Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 12/10/2024 Item #16B14 (Award Invitation to Bid ("ITB") No. 24-8292 - To proceed with truck haul beach Park Shore Renourishment Beach from FDEP Reference Monument R-43+600 to R-54+400 in the Fall of 2024)
12/10/2024 Item # 16.B.14 ID# 2024-2025 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8292, “Collier County - 2024 Park Shore Renourishment,” to Earth Tech Enterprises, Inc., in the amount of $3,563,530, approve Owner’s Allowance of $254,000, and authorize the Chairman to sign the attached Agreement, approve the attached Budget Amendments, and make a finding that this item promotes tourism. (Project No. 90067) OBJECTIVE: To proceed with truck haul beach renourishment of Park Shore Beach from FDEP Reference monument R-43+600 to R-54+400 in the Fall of 2024. CONSIDERATIONS: Staff is requesting that an award of ITB No. 24-8292 be approved for a 167,600-ton truck haul beach renourishment project for Park Shore Beach from approximately 1000 feet north of Naples Cay to approximately 3000 feet north of Doctors Pass from FDEP R-monument R-43+600 to R-54+600 (hereafter the “Project”) for a contract amount of $3,563,530, which shall include the following: · Transportation from the sand mine to Horizon Way · Sand distribution and placement on the beach · Turbidity monitoring · Maintenance of Traffic and Weight Ticket Tracking · Construction layout The Project will utilize the Horizon Way beach access points to place the sand. Mobilization is scheduled to begin in late December 2024, with an anticipated completion in mid-January 2025. On August 26, 2024, the Procurement Services Division posted ITB No. 24-8292, the Collier County Renourishment 2021-2022 project. The County received three bids by the September 25, 2024, deadline as summarized below. RESPONDENTS: Company Name City County ST Base Bid Responsive/ Responsible Earth Tech Enterprises, Inc. Fort Myers Lee FL $3,563,530.00 Yes/Yes Dickerson Infrastructure, Inc. Fort Pierce St. Lucie FL $3,845,545.00 Yes/Yes Phillips and Jordan, Inc. San Antonio Pasco FL $3,995,000.00 Yes/Yes Staff reviewed the three bids and found all bidders responsive and responsible, with Earth Tech Enterprises, Inc. (“Earth Tech”) being the lowest responsive and responsible bidder. Staff recommends awarding the contract to Earth Tech in the low bid amount of $3,563,530. In addition to the total bid amount, staff is allocating $254,000 as Owner’s Allowance for unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the allowance will be only as directed by the County, if necessary, with proper supporting documentation to be submitted by the contractor for any additional work that is authorized and performed. The County’s engineering consultant, Aptim Environmental & Infrastructure, LLC (“APTIM”), determined Earth Tech’s low bid is fair and reasonable and recommends awarding Earth Tech the attached Agreement. APTIM evaluated references and found them acceptable to determine the Earth Tech’s experience on work of a similar magnitude judged within the last five years, its skill and business standing, and its ability to conduct the work as completely and timely as required under the terms of the Agreement. The bid is approximately 39.9% below APTIM’s $5,338,983.97 opinion of probable cost. Staff concluded bidding was competitive and representative of market conditions. The bid tabulation, engineer’s letter of recommendation (“DELORA”), the Notice of Recommended Award (“NORA”), and Agreement are attached. The contract amount of $3,563,530 does not exceed the approved budget of $7,506,100 (September 24, 2024, Agenda Item 11.A). Sand for the project will be paid for separately under Agreement No. 21-7827 with Stewart Materials, LLC. Pre-construction surveys performed in the weeks prior to construction will determine the amount of sand needed, but the quantity can be adjusted up to 25%, if necessary, per the terms of the contract. Page 4649 of 10663 12/10/2024 Item # 16.B.14 ID# 2024-2025 This item is consistent with the Quality of Place Objectives of the County’s Strategic Plan. ADVISORY COMMITTEE RECOMMENDATIONS: At the September 19, 2024, Coastal Advisory Committee meeting, the Committee unanimously recommended approval of the fall truck haul beach renourishment project by a 7 to 0 vote. At the September 17, 2024, Tourist Development Council meeting, the Council unanimously recommended approval of the fall truck haul beach renourishment project by a 7 to 0 vote. FISCAL IMPACT: The total cost of this award, including the owner’s allowance, is $3,817,530. A budget amendment is required in the amount of $3,404,000 to reallocate funding from reserves within TDC Beach Renourishment Fund (1105) to Park Shore Beach Maintenance Project No. 90067. The source of funding is Tourist Development Tax. FDEP cost-share funding will be requested if eligible at a future date to reimburse Collier County for a portion of the completed work. GROWTH MANAGEMENT IMPACT: This item is consistent with the Conservation and Coastal Management Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8292, “Collier County - 2024 Park Shore Renourishment,” to Earth Tech Enterprises, Inc., in the amount of $3,563,530, approve an Owner’s Allowance of $254,000, and authorize the Chairman to sign the attached Agreement, approve the attached Budget Amendments, and make a finding that this item promotes tourism (Project No. 90067). PREPARED BY: Andrew Miller, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENTS: 1. 24-8292 NORA signed 2. 24-8292 Bid Tabulation 3. 24-8292 DELORA 4. 24-8292 VendorSigned_ Earth Tech 5. 24-8292 COI in Compliance_Earth Tech 6. BA 1105 - 90067 Park Shore Page 4650 of 10663 Notice of Recommended Award Solicitation: 24-8292 Title: Collier County - 2024 Park Shore Renourishment Due Date and Time: September 25, 2024, at 3:00 PM EST. Respondents: Company Name City County State Total Bid Responsive/Responsible Earth Tech Enterprises, Inc. Fort Myers Lee FL $3,563,530.00 Yes/Yes Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. Ft. Pierce St. Lucie FL $3,845,545.00 Yes/Yes Phillips and Jordan, Incorporated San Antonio Pasco FL $3,995,000.00 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On August 26, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24 -8292, “Collier County – 2024 Park Shore Renourishment” Project, to two thousand one hundred eighty-nine (2,189) vendors. The bid was advertised for thirty (30) days. Seven hundred eighty-eight (788) bid packages were viewed and three (3) bids were received by the September 25, 2024, submission deadline. Staff reviewed the bids received. All three (3) bidders were deemed responsive/responsible. Staff determined that Earth Tech Enterprises, Inc. is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Earth Tech Enterprises, Inc., the lowest responsive and responsible bidder, for the total bid amount of $3,563,530.00. In addition to the total bid amount, staff has allocated $254,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 01D42E54-35E2-4121-960D-C9922CEDF4BE 11/4/2024 11/5/2024 11/5/2024 Page 4651 of 10663 Project Manager: Andy Miller Number of Notifications Sent:2,189 Procurement Strategist: Leeann Charles Number of Bids Viewed:788 Number of Bids Received:3 ITEM NO. DESCRIPTION Quantity Units Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 Mobilization/Demobilization 1 LS $85,000.00 $85,000.00 $200,000.00 $200,000.00 $150,299.63 $150,299.63 $102,535.98 $102,535.98 2 Horizon Way Access: Transport, Fill Placement, Grading, and Sand Analysis 167,700 Tons $18.90 $3,169,530.00 $20.85 $3,496,545.00 $20.15 $3,379,155.00 $26.81 $4,496,037.00 3 Turbidity Monitoring 1 LS $22,000.00 $22,000.00 $9,000.00 $9,000.00 $63,926.73 $63,926.73 $56,474.49 $56,474.49 4 Surveys 1 LS $175,000.00 $175,000.00 $50,000.00 $50,000.00 $185,438.50 $185,438.50 $189,265.86 $189,265.86 5 Maintenance of Traffic (MOT) and Weight Ticket Tracking 1 LS $112,000.00 $112,000.00 $90,000.00 $90,000.00 $216,180.14 $216,180.14 $243,114.31 $243,114.31 Total Bid Amount: $3,563,530.00 Total Bid Amount: $3,845,545.00 Total Bid Amount: $3,995,000.00 Total Bid Amount: $5,087,427.64 Earth Tech Enterprises, Inc. Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. Phillips and Jordan, Incorporated YES/NO YES/NO YES/NO YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES Witnessed By: Leeann Charles Opened By: Matt Webster Date: September 25, 2024 Trench Safety Act knowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Bid Response Form (Form 1) Contractors Key Personnel (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience (Form 5) Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc.Phillips and Jordan, Incorporated REQUIRED FORMS AND DOCUMENTS Bid Schedule Engineer's Estimate W-9 Grant Forms Bid Description: Transport, placement and grading of pre-purchased beach fill material from Stewart’s Immokalee Sand mine to Park Shore beaches, and associated construction tasks. Beach construction access will be at Horizon Way. BID No. 24-8292 COLLIER COUNTY - 2024 PARK SHORE RENOURISHMENT BID TABULATION NORTH PARK SHORE AND PARK SHORE CONSTRUCTION ACCESSES: HORIZON WAY Earth Tech Enterprises, Inc. Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Addendums 1-2 E-Verify SunBiz License *Staff has allocated $254,000.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Page 4652 of 10663 APTIM 6401 Congress Avenue, Suite 140 Boca Raton, FL 33487 Tel: +1 717 578 0242 Nicole.Sharp@aptim.com October 24, 2024 Leanne Charles Manager, Procurement Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award Solicitation No 24-8292 Collier County – 2024 Park Shore Renourishment Dear Leanne: Bids were received for the above-referenced project by Collier County on September 25, 2024. Aptim Environmental & Infrastructure, LLC (APTIM) has completed our review of the bid submitted by the lowest bidder for this project, and we are pleased to provide the following award recommendation. The scope of the 2024 Park Shore Renourishment project includes restoration of approximately 2.2 miles of coastline between R-43+600 and T-54+400. Beach quality sand will be loaded from Stewart Material’s Immokalee Mine, transported to the beach by truck along approved truck routes, stockpiled and transported along the beach to the fill disposal area, where it will be shaped and graded. There will be one unloading operation at the construction access point at Horizon Way marked on the Plans. Beach fill will be placed within two project areas: North Park Shore (R-43+600 to R-48.5), and Park Shore (R-48.5 to T-54+400). The total fill quantity to be placed within the beach construction templates is approximately 167,700 tons (111,800 cubic yards) of beach quality sand. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Earth Tech Enterprises Inc. with a bid of $3,563,530.00. APTIM was provided with the Bid Schedule for Earth Tech Enterprises Inc. The Earth Tech Enterprises Inc. bid is lower than the Engineer’s Estimate of $5,084,746.64. The final Engineer’s Opinion of Probable Cost (OPC) is $5,338,983.97, which includes an Owner’s Allowance (5%) of $254,237.33. The difference in the received bids and OPC is due to the past unit prices utilized in the estimate. The two most recent project costs were utilized to develop the unit cost for sand placement. As one of the projects was a post-storm, emergency project, higher than usual unit costs were received. The market is still in the latter end post-storm recovery, and after discussions with the County, it was decided to average the past two project unit prices in order for a conservative estimate due to unknown conditions at the time of bid. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Earth Tech Enterprises Inc. were all contacted, and APTIM determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Page 4653 of 10663 2 Earth Tech Enterprises Inc. is a Ft. Myers based contractor and has been authorized to transact business in the State of Florida since 2000. Earth Tech Enterprises Inc. is registered with the Florida Department of Business and Professional Regulation as a Construction Business and a Certified General Contractor, which registrations are current and active. The Engineer has worked successfully with Earth Tech Enterprises Inc., on many projects located in Collier County. Based on that experience, the favorable performance reviews provided on the Vendor Reference Logs and its licensing, it appears that it is a qualified firm to conduct the requested work. Based on the above information, APTIM recommends Earth Tech Enterprises Inc. be awarded the Collier County – 2024 Park Shore Renourishment project in the amount of $3,563,530.00. Should there be any questions, please feel free to contact me directly. Sincerely, Nicole S. Sharp, P.E. Director, Coastal Sciences & Engineering Aptim Environmental & Infrastructure, LLC Page 4654 of 10663 3 Cost Table Page 4655 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8292 Reference Check by: Nicole Sharp Solicitation Title: Collier County – 2024 Park Shore Renourishment Date: October 4, 2024 Bidder’s Name: Earth Tech Enterprises Inc. Phone: 239-774-1223 Design Entity: Aptim Environmental & Infrastructure, LLC REFERENCED PROJECT: Project Name: Clam Pass Emergency Beach Repairs Project Location: Naples, FL Project Description: The project consisted of emergency repairs at Clam Pass where 25,000 cubic yards of sand were removed via backhoes and placed onto the beach. Completion Date: April 2013 Contract Value: $206,000 Project Owner/Title: City of Sanibel Owner’s Address: 5676 Strand Court Phone: 239-594-2021 Owner’s Contact Person: Brett Moore E-Mail: bdm@huminstonandmoore.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes No 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: The contractor was outstanding. Also did a successful operation there this past year also. Page 4656 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 Page 4657 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8292 Reference Check by: Nicole Sharp Solicitation Title: Collier County – 2024 Park Shore Renourishment Date: October 3, 2024 Bidder’s Name: Earth Tech Enterprises Inc. Phone: 239-774-1223 Design Entity: Aptim Environmental & Infrastructure, LLC REFERENCED PROJECT: Project Name: Doctors Pass Emergency Beach Berm Nourishment Project Location: Naples, FL Project Description: This project placed approx. 10,000 tons of upland sand onto the beach adjacent to Doctors Pass using a conveyor system. Completion Date: July 2010 Contract Value: $90,000 Project Owner/Title: Collier County Board of County Commissioners Owner’s Address: 2800 North Horseshoe Drive Phone: 239-252-5342 Owner’s Contact Person: Steve Keehn E-Mail: Stephen.keehn@aptim.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes No 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: No Page 4658 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 Page 4659 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8292 Reference Check by: Nicole Sharp Solicitation Title: Collier County – 2024 Park Shore Renourishment Date: October 3, 2024 Bidder’s Name: Earth Tech Enterprises Inc. Phone: 239-774-1223 Design Entity: Aptim Environmental & Infrastructure, LLC REFERENCED PROJECT: Project Name: 2016 Beach Nourishment Project Location: Naples, FL Project Description: This project placed approx. 116,000 tons of upland sand onto the via truck haul during peak tourist season. Completion Date: December 2016 Contract Value: $1,923,100 Project Owner/Title: Collier County Board of County Commissioners Owner’s Address: 2800 North Horseshoe Drive Phone: 239-252-5342 Owner’s Contact Person: Steve Keehn E-Mail: Stephen.keehn@aptim.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes No 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: No Page 4660 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 Page 4661 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8292 Reference Check by: Nicole Sharp Solicitation Title: Collier County – 2024 Park Shore Renourishment Date: October 3, 2024 Bidder’s Name: Earth Tech Enterprises Inc. Phone: 239-774-1223 Design Entity: Aptim Environmental & Infrastructure, LLC REFERENCED PROJECT: Project Name: Estero Island Truck Haul Project Location: Fort Myers Beach, FL Project Description: The project placed approx. 165,000 tons of upland sand via truck haul along an active residential beach in Ft Myers. Completion Date: June 2024 Contract Value: $3,881,430 Project Owner/Title: The Town of Fort Myers Beach Owner’s Address: 2731 Oak Street Phone: 239-462-8127 Owner’s Contact Person: Chadd Chustz E-Mail: chadd@fmbgov.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes Yes, CO to add additional volume on north side and done well. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: They did a great job and would highly recommend. Page 4662 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8292 Reference Check by: Nicole Sharp Solicitation Title: Collier County – 2024 Park Shore Renourishment Date: October 4, 2024 Bidder’s Name: Earth Tech Enterprises Inc. Phone: 239-774-1223 Design Entity: Aptim Environmental & Infrastructure, LLC REFERENCED PROJECT: Project Name: Sanibel Island Post Hurricane Ian Emergency Berm/Beach Recovery Project Project Location: Sanibel Island, FL Project Description: The project consisted construction of a beach and dune project post-storm to restore the Gulf front shoreline. Completion Date: May 2024 Contract Value: $75,200 Project Owner/Title: City of Sanibel Owner’s Address: 5676 Strand Court Phone: 239-594-2021 Owner’s Contact Person: Brett Moore E-Mail: bdm@huminstonandmoore.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes No 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No Page 4663 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 7. Additional comments: Pressed against turtle season and were able to conduct work rapidly and provided community with Immediate flooding protection. Page 4664 of 10663 Page 4665 of 10663 Page 4666 of 10663 Page 4667 of 10663 Page 4668 of 10663 Page 4669 of 10663 Page 4670 of 10663 Page 4671 of 10663 Page 4672 of 10663 Page 4673 of 10663 Page 4674 of 10663 Page 4675 of 10663 Page 4676 of 10663 Page 4677 of 10663 Page 4678 of 10663 Page 4679 of 10663 Page 4680 of 10663 Page 4681 of 10663 Page 4682 of 10663 Page 4683 of 10663 Page 4684 of 10663 Page 4685 of 10663 Page 4686 of 10663 Page 4687 of 10663 Page 4688 of 10663 Page 4689 of 10663 Page 4690 of 10663 Page 4691 of 10663 Page 4692 of 10663 Page 4693 of 10663 Page 4694 of 10663 Page 4695 of 10663 Page 4696 of 10663 Page 4697 of 10663 Page 4698 of 10663 Page 4699 of 10663 Page 4700 of 10663 Page 4701 of 10663 Page 4702 of 10663 Page 4703 of 10663 Page 4704 of 10663 Page 4705 of 10663 Page 4706 of 10663 Page 4707 of 10663 Page 4708 of 10663 Page 4709 of 10663 Page 4710 of 10663 Page 4711 of 10663 Page 4712 of 10663 Page 4713 of 10663 Page 4714 of 10663 Page 4715 of 10663 Page 4716 of 10663 Page 4717 of 10663 Page 4718 of 10663 Page 4719 of 10663 Page 4720 of 10663 Page 4721 of 10663 Page 4722 of 10663 Page 4723 of 10663 Page 4724 of 10663 Page 4725 of 10663 Page 4726 of 10663 Page 4727 of 10663 Page 4728 of 10663 Page 4729 of 10663 Page 4730 of 10663 Page 4731 of 10663 Page 4732 of 10663 Page 4733 of 10663 Page 4734 of 10663 Page 4735 of 10663 Page 4736 of 10663 Page 4737 of 10663 Page 4738 of 10663 Page 4739 of 10663 Page 4740 of 10663 Page 4741 of 10663 Page 4742 of 10663 Page 4743 of 10663 Page 4744 of 10663 Page 4745 of 10663 Page 4746 of 10663 Page 4747 of 10663 Page 4748 of 10663 Page 4749 of 10663 Page 4750 of 10663 Page 4751 of 10663 Page 4752 of 10663 Page 4753 of 10663 Page 4754 of 10663 Page 4755 of 10663 Page 4756 of 10663 Page 4757 of 10663 Page 4758 of 10663 Page 4759 of 10663 Page 4760 of 10663 Page 4761 of 10663 Page 4762 of 10663 Page 4763 of 10663 Page 4764 of 10663 Page 4765 of 10663 Page 4766 of 10663 Page 4767 of 10663 Page 4768 of 10663 Page 4769 of 10663 Page 4770 of 10663 Page 4771 of 10663 Page 4772 of 10663 Page 4773 of 10663 Page 4774 of 10663 Page 4775 of 10663 Page 4776 of 10663 Page 4777 of 10663 Page 4778 of 10663 Page 4779 of 10663 Page 4780 of 10663 Page 4781 of 10663 Page 4782 of 10663 Page 4783 of 10663 Page 4784 of 10663 Page 4785 of 10663 Page 4786 of 10663 Page 4787 of 10663 Page 4788 of 10663 Page 4789 of 10663 Page 4790 of 10663 Page 4791 of 10663 Page 4792 of 10663 Page 4793 of 10663 Page 4794 of 10663 Page 4795 of 10663 Page 4796 of 10663 Page 4797 of 10663 Page 4798 of 10663 Page 4799 of 10663 Page 4800 of 10663 Page 4801 of 10663 Page 4802 of 10663 Page 4803 of 10663 Page 4804 of 10663 Page 4805 of 10663 Page 4806 of 10663 Page 4807 of 10663 Page 4808 of 10663 Page 4809 of 10663 Page 4810 of 10663 Page 4811 of 10663 Page 4812 of 10663 Page 4813 of 10663 Page 4814 of 10663 Page 4815 of 10663 Page 4816 of 10663 Page 4817 of 10663 Page 4818 of 10663 Page 4819 of 10663 Page 4820 of 10663 Page 4821 of 10663 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 4822 of 10663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/12/2024 AWA Insurance Agency 13700 Six Mile Cypress Pkwy Suite 1 Fort Myers FL 33912 Lourdes Gonzalez 239-418-1100 239-418-1164 lourdes@awainsurance.com Travelers Property Casualty Company of America 25674 EARTTEC-01 Valley Forge Insurance Company 20508EarthTechEnterprisesInc,MCIN Bell,LLC Seagate Mine LLC and Bell Mine LLC 6180 Federal Ct Fort Myers FL 33905 Continental Ins Co-CNA 35289 Continental Casualty Company 20443 Evanston Insurance Co 90993 Transportation Insurance Company 20494 652050965 F X 1,000,000 X 100,000 X 25,000 15,000 1,000,000 2,000,000 X Y Y 7039884527 10/1/2024 10/1/2025 2,000,000 F 1,000,000 X X X Y Y 7039884494 10/1/2024 10/1/2025 PIP BASIC 10,000 C A X X 10,000,0007039884513 ZOX-41N43760-24-ND 10/1/2024 10/1/2024 10/1/2025 10/1/2025 10,000,000 X 10,000 B X N WC 7 39884530 10/1/2024 10/1/2025 LONGSHORE/HARB 1,000,000 1,000,000 1,000,000 D E A INLAND MARINE POLLUTION HULL AND P&I 7040407695 CPLMOL113311 ZOH-71N44196-24-ND 10/1/2024 10/1/2023 10/1/2024 10/1/2025 10/1/2025 10/1/2025 IM:Rented/Leased POLL:Occ/Gen Agg P&I:Each Occurrence 1,000,000 1000000/2000000 1,000,000 Collier County Board of County Commissioners,OR Board of County Commissioners in Collier County,OR Collier County Government OR Collier County Included as an Additional Insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis and to the extent required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Page 4823 of 10663 Page 4824 of 10663 Page 4825 of 10663 Page 4826 of 10663 BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA# JE # BAR# APH Date 1105000000 TDC - Beach Renourishment Fund No.Fund Description (type on line above) Date Prepared:11/15/2024 (Attach Executive Summary) Approved by BCC on:Item No. Expense Budget Detail Fund Center Title:Reserve Board Fund Center No.:919010 Funded Program (Project) Title:Fund 195 Res/Xfers 5-digit Fd Prog #:91105 (only one Fund Center/Funded Program should be entered into this section. If amendment is for Funded Program, must enter Fund Center info) Fund Funded Commit Commitment Item Increase Current Revised Center Program Item Description (Decrease)Budget Budget 919010 91105 993000 Resv for Capital Outlay (3,404,000.00) 59,663,900.00 56,259,900.00 - Net Change to Budget (3,404,000.00)$ Expense Budget Detail Fund Center Title:TDC Bch Renorish Fund Center No.:110406 Funded Program (Project) Title:Park Shore Bch Maint 5-digit Fd Prog #:90067 (only one Fund Center/Funded Program should be entered into this section. If amendment is for Funded Program, must enter Fund Center info) Fund Funded Commit Commitment Item Increase Current Revised Center Program Item Description (Decrease)Budget Budget 110406 90067 634999 Other Contractual 3,404,000.00 - 3,404,000.00 - Net Change to Budget 3,404,000.00$ EXPLANATION Why are funds needed? Where are funds available? REVIEW PROCESS Cost Center Director*:Date Department Head*:Date Budget Department:Date Agency Manager Date Funds are needed for beach renourishement of Park Shore beach. Funds are available in the reserves wthin the TDC Beach Renourishment Fund 1105. Page 4827 of 10663 Finance Department:Date Clerk to the Board Admin:Date Inputted by:Date BA number (SAP) If this is uploaded into Novus with an Executive Summary, no signatures are required from the Cost Center Director or Division Administer. If this is uploaded into Novus, please do NOT sent a paper copy of the Budget Amendment to the Office of Management and Budget office, OMB will download all budget amendments from Novus and will process after the BCC meeting. I:\ Forms\ County Forms\ Budget\ Budget Amendment Form.xls (excel format) Page 4828 of 10663