Loading...
Backup Documents 02/25/2025 Item #16B 7 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 B 7 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. Coastal Zone Management 3. County Attorney Office County Attorney Office 4466-5 4. BCC Office Board of County Commissioners VOS Lv [lo/I/ Z/7 / 5 5. Minutes and Records Clerk of Court's Office5)4 '1 2126 I26 PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Andrew Miller—TMSD—Capital Project Phone Number 239.252.2922 Contact/ Department Planning, Impact Fees and Program Management Agenda Date Item was 02/25/2025 Agenda Item Number I6.B.7 Approved by the BCC Type of Document APTIM CO#1 —Park Shore Renourishment Number of Original I Attached Documents Attached PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature AAM 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AAM signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AAM document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AAM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/12/2023 and all changes made during AAM the meeting have been incorporated in the attached document. The County $ption for Attorney's Office has reviewed the changes,if applicable. . line. 9. Initials of attorney verifying that the attached document is the version approved by the AAM /A is not BCC,all changes directed by the BCC have been made,and the document is ready for the option for Chairman's signature. line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 � 16 B 7 Corner County Procurement Services Change Order Form Contract# 18-7432-CZ CO#1 Po# 4500231654 Project#: 90067.1 Project Name:2024 Park Shore Renourishment Contractor/Consultant Name: APTIM Environmental & Infrastructure, LLC Select One: ❑Contract Modification(Construction or Project Specific) ❑✓ Work Order Modification Project Manager Name: Andrew Miller Division Name: Coastal Zone Mgmt Original Contract/Work Order Amount $102,117.70 5/14/24;16.8.2 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $102,117.70 5/14/24;16.8.2 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $102,117.70 3/9/26 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $33,702.40 33.00% Total%Change from Original Amount Revised Contract/Work Order Total $135,820.10 33.00% %Change from Current BCC Approved Amount Total Cumulative Changes $33,702.40 33.00% %Change from Current Amount Notice to Proceed 5/30/2024 Original NTP 270 Original Final 2/24/25 Last Final 2/24/25 Date #of Days Completion Date Approved Date #of Days Added 137 Revised Final Date 7/11/2025 Current Substantial Completion Date N/A (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request: ✓❑Add Time; ❑✓ Add funds; 0 Use of Allowance; ❑✓ Modify/Delete existing Task(s); ❑Add new Task(s); ❑Reallocate funds; ❑Other(must be explained in detail below) 1.) This change is to add $33,702.40 and 137 days to the design Work Order in order to accomodate the significant increase in sand volume required to adequately fill the beach which eroded over the summer of 2024 from Hurricanes Debby, Helene, and Milton. 2.) N/A 3.) The change was not included in the original Work Order because sand volumes designed for the project were calculated from existing conditions surveys conducted in January/ February 2024, well before erosion occurred from hurricanes during the summer of 2024. 4.) If this change is not processed, the designer will not be available to perform Engineer of Record construction observation and closeout required by the County's FDEP and USAGE permits. Page 1 of 4 ON° Change Order Form(2023_ver.1) 16s7 COIL County Procurement Services Change Order Form Contract# 18-7432-CZ co* 1 PO# 4500231654 Project#: 90067.1 Project Name: 2024 Park Shore Renourishment contractoriconsultant Name: APTIM Environmental & Infrastructure, LLC Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time Time and cost Engineer of Record services 1 related to increased required until the construction volume of sand due $33,7t)2.40 137 407 of the project is completed to hurricanes of 2024 ❑Check here if additional summary page/s are attached to this Change Order Page 2 of 4 (GAO Change Order Form(2023_ver.1) 1 16B7 Co r Cvxnty Procurement Services Change Order Form Contract# 18-7432-CZ co# I PO# 4500231654 Project#: 90067.1 Project Name: 2024 Park Shore Renourishment Contractor/Consultant Name: APTIM Environmental & Infrastructure, LLC Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website(https://dos.mvflorida.com%sunbiz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. M i l i e rA n d rew Digitally signed by MillerAndrew Prepared by: Date:2025.02.14 09:32:26-05'00' Date: Signature-Division Project Manager Printed Name Nicole Sharp Digitally signed by Nicole Sharp Accepted by: Dale:2025.02.14 10:27:47-05'00' Date: 2/14/25 Signature-DesignlEngineer Professional(if applicable) Nicole Sharp, Director,APTIM Printed Name/Title/Company Name Accepted by: Date: Signature-Contractor/Consultant/Vendor Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name Ah mad Jay Digitally signed by AhmadJay Approved by: Date:2025.02.14 09:43:17-05'00' Date: Signature-Division Director or Designee(Optional) Printed Name Digitally signed by ScottTri n ity Date P025.02.14 Approved by: 13:46:59-05'00' Date: Signature-Division Administrator or Designee(Optional) Printed Name Page 3 of 4 /„..... Change Order Form (2023_ver.1) CAC) 16B7 Co ter County Procurement Services Change Order Form Contract# 18-7432-CZ CO# 1 PO#4500231654 Project#: 90067.1 Project Name: 2024 Park Shore Renourishment Contractor/Consultant Name: APTIM Environmental & Infrastructure, LLC FOR PROCURMENT USE ONLY FY 25 CHO Request# 581 BowdenStephani•e Digitally signed by BowdenStephanie Date:2025.02.1415:21:01 -05 00 Approved by: Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ® Administrative El Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Ki zel, Qt rlt't�f the Circuit Court BOARD OF COUNTY COMMISSIONERS and ComptrOlter ' ' COLLIER COUNTY, FLORIDA By: -o By: Af.11./tA • • Burt L. Saunders , Chairman Dated: � ;:-, FdaLS P. ,t; a �;,j<: Attest as,to Chairmat> Date: 2125(is signature only. (SEAL) Agenda# 67 Appr ve Fo�n a_nd egality: (...9)eputy r1,/,//)County Attorney CO (eel M •efeen. / Print Name Page 4 of 4 Change Order Form(2023_ver.1) CAO 16B7 APTIM 6401 Congress Avenue, Suite 140 "103_,, Boca Raton, FL 33487 Tel: +1 561 391 8102 www.aptim.com APTIM January 22, 2025 Andy Miller Collier County Coastal Zone Management 2685 S. Horseshoe Drive, Unit 103 Naples, FL 34104 Re: Engineering Services for Park Shore Renourishment(Contract No. 18-7432-CZ) — Change Order No. 1 Dear Andy: This letter is in response to Collier County's(County) request for a change order to the proposal for Aptim Environmental & Infrastructure, LLC (APTIM) to support the County in conducting beach renourishment activities on Park Shore (R44-T54) beaches. This change order allows APTIM to continue to perform professional services as the Engineer of Record for the construction event due to the increase in volume required due to the passage of Hurricanes Helene and Milton, which has doubled the construction schedule. Included as Exhibits are: the Scope of Work(Exhibit A), Fee Proposal (Exhibit B), and the Rate Schedule (Exhibit C). APTIM proposes to provide these services on a lump sum basis with a cost of $33,702.40 under the terms and conditions of the existing Contract No. 18-7432-CZ and as amended May 7, 2020. Barring any unforeseen circumstances, all work will now be completed within 407 days of receiving the Notice to Proceed. Sincerely, Nicole S. Sharp, P.E. Director, Coastal Sciences Engineering Aptim Environmental & Infr structure, LLC cc: James Austin, P.E., APTIM Steve Keehn, P.E., APTIM GAO At APTIM Exhibit A Scope of Work 2 n1/4,A0) 1687 EXHIBIT A SCOPE OF WORK PARK SHORE RENOURISHMENT COLLIER COUNTY, FL JANUARY 2025 Introduction This is a scope of work for Aptim Environmental & Infrastructure, LLC (APTIM) to provide the engineering services described below to support the County for conducting a truck haul beach renourishment project on Park Shore (R44-R54) beaches as additional work then what was originally proposed in the original scope of work. Due to impacts from Hurricanes Helene and Milton, additional volume was required to address erosion within the fill template. The work will require an extension of the end date for an additional 42 days in order to allow for the construction of the additional volume. 3. Engineer of Record As the Engineer of Record, APTIM will conduct pre-, during- and post-construction tasks necessary for certification of the project. An APTIM engineer will attend the pre-construction conference and update the construction profiles using the Contractor's pre-placement surveys. During construction, APTIM will support the County's inspection efforts and perform weekly site visits to inspect the work and attend weekly construction meetings. It is assumed that there will be up to 16 weeks of active hauling during construction. APTIM will prepare a QA/QC check list, delineating the County, contractor, inspector and APTIM duties as a guideline for during construction coordination. APTIM will prepare a post-construction certification to meet permit requirements, based largely on surveys, weight tickets, daily reports and observations made by the contractor and County inspectors. APTIM will also provide a construction and as-built summary based on the contractor's as-built drawings. It is assumed that the annual physical monitoring survey and engineering report will be contracted by the County under separate work order. The third party's annual monitoring report will serve as the post-construction report and may include APTIM's as-built summary as an appendix. APTIM will review the contractor's pay applications, reconcile and/or review the pay volumes/tonnage based on mine records, weights tickets collected at the beach and physical surveys. Summary This work will be performed on a lump sum (LS) basis with an additonal cost of$33,702.40 as outlined in the attached fee spreadsheet. The overall time of the contract to complete design, construction administration, and Engineer of Record signoff will now be within 407 days of receipt of the Notice to Proceed. Assumptions • Dune restoration and dune vegetation are not part of this work assignment. Aptim Environmental & Infrastructure, LLC ^, 16B • County inspectors will collect weight tickets, observe delivered sand quality and beach construction, and reconcile sand mine records with weight tickets collected at the beach. • The County or a third party will perform and prepare reports on the following tasks: o 2024 Physical Monitoring o Turbidity Monitoring o Biological Monitoring and Hardbottom Edge Surveys o Submerged Aquatic Vegetation Surveys o Marine Turtle Monitoring and Related FWC Coordination o Shorebird Monitoring Aptim Environmental & Infrastructure, LLC GAO) 1 6B7 AAPTIM Exhibit B Fee Proposal 3 CM') . 16B7 2 ° ° to a § ( 15` 63 § I- } 2 k � �st a !f \ - _ # 2$ _ .. 3 - os� o . ��k ( k ! ta } £ k , _ - ■ ` k k §= . o ! t /i - ® | §- \ ___ ƒ § | ! z 2»z, 2 �$ » k Ca, § § ) � r I co ` § k | ) . ;1 I 2 `0 ` § §� \ � ` (C © ° k _ _ kk % 4 § _ 2 yI .s , _ _ ! _tat. k «• 0 ; �s _ ., �� 3 _ # § \ 00{ k m � el § § e J R k ! § 0 � \ | tt k ) � . —. (�0 . A APTIM Exhibit C Rate Schedule 4 f- (CPO DocuSign Envelope ID:80882885-B471-4CCC-BC63-021FDAD6CE8B 16B7 SCHEDULE B-.ATTACHMENT 1 RATE SCHEDULE Title., .,: Rour[y 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 Senior Designer $140 Designer $105 Environmental Specialist $120 Senior Environmental Specialist $167 Scientist/Geologist $115 Senior Scientist/Geologist $153 Marine Biologist/Hydrogeologist $120 Senior Marine Biologist/Hydrogeologist $145 Senior GIS Specialist $155 GIS Specialist $115 Clerical/Administrative $73 Senior Technician $103 Technician $83 Surveyor and Mapper $125 CADD Technician $107 Survey 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 CM) Aptim Environmental&Infrastructure,LLC CNO,i 16B7 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024,pursuant to§787.06(13), Florida Statutes, when a contract Is executed,renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Aptim Environmental&Infrastructure,LLC Address: 6401 Congress Avenue,Suite 140,Boca Raton,FL 33487 Phone Number: 561.361.3150 Authorized Representative's Name: Nicole Sharp Authorized Representative's Title: Director,Coastal Business Development Email Address: nicole.sharp@aptim.com AFFIDAVIT 10 Nicole Sharp (Name of Authorized Representative), as authorized representative attest that Aptim Environmental&Infrastructure,LLC (Name of Nongovernmental Entity) does not use coercion for labor or services as defined in §787.06,Florida Statutes. U der pena y of perjur , I d lare that I have read the foregoing Affidavit and that the facts stated in it are true. 02/12/2025 (Signature of authorized presentative) Date STATE OF Florida COUNTY OF Palm Beach Sworn to(or affirmed)and subscribed before me, by means of OM physical presence or❑online notarization this 12th day of Febru i, 20 25 by Nicole Sharp (Name of Affiant),who produced their as identification or are personally knownto me. Trade H,McCauley Cy '7if�-�:C..`+�' 444- Notary Public Notary Public State of Florida I A Trade H McCauley 8I19/2026 �� My Commission ,,_, 1 lIlt HH 272308 Commission Expires Exp.811 912 0 2 6 Personally Known a OR Produced Identification El Type of Identification Produced: CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1 �r LY`.4