subcontractor/Subconsultant. Although this proposal is detailed by separable items and
estimated with specific tasks and subtasks, it is anticipated that CONSULTANT staff and
Subcontractor/Subconsultant will be used as needed to achieve the scope of services and to meet the
stated objectives and timelines. Should the County desire additional services beyond this scope,
CONSULTANT will be available to discuss adjustments as appropriate.
13
■IIIIIIIIIYIIIIIIIIIIIII
NI�IIIMIIIIIIIIII
liul�il�l�lllnllll
EXECUTIVE SUMMARY
Recommendation to award Invitation to Bid (ITB) No. 21-7827 "Beach Compatible Sand Supply"
for beach re -nourishment to Stewart Materials, LLC, and make a finding that this project and
expenditure promotes tourism.
OBJECTIVE: To acquire sand sourcing for upcoming beach re -nourishment over the next five (5) years.
CONSIDERATIONS: In order to perform maintenance re -nourishment projects of the County's beaches
it is expected that approximately 75,000 tons/year (-50,000 Cubic Yards (CY) per year) will be needed
for the next five (5) years. The intended plan is to perform annual or bi-annual (every other year) truck
haul renourishment with sand being purchased by the County directly from the supplying sand mine. The
fill material must come from a Florida Department of Environmental Protection (FDEP) approved sand
source. Only three FDEP sand mines are located within a practical hauling distance from Collier beaches:
Stewart Materials in Immokalee, Vulcan Materials in Witherspoon, and Cemex in Lake Wales. A separate
contractor will be selected by the County for pick-up, delivery and placement of fill material for each
maintenance project. This approach will be advantageous to the County by ensuring that material is
available and ready to meet their project needs.
The sand supply contract is to supply approximately 75,000 tons/yr (-50,000 CY's per year) for three (3)
years with two (2) one (1) year renewal options for a total placement over a 5-year period at
approximately 375,000 tons (250,000 CY). The bids were received for an "At -Beach" pricing utilizing a
mine price per ton plus a specified transportation price of $.20 per ton per one-way haul miles. The
average mean -grain size of 0.38mm is desired. Yearly sand supply will be authorized by a purchase
order and a Notice to Proceed (NTP) will authorize sand manufacturing timing.
On November 18, 2020, the Procurement Services Division released notices of Invitation to Bid 21-7827
"Beach Compatible Sand Supply" to three thousand nine hundred and nineteen (3,919) vendors, thirty-
five (3 5) bid packages were viewed and three (3) bids were received by the due date of January 8, 2021.
The bid period was extended an additional three weeks during which staff conducted vendor outreach.
Vulcan Materials Company was deemed responsive and responsible with minor irregularities. Cemex was
deemed non -responsive for failing to provide the entire bid package. Staff recommends award to Stewart
Materials, LLC as the lowest responsive and responsible bidder as determined by both dollars per ton and
dollars per ton delivered
Vendor
Total Bid Price For award purposes only
Stewart Materials, LLC
$1,549,500.00
Vulcan Materials Company
$1,950,000.00
Cemex
Non -Responsive
FISCAL IMPACT: Funding is available in Fund 195 for beach renourishment. The Pelican Bay Pelican
Bay Services Division MSTBU will reimburse Collier County for the renourishment of the Pelican Bay
beaches. Grant reimbursement funding will be available through the FDEP Cost Share program for the
renourishment of the Vanderbilt, Park Shore, Naples, and South Marco Island beaches.
ADVISORY COMMITTEES: This item will be presented to the Coastal Advisory Committee at their
April 8, 2021 meeting for approval. It will also be presented to the Tourist Development Council for
approval at their April 26, 2021 meeting.
[21-PRC-045 8 6/ 1606945 / 1 ]
GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to
this action.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for Board approval. —SAA
RECOMMENDATION: To award ITB No. 21-7827 — "Beach Compatible Sand Supply" to Stewart
Materials, LLC, and make a finding that this project and expenditure promotes tourism.
Prepared by: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and
Program Management Division, Growth Management Department
[21-PRC-045 8 6/ 1606945 / 1 ]
o
;
;
;
;
f
;
E
§
,
I1W40119I1WAA/ ''UJ lu/_X; Al
Recommendation to approve the proposal by CSA Ocean Sciences, Inc. to continue the required
post -construction hardbottom monitoring for the Collier County Beach Nourishment
Project in summer 2021 with CSA Ocean Sciences, Inc. for Time and Material not to exceed
$169,959.21 under Contract No. 17-7188 and make a finding that this item promotes tourism.
OBJECTIVE: To continue to conduct post -construction hardbottom monitoring of Collier County's
coast as required by regulatory permits and accept a proposal dated 2/4/2021 to perform biological
monitoring in 2021.
CONSIDERATIONS: The Florida Department of Environmental Protection and the United States Army
Corps of Engineers require nearshore hardbottom monitoring to be performed on a yearly basis to assure
that beach renourishment sand has not migrated onto the nearshore coral outcropping off the coast of Collier
County. This work is required to be performed during the spring and summer of each year when
underwater visibility in the Gulf of Mexico is greatest. Field work must be completed, according to permit,
by September 30, 2021.
On May 8, 2018, the Board of County Commissioners (BCC) approved contract 17-7188.
A work order will be released against the master contract identifying specific scope of work, schedule, and
pricing for the summer 2021 nearshore hardbottom monitoring the workorder for 2021 is for a not to exceed
time and material amount of $169,959.21
GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to
this action.
ADVISORY COMMITTEE RECOMMENDATIONS: This item will be reviewed and approved
by the CAC on April 8, 2021 and by the TDC on April 26, 2021 prior to this item being presented to the
BCC for approval.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for approval. — CMG
FISCAL IMPACT: Funding for this work is available in the Tourist Development Tax Beach
Renourishment Fund (195) project 90033.
RECOMMENDATION: To approve the proposal by CSA Ocean Sciences, Inc. to continue the
required post -construction hardbottom monitoring for the Collier County Beach Nourishment
Project in summer 2021 with CSA Ocean Sciences, Inc. for Time and Material not to exceed $169,959.21
under Contract No. 17-7188 and make a finding that this item promotes tourism.
Prepared By: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and
Program Management Division
f _ +
_.-. .F3i S2 ♦ hAil-
It.
TECHNICAL PROPOSAL
Collier County 2021 Nearshore Hardbottom
Biological Monitoring
Submitted to:
Cover Count
y
Collier County
Coastal Zone Management Section
Capital Project Planning, Impact Fees and
Program Management Division
2685 South Horseshoe Drive Unit 103
Naples, Florida 34104
Submitted By:
*'o
CSA
CSA Ocean Sciences Inc.
8502 SW Kansas Avenue
Stuart, Florida 34997
Office: 772-219-3000
Z!:71
TRACE /OpF�! ��:�'
SafeGulf
CERTIFIED AUTHORIZED PRDVIDew
The content of this document is the exclusive property of CSA Ocean Sciences Inc. It has been provided for the purpose for which
it is supplied and is not for general release or disclosure. The recipient of this document should take all measures to ensure that the
contents are only disclosed to those persons having a legitimate right to know. The recipient should also note that this document is
provided on the express terms that it is not to be copied whole or in part or disclosed in any manner to third parties without the
express authority in writing from CSA Ocean Sciences Inc.
Collier County; Coastal Zone Management Section
Andrew Miller, P.E.
Director
Collier County Coastal Zone Management
Tel: 239-252-2966
Andrew.Miller(a-bcolliercountyfl. gov
CSA Ocean Sciences Inc.
Lystina Kabay
Project Scientist
Ports, Harbors and Beaches Group
Tel: 772-219-3048 1 Cell: 724-316-4225
lkabay(&conshelf com
The following version(s) of this proposal have been issued:
1
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
Table of Contents
1.0 Introduction..............................................................................................
2.0 Scope of Work.........................................................................................
Task 1: Administration, Travel, Mobilization, and Demobilization .................
Task 2: Field Monitoring Survey....................................................................
Task 3: Analysis, Reporting and Deliverables ................................................
Task 4: CSA Diver and Vessel Support ..........................................................
3.0 Deliverables.............................................................................................
4.0 Project Schedule.......................................................................................
5.0 Rates, Resources, and Billing Schedule ...................................................
6.0 HSSE Overview.......................................................................................
7.0 Proposal Terms........................................................................................
8.0 Literature Cited........................................................................................
Attachment — Labor Rate Schedule......................................................................
............. 1
............. 1
............. 1
............. 2
............. 3
............. 3
............. 4
............. 4
............. 4
............. 6
............. 7
............. 8
......... A-1
2
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
1.0 INTRODUCTION
CSA Ocean Sciences Inc. (CSA) is submitting this price estimate to conduct post -construction
hardbottom monitoring for the Collier County Beach Nourishment Project and Wiggins Pass Maintenance
Dredging and Navigation Improvement Project in summer 2021. This estimate was prepared at the
request of Chris D'arco, Project Manager, Coastal Zone Management, for a pending work order from
Collier County under Professional Services for Nearshore Hardbottom Monitoring, Contract #17-7188,
and is based on the scope of work for the Collier County Beach Nourishment Project Final Hardbottom
Biological Monitoring Plan (BMP; Revised 2018). This project will conform to all associated Florida
Department of Environmental Protection (FDEP) permits, which include: Collier County Beach
Renourishment FDEP Permit No. 02222355-001-JC and U.S. Army Corps of Engineers (USAGE) Permit
No. SAJ-2004-08754; Doctors Pass Maintenance Dredging FDEP Permit No. 0235740-001-JC and
USACE Permit No SAJ-2004-09754; Wiggins Pass Maintenance Dredging and Navigation Improvement
FDEP Permit No. 0142538-001-JC and USACE Permit No. SAJ-2004-07621.
The price estimate for 2021 post -construction nearshore hardbottom monitoring includes an in -water
survey of 34 previously established monitoring transects and mapping of the nearshore edge of
hardbottom from Wiggins Pass to Naples. The survey will be conducted according to the 2018 BMP by
experienced marine biologists using similar methods as those utilized in previous surveys for this project.
A report of the 2021 results and comparison with previous surveys will be compiled. Per the BMP, the
survey will be conducted between May 1 and September 30, 2021 and all data deliverables will be
provided within 270 days of NTP issuance date.
CSA will provide two American Academy of Underwater Sciences (AAUS)-certified marine biologists
from our Ports and Coastal Sciences group to join the Collier County field team as subject matter experts
who will guide field activities and the data collection processes. CSA has built in conservative estimates
of levels of effort to decrease the likelihood of change orders or additional approvals from Collier County,
and utilizing best management practices, we anticipate being able to complete the below tasks within or
under the costs provided in Table 1 (Section 5.0). Mobilization, administration, travel, field work,
analysis, and reporting comprise Tasks 1-3, and a CSA staffed field effort is presented as an optional
Task 4, in the event Collier County CZM is unable to staff the field team during optimal conditions in
summer months.
2.0 SCOPE OF WORK
TASK 1: ADMINISTRATION, TRAVEL, MOBILIZATION, AND DEMOBILIZATION
CSA will provide project administration including oversight, coordination, and management of the 2021
nearshore hardbottom monitoring program. CSA's Project Manager will be responsible for supervising all
managerial aspects of the project and will have oversight of all team personnel, including field scientists
(i.e., subject matter experts), authors, editors, and technical and support staff. CSA will plan and execute
project activities to meet required deadlines and/or client needs for the project.
CSA will hold a kickoff meeting with Collier County staff to review the scope of work and confirm
project logistics prior to beginning mobilization efforts for the monitoring survey. After coordination with
Collier County on acceptable weather and sea state conditions, CSA will mobilize a two -person scientific
dive team and required equipment during ideal sea -state and weather windows to perform surveys. It is
assumed that Collier County will provide a vessel, captain, and two divers to support the survey. Several
mobilizations and demobilizations may be necessary to complete all tasks depending on weather and sea
conditions. Therefore, Task 1 includes provision for up to three round trips for the CSA team and
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
associated per diem. Additional trips to and from Collier County will be billed on a Time and Materials
basis under the agreed upon rates as needed with prior approval from Collier County. CSA will confirm
visibility of nearshore waters with Collier County staff prior to mobilization to minimize travel back and
forth during the monitoring due to poor sea state and water visibility. Travel to and from Collier County is
anticipated to take one half -day each way and includes appropriate per diem according to Class B travel.
TASK 2: FIELD MONITORING SURVEY
A total of 34 permanent monitoring transects (50-m length) established in 2006 by Coastal Planning and
Engineering (CP&E) during the original baseline pre -construction survey and those installed in 2018 for
the Wiggins Pass nearshore hardbottom monitoring will be surveyed in 2021. The transects are located
among five beach segments: Wiggins Pass, three transects (R-18+900, R-19+400, and R-20); Vanderbilt,
seven transects (R-21+080 to R-29+700); Pelican Bay, six transects (R-31+480 to R-38+380); Park
Shore, nine transects (R-43+550 to R-55); and Naples Beach, nine transects (R-58+300 to R-65). The
nearshore hardbottom monitoring survey is estimated to take 24 field days. The transect endpoints
supplied by Collier County as listed in Table 1 of the BMP will be utilized to re -survey all transects. Each
transect will be re -occupied by extending a 50-m tape along the transect length and aligning it with
permanent markers installed on the seafloor and maintained during previous monitoring surveys. The
field team will maintain and replace permanent markers as necessary during the field survey.
Transect Monitoring
Along each 50-m transect, the team will conduct line -intercept and interval sediment depth
measurements, survey of 11 benthic quadrats (state area of quad), collect coral photo quadrats, and
conduct a coral census as described in the BMP. Quantitative video of each transect will be recorded at
40-cm height off bottom at a slow 4 m/min speed for archival purposes. A high definition (HD) video
camera with video lights and two lasers mounted to converge at a point 40 cm from the camera will be
used in the survey to ensure that divers maintain the appropriate height off the bottom. Sediment depth
measurements will be made at 1-m intervals along the entire length of the transect, with a marked
stainless -steel ruler inserted up to 30 cm into the sediment. A delineation of hardbottom and sand cover
will be made by meter of coverage along the transect, and the maximum height of hardbottom at the start
of each transect will be recorded.
A 0.5 m x 0.5 m quadrat (0.25 m2 area) will be sampled at 11 individual hardbottom locations spaced
every 5 m along the transect, in the same locations as those established and surveyed during the
pre -construction monitoring survey. Quadrats containing 100% sand due to cover by sand will be
surveyed and included in the dataset.
Within each quadrat, percent cover by major benthic taxonomic groups including macroalgae (total
percent cover of the dominant species), coralline algae, turf algae, sponges, hydroids, wormrock,
octocorals, stony corals, bryozoans, and tunicates will be visually estimated, as well as percent cover of
various abiotic substrate types. Maximum and average height of the thalli will be measured for the two
dominant macroalgae species in each quadrat. Within each quadrat, sediment depth will be measured at
five haphazardly selected positions and the maximum vertical relief of hardbottom will be measured. Still
digital photographs of each quadrat will be collected at the time of survey.
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
Nearshore Hardbottom Edge Surveys
The nearshore hardbottom edge (landward edge of hardbottom) seaward of the equilibrium -toe -of -fill
(ETOF) of each beach segment will be mapped during the survey. Two divers will swim the nearshore
hardbottom edge located immediately west of the ETOF, recording video of the edge and associated
benthic community. The team will tow a DGPS buoy on a short tether (taut line), which transmits
continuous buoy/diver positions to Hypack® hydrographic survey software on board the vessel. The HD
video camera will be held at an oblique angle and filming will occur simultaneously with the DGPS buoy
to allow geo-referencing. If the continuous nearshore hardbottom edge crosses east of the ETOF toward
land, the mapping will continue until the edge of hardbottom ends.
TASK 3: ANALYSIS, REPORTING AND DELIVERABLES
Data deliverables and reports will be provided to Collier County and the FDEP, with conformance to
requirements and schedules set forth in the 2018-approved BMP. A comprehensive raw data deliverable
will be provided on an external hard drive within 270 days of NTP issuance date and will include all
video and photo data, Excel spreadsheets of quadrat data, draft GIS shapefiles, and *.pdf copies of field
data sheets, as applicable. Notification of survey completion will be made by letter or email to the FDEP
Joint Coastal Permit Compliance Officer.
As per Contract #17-7188, nearshore hardbottom monitoring results will be compiled into a report within
270 days of NTP issuance. The report will discuss the results of the 2021 Nearshore Hardbottom
Monitoring Survey and include comparisons with annual monitoring survey results from the 2018 (CSA
Ocean Sciences Inc., 2019a), 2019 (CSA Ocean Sciences Inc., 2019b), and 2020 (CSA Ocean Sciences
Inc., 2020) nearshore hardbottom monitoring reports. The 2021 monitoring report will include graphs,
tables, and statistical analyses of collected data. Geo-referenced maps showing hardbottom along
transects and the nearshore hardbottom edge will be included. All reports will be provided in electronic
format with a hardcopy upon request.
TASK 4: CSA DIVER AND VESSEL SUPPORT
Tasks 1 through 3 assume that the required 4-person dive team will consist of two CSA divers/marine
biologists and two Collier County Coastal Zone Management divers working from a Collier County
vessel. In the event Collier County divers are unable to participate in the survey, CSA will provide
additional scientific divers as necessary. CSA will also provide a suitable survey vessel and operator in
the event the Collier County vessel is unavailable. Task 4 consisting of CSA vessel, operator, and four
scientific divers is also included in this cost estimate, as an option if Collier County staff and/or vessel is
unavailable and survey conditions necessitate fieldwork. This task comprises 3 days of a full CSA dive
team including 4 divers, one vessel operator, CSA vessel, and all necessary equipment normally provided
by Collier County, as well as travel to and from Collier County.
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
3.0 DELIVERABLES
Task 2: Data Deliverables, within 270 days of NTP:
• All video and photo data;
• Excel spreadsheets of quadrat data;
• Draft GIS shapefiles: pipeline corridors, nearshore hardbottom edge, and transects; and
• *.pdf copies of field data sheets.
Nearshore Hardbottom Monitoring Report, within 270 days of NTP:
• Graphs, tables, statistical analyses, and results/discussion of collected data;
• Geo-referenced maps showing hardbottom along transects and the nearshore hardbottom edge;
• Selected qualitative imagery of transects and nearshore hardbottom edge; and
• Provided in electronic format, pdf, with hardcopy on request.
4.0 PROJECT SCHEDULE
The survey will be conducted between 1 May and 30 September 2021 with the final report and
conclusion of all related work within 270 days of NTP.
The project schedule will be updated twice per month by the Project Manager with input from Collier
County and the FDEP (as appropriate) to provide status of task activities and track critical milestones and
precedent activities. This bi-weekly update will identify any problems early and enable corrective action
to be taken quickly. The updated schedule may be provided to Collier County on request. CSA will
convene a project kickoff meeting with Collier County staff and field survey participants to ensure that all
necessary personnel, field equipment, and monitoring standard operating procedures are in place prior to
initiation of the survey. To minimize mobilization and travel costs, CSA will endeavor to conduct the
monitoring survey in its entirety as weather permits
5.0 RATES, RESOURCES, AND BILLING SCHEDULE
The project costs listed in Table 1 by task are on a Time and Materials Not -to -Exceed basis and will be
billed monthly once notice to proceed is given. The labor and equipment rates found in Table 2 are based
on the Professional Services for Nearshore Hardbottom Monitoring Contract #17-7188 between CSA and
Collier County, April 2018. CSA's 2021 labor rate schedule is also provided in the Attachment.
Table 1. Cost breakdown of CSA hours, survey days, and travel by task.
#
ProjectTask
Schedule
Administration, Travel,
Monthly;
Task 1
Mobilization, and
T&M
$16,419,50
1
$16,419.50 net 30
Demobilization
Task 2
Field Monitoring Survey
T&M
$3,223.05
24
$77,353.20
Monthly;
net 30
Task 3
Analysis, Reporting, and
T&M
$43 478.09
1
$43 478.09
Monthly;
Deliverables
net 30
Task 4
CSA Diver and Vessel
T&M
$32,708.42
3
$32,708.42
Monthly;
Support
net 30
T&M = time and materials.
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
Table 2. Estimated fees, based on the agreed -upon labor and equipment rates in Table 1.
and Demobilization I $ 1
Labor $ 15,291.10
PS2 86 $ 111.57 $ 9,595.02
Psi 42 $ 99.83 $ 4,192.86
PM1
4
$ 184.97
$ 739.88
APM
6
$ 82.21
$ 493.26
T1
4
$ 67.52
$ 270.08
Travel
$ 1,128.40
Vehicle Rental
8
$ 63.00
$ 504.00
Fuel
96
$ 3.15
$ 302.40
Meals
7
$ 46.00
$ 322.00
2
Field Monitorin urvey
$ 77,353.20
Labor
$ 60,883.20
PS2
288
$ 111.57
$ 32,132.16
PS1
288
$ 99.83
$ 28,751.04
Travel
$ 10,650.00
Vehicle Rental
24
$ 63.00
$ 1,512.00
Fuel - Vehicle
120
$ 3.15
$ 378.00
Lodging
48
$ 136.50
$ 6,552.00
Meals
48
$ 46.00
$ 2,208.00
Equipment
$ 5,820.00
Underwater Video Camera (2)
48
$ 35.00
$ 1,680.00
Digital Camera (2)
48
$ 55.00
$ 2,640.00
Dive Equipment (2)
48
$ 25.00
$ 1,200.00
EDL Telemetry System
10
$ 30.00
$ 300.00
ysis, Reportin
Labor
, and Deliver
$ 43,244.99
$ 43,478.09
SS1
40
$ 182.03
$ 7,281.20
PS3
10
$ 146.80
$ 1,468.00
PS2
176
$ 111.57
$ 19,636.32
PS1
72
$ 99.83
$ 7,187.76
GISD
16
$ 129.18
$ 2,066.88
GISA
24
$ 96.88
$ 2,325.12
OM
1
$ 202.59
$ 202.59
TE2
10
$ 117.44
$ 1,174.40
DP
24
$ 79.28
$ 1,902.72
Reimbursables
$ 233.10
Digital Media
2
$ 78.75
$ 157.50
FedEx
2
$ 37.80
$ 75.60
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
Contingency - 4 CSA Divers, Vessel, & Operato
$ 32,708.42
Labor
$ 24,045.75
PS3
45
$ 146.80
$ 6,606.00
PS2
45
$ 111.57
$ 5,020.65
PSI
45
$ 99.83
$ 4,492.35
T3
45
$ 108.63
$ 4,888.35
T1
45
$ 67.52
$ 3,038.40
Travel
$ 4,348.67
Fuel - Truck
54
$ 3.15
$ 170.10
Fuel - Vessel
90
$ 4.20
$ 378.00
Dockage
3
$ 61.69
$ 185.07
Lodging
20
$ 136.50
$ 2,730.00
Meals
19.25
$ 46.00
$ 885.50
Equipment
$ 4,314.00
Survey Vessel
3
$ 550.00
$ 1,650.00
CSA Truck (2)
6
$ 150.00
$ 900.00
GoPro Video Camera (2)
6
$ 35.00
$ 210.00
Digital Camera (2)
6
$ 55.00
$ 330.00
Hypack Survey Software
3
$ 100.00
$ 300.00
Laptop Computer
3
$ 50.00
$ 150.00
Dive Equipment (4)
12
$ 25.00
$ 300.00
EDL Telemetry System
3
$ 30.00
$ 90.00
Dive tanks
48
$ 8.00
$ 384.00
rpm'
11
TOTAL7U.
$ 169,959.21
Labor Categories and Equipment rates in Table 2 have been updated for 2021, as agreed upon in the Collier County Professional
Services Contract #17-7188 with CSA Ocean Sciences, dated April 2018.
6.0 HSSE OVERVIEW
As a leading international marine environmental consulting firm, CSA attaches great importance to its
Health, Safety, Security, and Environment (HSSE) Management System to protect human health, avoid
and prevent incidents and injuries, and minimize impacts to the environment. CSA emphasizes the
importance of HSSE for every activity and provides the resources, knowledge, and training necessary for
staff to meet HSSE objectives, including Stop Work Authority for all staff if a safety uncertainty arises.
CSA's commitment to safety is reflected in the daily activities of its personnel as well as the personal
involvement from management in support of the HSSE Management System.
stauey� In recognition of this commitment to safety, CSA was the recipient of the prestigious
AmerlcWs
"America's Safest Companies Award" by EHS Today magazine (November 2019).
This corporate award honors companies that clearly demonstrate their commitment to
employee safety and health, environmental management, and risk control and have
been deemed America's Safest. To be considered one of America's Safest Companies, a company must
demonstrate transformational EHS leadership in the form of support from management and employee
involvement; innovative solutions to safety challenges; injury and illness rates significantly lower than the
average for their industry; comprehensive training programs; evidence that prevention of incidents is the
cornerstone of the safety process; excellent communication internally and externally about the value of
safety; and a way to substantiate the benefits of the safety process.
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
VIUNIVERSITY of CSA is also a recipient of the "Sunshine State Safety Recognition Award"
Z/— SOUTH FLORIDA from the University of South Florida for employee and management emphasis
on safety (March 2017). The Sunshine State Safety Recognition Award
serves as validation of a company's achievements and track record.
Achieving Standards
• PEC Safety Authorized Provider for SafeGulf, SafeLandUSA, and 112S Clear —provides trained,
professional safety personnel for offshore environmental monitoring and marine activities;
• Organizational Member of the American Academy of Underwater Sciences (AAUS) and the
Scientific Boating Safety Association (SBSA);
• CSA utilizes a Safety and Environmental Management System (SEMS) approach to safety
program administration;
• CSA is implementing ISO 9001:2015 and ISO 45001:2018 conformance standards;
• ISNetworld Member Contractor for environmental consulting;
• Extremely low Total Recordable Incident Rate (TRIR) (rolling TRIR is 0.0) and Experience
Modifier Rate (currently at 0.76); and
• CSA's HSSE Director is Lead Auditor -certified.
CSA's corporate HSSE policy statement and HSSE Manual are available upon request.
7.0 PROPOSAL TERMS
CSA's commercial proposal price calculations were based upon our professional services contract with
Collier County as well as "Project -Specific Terms," which are outlined below. If Collier County (Client)
has issues with any of these items, CSA Ocean Sciences Inc. reserves the right to modify its original
proposal price in order to meet any cost increase arising from any modifications requested by the Client.
This proposal contains privileged, confidential, and/or proprietary information intended for a specific
individual and purpose. Any distribution or use of this communication by anyone other than the intended
recipient is strictly prohibited and may be unlawful.
CSA is certified by TRACE International Inc. and conducts business ethically and in compliance with the
U.S. Foreign Corrupt Practices Act, U.K. Bribery Act, and other anti -bribery legislation. CSA has
implemented and strictly adheres to anti -bribery, anti -corruption, and third -party risk management
corporate policies and procedures(https://www.traceintemational.ora_ . CSA holds these standards in
high regard and expects the same from its clients and subcontractors.
Project -Specific Terms
Field days for the environmental sampling are estimated and assume that the vessel, operator,
navigation, and two divers will be provided by Collier County. Actual costs charged will be based
on the actual number of field days spent by CSA personnel based on rates listed in Table 1.
The field survey operations cost estimate assumes 24 survey days within three separate survey
efforts, any additional costs incurred due to weather and sea conditions, vessel/equipment, and/or
other delays will be charged at the agreed upon Equipment and Labor Rates as T&M.
Tasks 1 through 3 assume that the following will be provided by Collier County at no cost to CSA:
o Vessel & captain;
0 2 field team divers;
o Scuba tanks;
o DGPS buoy with telemetry;
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
o Hypack navigation;
o Transect maintenance equipment and supplies; and
o A vessel log of daily activities.
Reporting
• Project technical details, pertinent information necessary for the Project Description section of the
report, and other requirements will be provided to CSA in a timely manner.
• Price for preparation of deliverables is based on a single draft and final document addressing a
single set of comments for each deliverable.
8.0 LITERATURE CITED
Florida Department of Environmental Protection. 2018. Collier County, Florida Hardbottom Biological
Monitoring Plan for permits: Collier County Beach Nourishment Project, FDEP permit no.
0331817-004-JM and Wiggins Pass Navigation Channel Expansion and Maintenance Project,
FDEP permit no. 0142538-008-JC. July 2018. Tallahassee Florida. 17 pp.
CSA Ocean Sciences Inc. 2019a. Collier County Beach Nourishment Project 2018 Pre -Construction
Hardbottom Monitoring Report. Jan. 16, 2019. 114 pp. Submitted to Collier County CZM and
FDEP in fulfillment of permit required monitoring for Collier County Beach Nourishment Project
FDEP Permit No. 0331817-004-JM and the Wiggins Pass Navigation Channel Expansion and
Maintenance Project FDEP Permit 0142538-008-JC.
CSA Ocean Sciences Inc. 2019b. Collier County Beach Nourishment Project 2019 Hardbottom
Monitoring Report and Supplemental Post Red Tide Survey. Nov. 25, 2019. 70 pp. Submitted to
Collier County CZM and FDEP in fulfillment of permit required monitoring for Collier County
Beach Nourishment Project FDEP Permit No. 0331817-004-JM and the Wiggins Pass Navigation
Channel Expansion and Maintenance Project FDEP Permit 0142538-008-JC.
CSA Ocean Sciences Inc. 2020. Collier County Beach Nourishment Project 2020 Hardbottom Monitoring
Report. Dec. 16, 2020, 140 pp. Submitted to Collier County CZM and FDEP in fulfillment of
permit required monitoring for Collier County Beach Nourishment Project FDEP Permit No.
0331817-004-JM and the Wiggins Pass Navigation Channel Expansion and Maintenance Project
FDEP Permit 0142538-008-JC.
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
ATTACHMENT - LABOR RATE SCHEDULE
A-1
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
CSA OCEAN SCIENCES INC. (CSA)
Total Labor Rate Schedule for Collier County
Effective 1 January 2021 through 31 December 2021
Labor Categories Abbreviations HourlV Rate
Senior Scientist 2
SS2
$ 220.20
Senior Scientist 1
SS1
$ 182.03
Project Scientist 3
PS3
$ 146.80
Project Scientist 2
PS2
$ 111.57
Project Scientist 1
PS1
$ 99.83
GIS Manager
GISM
$ 146.80
GIS Developer
GISD
$ 129.18
GIS Analyst
GISA
$ 96.88
GIS Technician
GIST
$ 85.14
Project Manager 2
PM2
$ 184.97
Project Manager 1
PM1
$ 129.18
Assistant Project Manager
APM
$ 82.21
Operations Manager
OM
$ 202.59
Operations Supervisor 2
OS2
$ 164.42
Operations Supervisor 1
OS1
$ 135.05
Technician 3
T3
$ 108.63
Technician 2
T2
$ 93.96
Technician 1
T1
$ 67.52
Technical Editor 2
TE2
$ 117.44
Technical Editor 1
TE1
$ 91.02
Document Processor
DP
$ 79.28
Clerical
CLR
$ 58.72
Field Equipment and Supplies:
CSA field equipment is billed on a time -rate basis according to CSA's Field Equipment Rate Schedule (1-2).
Travel and Per Diem:
Billed according to Section 112.061 Florida Statutes
Subcontracts and Consultants:
Billed at cost plus 5%.
Other Expendable Supplies. Materials. and Services:
Billed at cost plus 5%.
Prices are firm only when signed by an authorized company representative or when taken from current Rate Schedules.
CORPORATE HEADQUARTERS
8502 SW Kansas Avenue, Stuart, Florida 34997
Tel: (772) 219-3000, Fax: (772) 219-3010
e-mail: csa@conshelf.com
web: www.csaocean.com
24-Hour Response Line: (844) 272-8320
1-1a (2/3/21)
A-2
REGIONAL OFFICES
11953-A FM 529, Houston, Texas 77041
Tel: (772) 219-3000
2261 Denley Road, Houma, Louisiana 70363
Tel: (772) 219-3000
Privileged, confidential, and/or proprietary information intended for a specific individual and purpose. Any distribution or use of
this communication by anyone other than the intended recipient is strictly prohibited and may be unlawful.
1 W4 011911 tTAAA''UJ lu /_X ffl
Recommendation to recommend approval to award Invitation to Bid No. 21-7867 "Dune
Vegetation Restoration Project — Grant Funded" to Cardno, Inc. in the amount of $106,472.00
(Project 195-50154) and make a finding that this expenditure promotes tourism.
OBJECTIVE: To repair and restore the dune vegetation plantings throughout the upland dry beach
portion of the recently renourished Naples beach shorelines between Monument Markers R-58A to R-61
at Doctors Pass.
CONSIDERATION: In the year of 2017 Hurricane Irma caused excessive amounts of damage and
destruction to the frontal dune systems throughout Collier County. Field evaluations were performed by
staff and engineering consultants to assess the total damages and financial impacts sustained. Staff
utilized the results of the evaluations and applied for a FEMA Grant to obtain financial reimbursements to
restore the dune system. Staff was ultimately successful in securing a grant from FEMA for the dune
repairs and vegetation restoration work. The prescribed work is also consistent with the Coastal Zone
Management annual dune maintenance program.
On February 19, 2021, the Procurement Services Department posted Invitation to Bid No. 21-7867 for
construction of the "Dune Vegetation Restoration Project — Grant Funded". The County sent 15,155
notices to vendors, and 76 bid packages were viewed. On March 12, 2021, the County received three bid
responses as summarized below.
RESPONDENTS:
Company Name
City
County
ST
Bid Amount
Responsive/
Responsible
Cardno, Inc.
Englewood
Arapahoe
FL
$106,472.00
Yes/Yes
EarthBalance Corp.
North Port
Sarasota
FL
$135,410.26
Yes/Yes
A+ Environmental Restoration, LLC
Arcadia
Desoto
FL
$157,547.74
Yes/Yes
Staff determined that all three bidders to be responsible and responsible and found that Cardno, Inc.,
an Arapahoe County company, is the lowest responsive and responsible bidder.
Staff determined the lowest bid was fair and reasonable and recommend awarding the contract to Cardno,
Inc. The Principal Project Manager evaluated references and deemed them acceptable to determine
experience of similar work magnitude judged within the last five years prior experience, skill and
business standing and of its ability to conduct the work as completely and as rapidly as required under the
terms of the Agreement. The bid is 87% below the County's $200,000.00 internal opinion of probable
cost.
ADVISORY COMMITTEE RECOMMENDATIONS: The CAC will review this item for approval at
their April 8, 2021 meeting. The TDC will review this item for approval at their April 26, 2021 meeting.
GROWTH MANAGEMENT IMPACT: This project has no impact on the Growth Management Plan.
FISCAL IMPACT: The funds were budgeted and are available in Fund 195-110406-50154.
Reimbursement for this work will be submitted under FEMA PW5367 (Project # 35018).
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for approval. — CMG
RECOMMENDATION: Recommendation to recommend approval to award Contract #21-7867 to
Cardno, Inc. in an amount not to exceed $ 106,472.00 for the Dune Restoration Vegetation Project
benefiting Collier County beaches and make a finding that this expenditure promotes tourism.
Prepared By: Clint Perryman, Project Manager, Coastal Zone Management, Capital Project Planning Fees
and Program Management Division of Growth Management
1 W4 011911 tTAAA''UJ lu /_X ffl
Recommendation to recommend approval to award Invitation to Bid No. 21-7867 "Dune
Vegetation Restoration Project — Grant Funded" to Cardno, Inc. in the amount of $106,472.00
(Project 195-50154) and make a finding that this expenditure promotes tourism.
OBJECTIVE: To repair and restore the dune vegetation plantings throughout the upland dry beach
portion of the recently renourished Naples beach shorelines between Monument Markers R-58A to R-61
at Doctors Pass.
CONSIDERATION: In the year of 2017 Hurricane Irma caused excessive amounts of damage and
destruction to the frontal dune systems throughout Collier County. Field evaluations were performed by
staff and engineering consultants to assess the total damages and financial impacts sustained. Staff
utilized the results of the evaluations and applied for a FEMA Grant to obtain financial reimbursements to
restore the dune system. Staff was ultimately successful in securing a grant from FEMA for the dune
repairs and vegetation restoration work. The prescribed work is also consistent with the Coastal Zone
Management annual dune maintenance program.
On February 19, 2021, the Procurement Services Department posted Invitation to Bid No. 21-7867 for
construction of the "Dune Vegetation Restoration Project — Grant Funded". The County sent 15,155
notices to vendors, and 76 bid packages were viewed. On March 12, 2021, the County received three bid
responses as summarized below.
RESPONDENTS:
Company Name
City
County
ST
Bid Amount
Responsive/
Responsible
Cardno, Inc.
Englewood
Arapahoe
FL
$106,472.00
Yes/Yes
EarthBalance Corp.
North Port
Sarasota
FL
$135,410.26
Yes/Yes
A+ Environmental Restoration, LLC
Arcadia
Desoto
FL
$157,547.74
Yes/Yes
Staff determined that all three bidders to be responsible and responsible and found that Cardno, Inc.,
an Arapahoe County company, is the lowest responsive and responsible bidder.
Staff determined the lowest bid was fair and reasonable and recommend awarding the contract to Cardno,
Inc. The Principal Project Manager evaluated references and deemed them acceptable to determine
experience of similar work magnitude judged within the last five years prior experience, skill and
business standing and of its ability to conduct the work as completely and as rapidly as required under the
terms of the Agreement. The bid is 87% below the County's $200,000.00 internal opinion of probable
cost.
ADVISORY COMMITTEE RECOMMENDATIONS: The CAC will review this item for approval at
their April 8, 2021 meeting. The TDC will review this item for approval at their April 26, 2021 meeting.
GROWTH MANAGEMENT IMPACT: This project has no impact on the Growth Management Plan.
FISCAL IMPACT: The funds were budgeted and are available in Fund 195-110406-50154.
Reimbursement for this work will be submitted under FEMA PW5367 (Project # 35018).
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for approval. — CMG
RECOMMENDATION: Recommendation to recommend approval to award Contract #21-7867 to
Cardno, Inc. in an amount not to exceed $ 106,472.00 for the Dune Restoration Vegetation Project
benefiting Collier County beaches and make a finding that this expenditure promotes tourism.
Prepared By: Clint Perryman, Project Manager, Coastal Zone Management, Capital Project Planning Fees
and Program Management Division of Growth Management
\
Uic
m
m
B
kkk\\kk\
§
§§|||||q
§
A■aA-=2
k
4}
§-Z-§!
)
_;
\
§»
\,\o
/
k\k
|E»�
!a
§f�!`%
!>|d�
§
�°G�(
`
233E
!
[ƒa$`�)±\;�
/
®lo
�E1
ME
C,
�&!fa{!§�■f2!!#
�!§a!
§&§=a;I§a
1 W4 0119riYrj►�
Recommendation to approve a proposal with APTIM Environmental & Infrastructure, Inc. to
provide professional engineering services for Doctors and Wiggins Passes Emergency Dredging
under Contract No. 18-7432-CZ for time and material not to exceed $114,188.48, authorize the
necessary budget amendment and make a finding that this item promotes tourism.
OBJECTIVE: To move forward with preparation of the design and bid package for the 2021-2022
Emergency Dredge projects for Wiggins and Doctors Passes.
CONSIDERATIONS: Boaters entering and leaving both Wiggins Pass and Doctors Pass have reported
shoaling in the vicinity of the inlets and near grounding incidents. Soundings taken at both locations show
both locations to be very shallow and requiring channel dredging to maintain navigation. APTIM was
directly involved with creating the permitted dredge templates and can quickly assess the conditions of the
passes, make recommendations for solutions, and assemble plans and bid documents to be advertised
quickly should either or both inlets become impassable.
FISCAL IMPACT: Funding for the proposed work order, in the amount of $114,188.48, is available in
the Tourist Development Tax Fund (195), Project No. 80288 Wiggins Pass Dredging, and 90549 Doctors
Pass Dredging. A budget amendment will be required to reappropriate funds within Fund (195).
GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to
this action.
ADVISORY COMMITTEE RECOMMENDATIONS: This item will be presented to the Coastal
Advisory Committee on April 8th, 2021 and the Tourist Development Council on April 26th, 2021
prior to being presented to the BCC on May 11, 2021.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote
for approval. — CMG
RECOMMENDATION: To approve a proposal with APTIM Environmental & Infrastructure, Inc. to
provide professional engineering services for Doctors and Wiggins Passes Emergency Dredging under
Contract No. 18-7432-CZ for time and material not to exceed $114,158.48, authorize the necessary budget
amendment and make a finding that this item promotes tourism.
Prepared By: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and
Program Management Division
APTIM
April 1, 2021
Andrew Miller
Collier County Coastal Zone Management
2685 S. Horseshoe Drive, Unit 102
Naples, FL 34104
Re: Doctors and Wiggins Pass Emergency Dredging — Proposal
Dear Andy:
APTIM
6401 Congress Avenue, Suite 140
Boca Raton, FL 33487
Tel: +1 561 361 3150
Cell: +1 717 578 0242
Nicole.sharp@aptim.com
This letter is in response to Collier County's (County) request for a proposal for Aptim Environmental &
Infrastructure, LLC (APTIM) to support the County in the design, bidding, performing during and post -
construction construction professional engineering services for the emergency maintenance dredging of
Doctors Pass and Wiggins Pass. APTIM will conduct a dredge analysis and design to determine dredge
areas, dredge volumes and disposal areas, produce construction plans and technical specifications,
coordinate with Florida Department of Environmental Protection (FDEP) for Notices to Proceed, provide
bidding assistance to the County, and serve as the engineer of record to certify these projects. A detailed
scope of work is attached in Exhibit A.
A fee proposal is included as Exhibit B, and a rate schedule is provided as Exhibit C. We propose to
perform these services on a time and material basis not to exceed $114,188.48 under the terms and
conditions of the Contract No. 18-7432-CZ dated March 1, 2020 and as amended between the County
and APTIM. Barring any unforeseen circumstances, all work will be completed and submitted to the
County within 365 days of our receiving the County's Notice to Proceed.
Any questions, please feel free to contact Nicole Sharp.
Very truly yours,
Beau C. Suthard, P.G.
Program Director
Aptim Environmental & Infrastructure, LLC
cc: Nicole Sharp, P.E., APTIM
Steve Keehn, P.E., APTIM
' APTIM
Exhibit A
Scope of Work
EXHIBIT A - SCOPE OF W K
DOCTORS AND WIGGINS PASSES EMERGENCY DREDGING
COLLIER COUNTY, FL
APRIL 2021
Introduction
This scope of work is at the request of Collier County (County) for Aptim Environmental & Infrastructure,
LLC (APTIM) to provide the engineering services described below to support the County in designing,
bidding, performing construction services and obtaining notices to proceed from the Florida Department of
Environmental Protection (FDEP) for the emergency maintenance dredging of Doctors Pass and Wiggins
Pass.
This proposal contains the tasks necessary to bring the project from design through the construction and
regulatory reporting based on existing permit authorizations. APTIM will assist the County in preparing for
construction by conducting a dredge analysis to determine dredge areas, dredge volumes and disposal areas,
producing construction plans and technical specifications, coordinating with the FDEP for a Notice to
Proceed (NTP), providing bidding assistance and during and post -construction engineering services to the
County. The work is an emergency dredging project targeting bathymetric highs and shoals that are
impeding navigation, with a post -project goal to delay the need for major dredging for another two to three
years or more.
Background
This scope of work is based on the experiences from recent dredging of the two (2) inlets, as described
below:
In 2015, an emergency dredging of Wiggins Pass occurred. Mechanical dredging was used as a means to
remove 9,400 cy from the ebb shoal channel, disposing of the sand in nearby disposal areas. The project
was relatively inexpensive but took 153 days (22 weeks) to complete, not counting major downtime. In
2018, a moderate size dredge was used for a full maintenance dredging event of both inlets. The
construction event took I I I dredging days (16 weeks) to remove 127,000 cy from both channels.
A review of shoaling patterns shows that the majority of the shoaling occurs in the ebb shoal or settling
basin channels for Wiggins and Doctors Passes, respectively. These shoaling areas have the greatest impact
on navigation. This scope of work assumes that dredging will occur in these locations and at a narrower
channel width and depth. Assuming about half the historic shoaling needs to be dredged (approximately
42,000 cy), it will take eight (8) weeks of actual dredging. The transition between the two (2) project areas
took four (4) weeks in 2018. This description will be the basis for this scope of work, but will be updated
for the plans and specifications. Based on recent smaller dredge performance, the specifications may need
to be formulated for a moderate size dredge. APTIM will consult with the County during the design phase
on the construction method and timing desired.
1. Design & Coordination
The design will be based on the 2021 annual monitoring survey and report completed for the County by a
third party. After review of the preliminary volume estimates using the permitted dredge templates, an
engineering analysis will be conducted to adjust dredge areas, dredge volumes, and disposal areas where
practicable to optimize the project. The design will not dredge the entire permit template but will be sized
APTIM ENVIRONMENTAL & INFRASTRUCTURE, LLC
to remove the bathymetric highs and shoals to sustain navigation for approximately two to three more years,
until the next major dredging event.
At Doctors Pass, the maintenance dredging will likely be focused on the settling basin and inlet throat,
where navigation is most impeded by the combined impact of waves and shoals. Dredging will be designed
to avoid any material that requires special handling and disposal (ex: rock substrate, silt or clay) to the
maximum extent practicable. At Wiggins Pass, dredging will be similarly focused on the inlet Gulf opening
where the combined effect of waves and shoals impedes navigation. The disposal areas at both inlets were
recently used and their existing capacity will be calculated. An economical disposal plan will be developed.
Any inlet management goals may need to be addressed with the Florida Park Service or be delayed until a
major dredging in the future, in order to formulate the most economical plans for this emergency dredging
project. APTIM will finalize the quantities and disposal areas based on consultation with permitting
agencies, consideration of concurrent County projects, capacity remaining in the disposal areas, updated
calculations and approval from the County. Pre -construction coordination will be conducted with the
Florida Park Service, the City of Naples, and FDEP by the County with support from APTIM.
2. Construction Plans & Specifications
With the target quantities and disposal areas approved by the County, APTIM will conduct engineering
design work to prepare the inlet dredging and disposal construction templates. The plans and specifications
will be based on the documents used for the 2018 project, but modified for a smaller dredge area and volume
suitable for an emergency project. The design will most likely concentrate on the seaward channels and
settling basin of both inlet and the most economical disposal areas. The disposal areas south of Doctors
Pass, including all of Lowdermilk Park and the three (3) seaward disposal areas at Wiggins Pass will be
considered. APTIM's GIS/CAD professionals will work directly with APTIM engineers to update the inlet
dredging plans including plan views and cross -sections of dredge and disposal templates, beach access,
equipment storage areas, environmental protection areas and other information required for execution of
these inlet dredging projects. The plans will identify previous areas where the rock substrate and rocky sand
matrix are known to exist and require the Contractor to avoid these areas.
APTIM will prepare a combined set of construction plans and specifications with the intent of awarding the
work to dredge both inlets under one contract. The construction plans and dredge quantities for bidding will
be based on the 2020 annual physical monitoring surveys and report using the 2018 contract format.
Technical specifications developed for the project will integrate the QA/QC plans, turbidity standards, and
permit conditions into the work. It will require the Contractor to provide the turbidity monitoring while the
County will conduct required sea turtle and shorebird monitoring. The technical specifications and
construction plans will be prepared to address nearshore and/or beach disposal based on the design analysis
and coordination with the Park Service regarding Delnor Wiggins State Park.
3. Bidding Announcement and Request for FDEP Notice to Proceed
Once the construction plans and technical specifications are completed, APTIM will compile and submit
the items necessary to request the NTP from FDEP and provide the County with a bid package containing:
construction plans, technical specifications, project permits, bid form, and contractor questions integrated
into the specifications. An engineer's opinion of probable costs will be prepared. After the County bid
announcement is published, APTIM staff will participate in the pre -bid meeting and assist the County in
answering technical questions as needed during the bidding process.
APTIM ENVIRONMENTAL & INFRASTRUCTURE, LLC
4. Pre -Constructing Period
Once the bids have been opened, APTIM will assist the County in reviewing the bids and preparing a
recommendation for award based on a review of the bids deemed responsive by County procurement. After
selection of the Contractor, APTIM will assist the County with a pre -construction meeting (in person if
feasible), covering technical and environmental topics. During this period, APTIM will provide the selected
Contractor with pertinent data and documents needed for construction, including the latest survey data and
reports. We will coordinate with the FDEP on the NTP and address any questions they may have. We will
assist the Contractor and County with surveys and mobilization via teleconference.
5. Construction Services
During construction, APTIM will support the County's inspection efforts and will perform weekly site
visits to observe the work and coordinate on a regular basis with County staff and inspectors to include
daily reviews of Contractor and County reports. An APTIM engineer will attend the periodic -construction
meetings and maintain oversight during construction by reviewing daily reports from the Contractor and
County in addition to periodic site visits. APTIM will track and coordinate the use of the various disposal
area options. As needed, APTIM will assist with work scope Change Orders to direct the Contractor to
adapt the work or switch amongst the permitted disposal areas.
The Contractor will be required to perform pre -dredge and as -built (pay) surveys as part of the construction
contract. APTIM will review and approve the final construction templates and volumes. APTIM will use
these surveys to calculate and verify the Contractor's pay volumes, and pay applications, and then
recommend approval for payment as appropriate based on the progression of the work. The Contractor's
survey results and data will also be used to assess dredge progress and monitor permit compliance. Each
week, APTIM will review the results of the environmental monitoring, such as turbidity monitoring, and
submit reports to regulatory agencies as required for permit compliance.
Based on estimated quantities, past performance and conditions known at this time, it is expected that active
construction will take approximately eight (8) weeks, during which APTIM will perform one (1) site visit
per week, and that mobilization/demobilization will add up to two (2) additional site visits. Our enclosed
fee estimate is based on these assumptions and assumes a total construction period not to exceed 15 weeks.
The emergency dredging is based on the assumption previously described above.
6. Engineer of Record & Post -Construction Report
As the engineer of record, APTIM will conduct pre-, during- and post -construction tasks necessary for
certification of the project. The engineer of record will assist the County in conducting the post -construction
walkthrough and preparing a punch list for project demobilization. Based on surveys, daily reports and
observations made by the dredge contractor, APTIM's observations and those of the County inspectors,
APTIM will prepare a post -construction certification to meet permit requirements.
APTIM will prepare and submit the post -construction completion and certification reports and the
monitoring data to the FDEP and the USACE within 90 days or 60 days respectively following completion
of the project and as -built survey. The report will summarize construction, discuss the data and the
performance of the maintenance dredge projects. Appendices will include plots of as -built survey profiles
and graphical representations of volumetric and channel position changes for the monitoring area. In
accordance with the Physical Monitoring Plan, post -construction topographic and bathymetric surveys of
the inlets and disposal areas will be collected by the Contractor or as part of the County's annual monitoring
surveys.
APTIM ENVIRONMENTAL & INFRASTRUCTURE, LLC
,> APTIM
Exhibit B
Fee Proposal
O O
0
W
O
CO
CO
O CO
N
U F
O
O
Cn
W
U
Z
W
IL
d
W
00
N
00
uO v,
W N
O
O
CO
CO
CD
coI CO
t N
d
N
N
N
N
p
Cn
N N
N 'T In
Q
CM _
W
to
7
m
rL U)
O
O
lY d
V
CO
CD
(O O
LO
tfi
00
V G
M
M
M
M
M
V
N n W
=
69
U
d)
c
5
d)
Q c 0
M
U)
N
N
'IT
O
U d
Ef3
H
CA
O U p
V
V
O
N
N�
N N
CC) O
CDN
d =
C cL
�
V3
CA U
G�
M W
W
m O
CM
2
N
M
7
V
V
CO N
W
N Efl
�
❑
U c
W
N
>
U
Z N
y
C _
U
W 7
N
O
Lo CDQp
N
O 00
-
V
CO
N
N
N
N
j q
M
W
U 0 0 =
C
CO
69
O
O w Z
!L'
lbLL
0
U
m
U y C
J
O N O p
N 0O1 e+i
0
U
0)
C
O
H
m
W Ca WO
N
ad D
69
LU w z
LL
C)
❑
U y `
co w
M C y M Cn
Lo
co tn
��
y
(n
co Ce) uf
a N
O O
U
W
M >>>
ff3 w
H
U
O
0
_
O OD co
•V
M
coN
M co It coao
O O V
N
= _
M 07
ll
ElT N
N
O
O
O
Go�
co
7
O
M
N
c;O
w y 00
aD
N
M
cn
cn
coY
O
O
co 0
R li U
r
r
cq
Le
Cn
co
4
G
�
»
w
w
J
F
N
N N O
O C H
F d
N a
X
W
c
o
=
c
CL
.d N
s
@
C6
o
0
°
K
m
C
C
"O
16
_
N
U
C
0 i
V
tC
O
d 7
O
O
on.n
'U
a
U
£ 4
E
U
U
a0i
a
o
ur
F y
.d.
c
.6
.6
O-
U
U
U
°ZS
H
Z
0)
a
O
0)
U
U
i
O
IL
a.
Y
O
C
C
N
otf
C
C
[A
C
01
C
N
`
c
Z
o
O
OW
W
p❑
_q
FL
a
c
W
m
m
c
m
m
V
U
j
a
owcocm
N
N
N
d
N
N
M
N
N
N
C
-
w
N
M
w-
N
N
N
d
N N
d
ll
!L
d
ll
MM
d
d
U
ll
O
ll
y
d
`
O
ll
O
LL
atfc
Qc
�0%
N
Cirns
UON
rn
NO
UN
rn'a
UN
01
rn
cN
O
ON
tT
ON
U
01
UO
❑
c
❑
_
3:
a
O
❑
❑
_rnOrncO
c
❑
_
O '-
❑
O
m
a
U
Cd
a
m
m
a
a
6
.d
v
m
a
w
cd a
N
M
a
�f9
CO
,> APTIM
Exhibit C
Rate Schedule
DocuSign Envelope ID: 80B82885-B471-4CCC-BC63-021FDAD6CE8B
SCHEDULE B-ATTACHMENT 1
RATE SCHEDULE
Title
Hourlly Rate
Principal
$231
Senior Project Manager
$203
Project Manager
$160
Senior Engineer
$177
Engineer
$130
Senior Inspector
$126
Inspector
$93
Senior Planner
$150
Planner
$120
$140
Senior Designer
Designer
$105
Environmental Specialist
$120
Senior Environmental Specialist
$167
Scientist/Geologist
$115
Senior Scientist/Geologist
$153
Marine Bioio ist/H dro eolo ist
$120
Senior Marine Biolo ist/H dro eolo ist
$145
Senior GIS Specialist
$155
GIS Specialist
$115
Clerical/Administrative
$73
Senior Technician
$103
Technician
$83
Surveyor and Mapper
$125
CADD Technician
$107
Sw-vey Crew - 2 man
$145
Survey Crew - 3 man
$180
Survey Crew - 4 man
$215
Senior Architect
$160
Architect
$125
The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all
inclusive. Hourly rates for additional categories required to provide particular project services shall be
mutually agreed upon by the County and firm, in writing, on a project by project basis, as needed, and will
be set forth in the Work Order agreed upon by the parties.
® Grant Funded: The above rates are for purposes of providing estimate(s), as required by the grantor
agency.
Page 2 of 3
First Amendment to Agreement # 18-7432-CZ
Aptim Environmental & Infrastructure, LLC