Backup Documents 04/08/2025 Item #16B 5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 5
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
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 O(}7](r. 4 2,G
4. BCC Office Board of County
Commissioners tr64 yf(v
5. Minutes and Records Clerk of Court's Office %(/fa"
i\tot 202.6
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 04/08/2025 Agenda Item Number 16.B.5
Approved by the BCC
Type of Document Work Order—H&M—Vanderbilt&Pelican Bay Number of Original 1
Attached Renourishment 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
Attorney's Office has reviewed the changes,if applicable.
9. Initials of attorney verifying that the attached document is the version approved by the AAM
BCC,all changes directed by the BCC have been made,and the document is ready for the
Chairman's signature.
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
16B 5
WORK ORDER/PLJRCI IASE ORDER
Contract 18-74 32-C Z"Professional Services Library- Coastal Engineering Category"
Contract Expiration Date: March 9, 2026
This Work Order is for professional Engineering services for work known as:
Project Name: 2025 Vanderbilt & Pelican Bay Beach Renourishment
Project No: 90066.1 & 50126.2
The work is specified in the proposal dated February 4, 2025 which is attached hereto and made a part
of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this
Work Order/Purchase Order is assigned to: Humiston & Moore Engineers, P.A.
Scope of Work: As detailed in the attached proposal and the following:
* Task la Design,Construction Plans and Specifications- Vanderbilt Beach
* Cask lb Design,Construction Plans and Specifications - Pelican Bay
* Task 2a Bidding Assistance & Notice to Proceed -- Vanderbilt Beach
* Task 2h Bidding Assistance& Notice to Proceed - Pelican Bay
* Task 3a Engineer of Record- Vanderbilt Beach
* Task 3h Engineer of Record - Pelican Bay
* Task 4a Surveys - Vanderbilt Beach
* Task 4h Surveys- Pelican Bay
Schedule of Work: Complete work within 270 days from the date of the Notice to Proceed which is
accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the
expiration date of Agreement# 18-7432-CZ will survive and remain subject to the terms and conditions
of that Agreement until the completion or termination of this Work Order.
Compensation: In accordance with the Agreement referenced above, the County will compensate the
Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) OLump Sum Plus
Reimbursable Costs(LS+RC)Mime & Material(T&M) (established hourly rate - Schedule A)
Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the
attached proposal.
Task la $19,868.00
Task lb $1 1,712.00
Task 2a $2,809.00
Task 2h $1,708.00
Task 3a $43,694.00
Task 3h $26,020.00
Task 4a $28,750.00
Task 4h $9,250.00
TOTAL. FEE $143,81 1.00
Page I of 3
CAO
1 6 B 5
Digit*signed w
MilierAndrew 0226
PRI.;I'ARED BY: 15:1440-05'00'
Andrew Millero„ ,lone Manager Date
Anthony Antony Khawaja P.E
APPROVED I3Y: Khawaja P.E. , n 6
Jay Ahmad. Director Transportation Engineering Date
S c o ttT r•i n i t Digilaly signed by ScotlTrwNy
'_ APPROVED I.3Y: y 025 03 26 15 00 11
Trinity Scott, Department Head Date
By the signature below, the Firm (including employees. officers and/or agents) certifies, and hereby
discloses, that, to the best of their knowledge and belief. all relevant facts concerning past, present, or
currently planned interest or activity(financial,contractual,organizational,or otherwise) which relates
to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed.
Additionally,the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning
of any actual or potential conflict of interest that arises during the Work Order and/or project duration.
ACCEPTED BY: I Iumiston & Moore sigrEngineers, P.A.
Brett D. 0i Brett
D Moore
Moore Dale:2025.03.07
16:52 55-0500'
Brett Moore. President Date
(Remainder of page intentionally left blank)
Page 2 of 3
CAO
16B 5
IN WITNESS WHEREOF,the parties hereto,have each,respectively, by an authorized person or
agent,have executed this Work Order on the date and year first written below.
ATTEST: BOARD OF COUNTY COMMISSIONERS
CRYSTAL K. KINZEL, Clerk of Courts COLLIER COUNTY, FLORIDA
•_y
By: By: ' ---
urt L. Saun ers, Chairman
Dated: k., ,A, 0
(S 1EArAtil.4 th Cha. ,ar,'t
sicnat !re tiumiston&Moore Engineers, P.A.
First Witness nature
nature w __ _
�\ TType/print signature and titlel`
TType/ rint witness nameT
Second Witness
/114.44L`✓ 6ock"r/
TType/print witness nameT
Approved as to Form and Le ality:
.istant County Attorney
OoIJ1 1 veef
Print Name
Page 3 of 3
(c1 )
1 6B 5
' HUMISTON
Hel &MORE
ENGINEERS
COASTAL STRAND
ENGINEERING DESIGN COURT
5679 NAPLES FLORIDA AND PERMITTING FAX239594201S
PROW' 239 594 2021
February 4, 2025
(Proposal valid for 120 days.)
Andrew Miller, Principal Project Manager
Coastal Zone Management (CZM)
Collier County Government
2685 South Horseshoe Drive Unit 103
Naples, FL 34104
Re: Humiston & Moore Engineers (HM) Engineering Services for 2025 Vanderbilt
and Pelican Bay Beach Renourishment Project (Contract No. 18-7432-CZ)
Dear Andy:
Enclosed is a proposal to support CZM in conducting beach renourishment activities on
Vanderbilt (R22+300 to R31.5) and Pelican Bay (R31.5 to R37) beaches. HM will provide
professional services including the pre-construction survey, engineering design,
preparation of construction plans and technical specifications in coordination with
permitting agencies for a Notice to Proceed. HM will serve as the Engineer of Record for
the construction project.
Included with the project proposal is the Scope of Work, Fee Proposal, and the Rate
Schedule. HM proposes to provide these services on a lump sum basis with a cost of
$143,811.00 under the terms and conditions of the existing Contract No. 18-7432-CZ.
--'-
Barring any unforeseen circumstances, all work will be completed within 270 days of
receiving the Notice to Proceed.
Please call if you have any questions.
Sincerely yours,
HUMISTON & MOORE ENGINEERS
3,.....,_
___
c21-\,___ _
Brett D. Moore, P.E.
President
Page 1 of 1
1 6B 5
EXHIBIT A
SCOPE OF WORK
VANDERBILT&PELICAN BAY BEACH
RENOURISHMENT COLLIER COUNTY, FL
January 2025
Introduction
This is a scope of work for Humiston & Moore Engineers(H&M)to provide the engineering services described
below to support the County in preparing the design, plans and specifications, bidding,construction & permit
documents for conducting a truck haul beach renourishnient project on Vanderbilt Beach(R-22-300 to R-31.5)
and Pelican Bay(R31.5 to R-37).
this proposal contains the tasks necessary to bring the project through construction. ll&M will assist the County
in preparing for construction by conducting analyses to determine project extents and volumes, producing
construction plans and technical specifications,coordinating with FDEP for Notice to Proceed, and providing
bidding assistance to the County. Fl&M will support the County's Inspection efforts during construction and will
develop the post-construction certification based largely on the surveys, reports and observation of the work
conducted by contractor during construction.
Task la. Design,Construction Plans&Specifications-Vanderbilt Beach S19,868.00
H&M engineers will perform engineering analysis to determine project extents and estimate volumes needed.
The goal of the design will be to place material so that the project area will be able to absorb 5 to 6 years of
typical erosion in order to last until the next major nourishment project, barring any major storm events. The
design will be based on the matrix-design method updated with the latest composite erosion rate and the most
recent annual monitoring survey which was conducted in 2024. After reviewing the preliminary volume
estimates, an analysis will be conducted to optimize placement areas and volumes. H&M will finalize the
quantities and fill areas based on consultation with Collier County and permitting agencies. H&M will support
the County with one coordination meeting related to the project with local stakeholders as deemed necessary.
H&M will consult with permit agencies and their consultants about the newest permit conditions.This will include
Specific Conditions described in the November 2017 FDEP Permit No.0331817-004-JM.,which include
• Fill history and incremental volume analysis(paragraph I.b.)
• Refine beach design to avoid or minimize hardbottom impacts based on the latest physical and
biological monitoring surveys.
Once the target volumes and placement areas have been approved by the County,lJ&M will conduct engineering
design work to prepare the construction templates. H&M engineers will update the construction plans including
plan views and cross-sections of project areas, beach access,equipment storage areas,environmental protection
areas and other information required for execution of this project.
The construction plans and volumes for bidding will be based on the most recent annual physical monitoring
surveys which were conducted in 2024. Technical specifications developed for the project will integrate the
QA/QC plans, environmental standards, and permit conditions into the work.
Humiston& Moore Engineers
Page 1
1 6B 5
H&M will assist the County in preparation of the environmental protection plan, which will be integrated into the
bidding documents.
H&M understands that time is of the essence on this truck haul renourishment project and will have plans,
specifications and bidding documents prepared by 7/12025 to allow beach renourishment to begin by 11/1/2025,
provided that required documentation such as preconstruction survey data,finalized construction plans,and County
approvals are conducted in a timely manner to proceed with the work.
Task l b. Design,Construction Plans& Specifications-Pelican Bay$11,712.00
}1&M engineers will perform engineering analysis to determine project extents and estimate volumes needed. The
goal of the design will be to place material so that the project area will be able to absorb 5 to 6 years of typical
erosion in order to last until the next major nourishment project,barring any major storm events. The design will
be based on the matrix-design method updated with the latest composite erosion rate and the most recent annual
monitoring survey which was conducted in 2024. After reviewing the preliminary volume estimates,an analysis
will be conducted to optimize placement areas and volumes.H&M will finalize the quantities and fill areas based
on consultation with Collier County and permitting agencies.H&M will support the County with one coordination
meeting related to the project with local stakeholders as deemed necessary.H&M will consult with permit agencies
and their consultants about the newest permit conditions. This will include Specific Conditions described in the
November 2017 FDEP Permit No.033 1 817-004-JM.,which include
• Fill history and incremental volume analysis(paragraph I.b.)
• Refine beach design to avoid or minimize hardbottom impacts based on the latest physical and
biological monitoring surveys.
Once the target volumes and placement areas have been approved by the County, H&M will conduct engineering
design work to prepare the construction templates. H&M engineers will update the construction plans including
plan views and cross-sections of project areas, beach access, equipment storage areas, environmental protection
areas and other information required for execution of this project.
The construction plans and volumes for bidding will be based on the most recent annual physical monitoring
surveys which were conducted in 2024. Technical specifications developed for the project will integrate the
QA/QC plans, environmental standards, and permit conditions into the work.
fi&M will assist the County in preparation of the environmental protection plan,which will be integrated into the
bidding documents.
H&M understands that time is of the essence on this truck haul renourishment project and will have plans,
specifications and bidding documents prepared by 7/1/2025 to allow beach renourishment to begin by 11/1/2025,
provided that required documentation such as preconstruction survey data,finalized construction plans,and County
approvals are conducted in a timely manner to proceed with the work.
Task 2a. Bidding Assistance & Notice to Proceed-Vanderbilt Beach $2,809
Once the construction plans and technical specifications are completed, H&M will provide the FDEP all Items
necessary to request a Notice to Proceed(NTP) and provide the County with a bid package containing construction
plans, technical specifications, project permits, bid fomi, contractor questionnaire, and engineer's opinion of
probable costs.The questionnaire will be integrated into the technical specifications.
H&M will assist the County in their lead in the bidding process. H&M will participate in the Pre- Bid Meeting and
assist the County in answering technical questions as needed during the bidding process.Once the bids have been
opened,H&M will assist the County in reviewing the bids and provide a recommendation to the County based on
a review of the submitted bids.
Humiston& Moore Engineers
Page 2
1 6B 5
Task 2b. Bidding Assistance & Notice to Proceed-Pelican Bay $1,708.00
Once the construction plans and technical specifications are completed, H&M will provide the FDEP all Items
necessary to request a Notice to Proceed(NTP) and provide the County with a bid package containing construction
plans, technical specifications, project permits, bid form, contractor questionnaire, and engineer's opinion of
probable costs.The questionnaire will be integrated into the technical specifications.
Il&M will assist the County in their lead in the bidding process. H&M will participate in the Pre-Bid Meeting and
assist the County in answering technical questions as needed during the bidding process. Once the bids have been
opened,H&M will assist the County in reviewing the bids and provide a recommendation to the County based on
a review of the submitted bids.
Task 3a. Engineer of Record-Vanderbilt Beach S43,694.00
As the Engineer of Record,H&M will conduct pre-.during-and post-construction tasks necessary for certification
of the project. An H&M engineer will attend the pre-construction conference and update the construction profiles
using County pre-placement surveys.During construction,H&M 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 10 weeks of active hauling during construction. H&M will prepare a QAJQC check list,delineating
the County,contractor, inspector and H&M duties as a guideline for construction coordination.
R&M will prepare a post-construction certification to meet permit requirements,based largely on surveys,weight
tickets,daily reports and observations made by the contractor, County inspectors,and H&M staff.H&M 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 H&M's
as-built summary as an appendix.
H&M 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.Reconciling the truck tickets with records
from the mine will be a responsibility of the Contractor.
Task 3b. Engineer of Record-Pelican Bay $26,020
As the Engineer of Record,H&M will conduct pre-,during-and post-construction tasks necessary for certification
of the project.An H&M engineer will attend the pre-construction conference and update the construction profiles
using County pre-placement surveys. During construction,H&M 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 10 weeks of active hauling during construction. H&M will prepare a QA/QC check list,delineating
the County,contractor, inspector and H&M duties as a guideline for construction coordination.
li&M will prepare a post-construction certification to meet permit requirements,based largely on surveys,weight
tickets,daily reports and observations made by the contractor,County inspectors,and H&M staff.H&M 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 H&M's
as-built summary as an appendix.
H&M 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.Reconciling the truck tickets with records
from the mine will be a responsibility of the Contractor.
Humiston&Moore Engineers
Page 3
1 6B 5
Task 4a.Surveys-Vanderbilt Beach S 28,750
H&M will utilize the most recent monitoring survey to prepare design plans for bidding. Il&M and their
subconsultant will collect updated survey date and construction profiles for the purpose of preparing
construction plan detail prior to commence of construction. H&M will coordinate with County staff and
utilize progress as-built surveys collected during construction to prepare the post construction report and
certification to the regulatory agencies.
Task 4b.Surveys-Pelican Bay S 9,250
H&M will utilize the most recent monitoring survey to prepare design plans for bidding. I I&M and their
subconsultant will collect updated survey date and construction profiles for the purpose of preparing
construction plan detail prior to commence of construction. H&M will coordinate with County staff and
utilize progress as-built surveys collected during construction to prepare the post construction report and
certification to the regulatory agencies.
Summary
This work will be performed on a lump sum (LS) basis with a cost of$143,811 00 as outlined in the
attached fee spreadsheet. The overall time of the contract to complete design,construction administration,
and Engineer of Record signoff will be within 270 days of receipt of the Notice to Proceed.
Assumptions
• Dune restoration and dune vegetation are not part of this work assignment.
• 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
o Geotechnical Analysis
Humiston &Moore Engineers
Page 4
16B 5
I Vande.bMt 7.Peliran Bay Beath Renooclshment 202S
E3trmated Costs 1
Total Hours Rate Cast
Ala Design,Construction Plans&Specifications Vanderbilt leach
Ptir1[tllal J i $23100f S6.006.00
Engineer 1--- ---Q S130 53,90000
Scientist/Geologist I 101 Slls.o€(. 51.15000
Senior Tech 44 5103.00�1/ 54.932D0
Senior Tech ----- 00r
CADD_ 40 5107. I L 542110.00 /
S19,116.00 �/
Total Hours ME QM
lb Design.Construction Plana i Specification•Pelican Lay
Principal 20 $231.00✓/, 5462000
Engineer 32 5130.00✓f $4,160.001
Scientist/Geologist 2 St 15.od ' $230.00
kneeled' 20 510300 / S2,060.00
CADO I S107.00 / 5642.00
511.71200 I
MUMS 9iiS rdte
le eiddrna Assktance i Preece to Proceed•Vanderbilt leach
Principal 2 523100 , Sa62.00
Engineer 14 S130001 / $1.12000
Jsrientist/creeloget 511500 / S0001
Senior Tech 2 S103.00 S206 001
rAorl 3 S107.00 y S321000
! 52,809.00
Total Hours Ease
1.26 81dd1n1 Assistance i Hotice to Proceed-Pelkan Bay
Principal =_.. 2 S231.00 5462.00
[Engineer a• $130.00 S1.040001
• Scientist/Geologist $115.001 5000
Senior Tech 2 S103.00 $201.00
CADD ! 510700 S000 /
$1.701.00 J
Total Hours Rate Cost
3a Engineer at Eteswd-Va.desblh Beach
Principal .-.. S231.001 / $13•660.00
Engineer 100 S130.00 51300300
'Screntist/Geolognt S115A0 $4,140.00
Senior Tech _ 90 $103 00 59.270 03
CADD 32 5107.00 53.424.00
--_ S43.1694.00
Total Hours Ra)e Cost
3b En$Mtter of Record-Pdcan Bay _
Principal 40 523100 S9.240.00
Ersgeeer ad _ SE3000 . S10.40100
Scientist/Geologist 10 5115.00, 51,150.00
Senior Tech 30 5103.00 , 53.090 00
CADD 20 5107.00 $2.14000
526,010.00
5105.111.00
64 Surveys-Vanderbilt Beach Sol 528,750.0a '
4a Surveys-Pelican Bay 501 $9,1%0.00i
Vanderbilt Beach Tol,.-
Total Hours Mole Cost
Prmeipai ` -*is 5231-00 s $20,32600
144 $130.DQtt S18720 00
bst/Gi'do/ist ~-466 $115.001 $529000
Sailor Ted 136 $103 00 514.001.00
CARD 7s S107.00 $1p25.00
S66.371.00 ✓
Surveys•Vanderbilt leach j
Total Vanderbilt $66,371.00
Pelican Bay Totals
t tag Rate Sal
Principal 62 S231.00 S14.322.00
Engineer 120/ 5130.00, S15.600.00
Sdaatist/Getibgist 12 5115.001 S1.310.00
Senior Tech 52 5103.00 55.35600
(ADO 26 S107.00 52,7112110
$31.441.m
lo Surveys-Pdlcan may
S39.448.00 ✓
Tout aeli11441
`�O
i6B 5
Sea Diversified, Inc.
160 Congress Park Drive, 14114
S J . 1 Delray Beach, Florida 33445
Phone: 561-243-4920
Facsimile: 561-243-4957
February 4,2025
Mr. Steve loge. P.E. Sent via electronic mail 2/O4/2025
Ilumiston& Moore Engineers 6SFa/lunrisinnand. 1oore com)
5679 Strand Court.Suite 110
Naples, Florida 341 10
Re: Proposal/Agreement for Professional Services
Pre-Construction Beach Profile Surrey
Collier Truck Haul Project
Naples Beach
Collier County, Florida
Sea Diversified I'.N.25-3081
Dear Mr. Foge:
In accordance with your request, Sea Diversified, Inc. (SDI) is pleased to submit the following proposal for professional
services. The scope of work shall include pre-constriction beach profile surveys associated with the Collier Truck Haul
project at Naples Beach in Collier County, Florida. In accordance with your e-mail on January 28,2025, the survey shall be
encompass beach and offshore data collection at 100-foot stations extending 150 feet front the fill template divided into two
(2)ranges:
• Range One: R22-t200 to R3 I.5(115 Profiles)
• Range-1 wo: R31.5 to R37+100(37 Profiles)
General:
SDI shall provide supervision, field 'office support staff and equipment to perform the scope of work described, herewith.
All work shall be conducted to the highest level of industry standards and under the responsible charge of a Professional
Surveyor and Mapper registered in the State of Honda. All work shall meet or exceed the Standard,of Practice(Standards)
set forth by the Florida Board of Professional Suncyors and Mappers in Chapter 5J-17.Florida Administrative Code,pursuant
to Section 472.027,Florida Statutes,and in compliance with the Bureau ofleache.and Coastal Systems Monitoring standards
for Beach Erosion Control Projects,Sections 01000 and 01 100(Updated October 2014). If time permits,deviations from the
scope of work shall be addressed via formal approved addendum to the executed Agreement for Professional Services.
Horizontal and Vertical Data:
Horizontal Datum: Feet,relative to the Florida State Plane Coordinate System, East Zone,North American Datum of
1983(NAD83)
Vertical Datum: Feet,relative to the North American Vertical Datum of 1988(NAVD88)
Horizontal/Vertical Control Verification
SDI will verify the horizontal and vertical position of all found and used monuments for the survey. horizontal and vertical
positions will he verified via Real-Time Kinematic GI'S procedures.
Beach Profile Data Collection:
Profile data will be collected using Real-time Kinematic Differential Global Positioning techniques. Data points will be
collected at a maximum interval of twenty-five(25)feel and at all grade breaks(exceeding one-foot)and material changes
along the profile. The reference monument or baseline between monuments shall be recorded as range 0.0 along the profile
with positive ranges extending seaward of the monument and negative ranges extending landward of the monument.
Bathymetric Data Collection:
The bathymetric survey shall be conducted using an automated hydrographic system comprised of a survey launch equipped
with a marine grade,single-beam sounder.global positioning system and computer-based navigation/data collection system.
An RIK (Real Time Kinematic)GI'S system shall be used for vessel positioning and navigation with RTK tides applied in
Surveying • Engineering • Applications '\ _,G41--')e°
16B 5
Proposal/Agreement for Professional Services
Pre-Construction Beach Profile Survey
CS-EA
Collier Truck Haul Project
Naples,Collier County,Florida
February 4,2025
Page 2 of 2
real-time. The survey-grade sounder will include a 200-kHz narrow beam (3°)transducer. This system, when calibrated to
manufacturer's specifications,will yield accuracies of 1 cm plus 0.10%of the water depth when corrected for sound velocity.
The sounder shall be calibrated via bar checks at the beginning of each survey day.
Data Processing and Final Deliverables
Upon completion of field survey activities,data will he edited and reduced to the project datum and translated to an x,y,z,
ASCII format for submittal to Humiston&Moore(H&M). H&M will be provided the f011owing deliverables:
I Survey report certified by a Professional Surveyor and Mapper
Topographic/Bathyrnetric data in ASCII (x,y,z)format
3 Control Tabulation
4 DEP formatted data
5 Metadata files
Cost:
Range One: R22+200 to R31.5(115 Profiles): $28,750.00 Lump Sum
Range Two: R31.5 to R37+100(37 Profiles): $ 9,250.00 Lump Sum
Costs are based on conducting surveys along both ranges concurrently. Estimated timeframe for the survey shall be the Fall
of 2025.
Should you have questions or require additional information please do not hesitate to contact us at your convenience. We
appreciate this opportunity to assist you with this project and look forward to hearing from you soon.
Best Regards, Approved this day of 2025
William T. Sadler Jr., P.E., P.S.M. Mr. Steve Foge,P.E.or Authorized
President Humiston& Moore Engineers Representative
Sea Diversified, Inc.
Surveying • Engineering • Applications
1 6B 5
UocuSign Envelope II).4&AA2C1-9-/EbA-4898-A562.2113L5UC5C49A
* * * * *
SCHEDULE B-ATTACHMENT 1
RATE SCHEDULE
Title Hourly Rite
Principal $231
Senior Project Manager $203
Project Manager _ $160
Senior Engineer $177
Engineer $130
Senior Inspector $126
Inspector $93
Senior Planner $150
Planner S120
Senior Designer — $140
Designer $105
Environmental _Specialist $120
Senior Environmental Specialist $167
Scientist/Geologist $115
Senior Scientist/Geologist $153
Marine Biologist/Hydrogeologist S120
Senior Marine Biologist/Hydrogeologist $145
Senior GIS Specialist $155
GIS Specialist S115
Clerical/Administrative $73
Senior Technician $103
Technician $83
Surveyor and Mapper S125
CADD Technician $107
Survey Crew-2 man $145 --
Survey Crew-3 man $180
_ Survey Crew-4 man $215
Senior Architect _ $160
Architect S125
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.
0 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
Humiston& Moore Engineers,P.A. —
16B 5
Coi[ier County
Procurement Services Division Direct Select Form
Request Date V Contract No. I Proposal Cost Estimate Construction Cost Estimate
1/21/25 Pi 18-7432-CZ $150,000 $5M
Requested By(Use name as It appears 1n Outlook): Division 1 Department:
Andrew Miller Transportation Mgmt Svcs
Administrative Agent(If different from Requested:
Library Category:Coastal Zone Vendor Name: Humiston & Moore Engineers PA
Work Assignment Title:2025 Vanderbilt Beach Renourishment Design
Description of Re
quested squealed Services:
Professional engineering services for the design, bidding, permitting, and construction
administration for 2025 Vanderbilt Beach Renourishment.
Justification: p Past experience with project
(Select all that apply and explain ❑ Continuation of previous work assignment
below) CI Unique qualifications
❑ Other
Comments/Explanation of Direct Select:
Humiston & Moore is a local firm, amply experienced with renourishing Collier beaches and the
requirements for permitting and design needed to accomplish this project on an accelerated time
frame for a November 2025 construction start. Reference PO 4500175310 and PO 4500196422.
•oval.tiwee
Requestor:Andrew Miller Signature;MillerAndrew m'„„e,aa,+ Date:
oY�'urW Mu+.+ +
Division Director Jay Ahmad signature:AhmadJay •���' Date:
SarahHamlllo'..=,.'a"'�,`'
Procurement Director/Designee: Signature:n oftaeitaemIMeld Date:
over
Please be sure to attach the fully approved form to the requisition In SAP.
Rev.January 2044