Loading...
Agenda 10/14/2025 Item #11G (ITB #25-8417 for the 2025 Vanderbilt & Pleican Bay Beach Renourishment)10/14/2025 Item # 11.G ID# 2025-2933 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 25-8417, “Collier County - 2025 Vanderbilt & Pelican Bay Beach Renourishment,” to Dickerson Infrastructure, Inc., in the amount of $4,450,000.00, authorize the Chair to sign the attached Agreement, and make a finding that this item promotes tourism. (This Item is a companion to 11.F.) OBJECTIVE: To proceed with truck haul beach renourishment of Vanderbilt and Pelican Bay beaches from FDEP Reference monument R-22+300 to R-37+000 in the Fall of 2025. CONSIDERATIONS: Staff is asking that funding and that an award of ITB No. 25-8417 be approved for a 216,000- ton truck haul beach renourishment project for Vanderbilt and Pelican Bay beaches from R-22+300, near Moraya Bay condominium, to R-37+000, about 0.8 miles north of Clam Pass (hereafter the “Project”) for a contract amount of $4,450,000.00, which shall include the following: • Transportation from the sand mine to Vanderbilt Beach Road access • Sand distribution and placement on the beach • Turbidity monitoring • Maintenance of Traffic and Weight Ticket Tracking • Construction layout The Project will utilize the Vanderbilt Beach Road beach access points to place the sand. Mobilization is scheduled to begin in late October 2025, with an anticipated completion in mid-December 2025. On July 7, 2025, the Procurement Services Division issued a Construction Invitation to Bid No. 25-8417, Vanderbilt & Pelican Bay Beach Renourishment. The County received five bids by August 13th, 2025, the submission deadline, as follows: RESPONDENTS: Company Name City County ST Total Bid Amount Responsive/ Responsible Dickerson Infrastructure, Inc. Fort Pierce St. Lucie FL $4,450,000.00 Yes/Yes Earth Tech Enterprises, Inc. Fort Myers Lee FL $4,550,800.00 Yes/Yes Phillips Heavy, Inc. San Antonio Pasco FL $4,624,416.76 Yes/Yes Capling Leveling Inc LaBelle Hendry FL $5,033,678.85 No/Yes Eagle Engineering & Land Development, Inc. Naples Collier FL $5,998,735.71 No/Yes Staff reviewed the five bids and found three (3) bidders responsive and responsible, with Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. being the lowest responsive and responsible bidder. Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. has been doing business in Florida since May 13, 2022. Staff and the engineering consultant, Humiston & Moore Engineers (H&M), determined Dickerson’s low bid is fair and reasonable and recommends awarding Dickerson the attached Agreement. H&M evaluated references and found them acceptable to determine the Dickerson’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% below H&M’s $7,295,660.00 opinion of probable cost. Staff concluded that bidding was competitive and representative of market conditions. Page 1427 of 6526 10/14/2025 Item # 11.G ID# 2025-2933 The contract amount of $4,450,000.00 does not exceed the approved budget of $7,500,000.00 (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, according to the terms of the contract. ADVISORY COMMITTEE RECOMMENDATIONS: At the September 11, 2025, Coastal Advisory Committee meeting, the Committee unanimously recommended approval of the fall truck haul beach renourishment project by a 5 to 0 vote. At the September 16, 2025, Tourist Development Council meeting, the Council unanimously recommended approval of the fall truck haul beach renourishment project by a 8 to 0 vote. This item is consistent with the Quality of Place Objectives of the County’s Strategic Plan. FISCAL IMPACT: Funding for this project is available within the TDC Beach Renourishment Fund (1105), in the Vanderbilt Beach Maintenance Project (90066) and Pelican Bay Irrigation & Landscape Fund (3041), in the Beach Renourishment Project (50126). The table below depicts the distribution by contributing fund. The sources of funding are tourist development taxes, and special assessments. Fund Amount TDC Beach Renourishment Fund (1105) $3,078,075 Pelican Bay Irrigation & Landscape Fund (3041) $1,371,925 Total $4,450,000 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 approval. – CMG RECOMMENDATIONS: To award Invitation to Bid (“ITB”) No. 25-8417, “Collier County - 2025 Vanderbilt & Pelican Bay Beach Renourishment,” to Dickerson Infrastructure, Inc., in the amount of $4,450,000.00, authorize the Chair to sign the attached Agreement, 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 ATTACHMENTS: 1. 25-8417 NORA 2. 25-8417 BID TABULATION 3. 25-8417 DELORA 4. 25-8417 Dickerson ContractVS 5. 25-8417 Dickerson COI exp.7.1.26 Page 1428 of 6526 Notice of Recommended Award Solicitation: 25-8417 Title: Vanderbilt & Pelican Bay Beach Renourishment Due Date and Time: August 13, 2025, at 3:00 PM EST Bidders: Company Name City County State Total Bid Amount Responsive/Responsible Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. Ft. Pierce St. Lucie FL $4,450,000.00 Yes/Yes Earth Tech Enterprises, Inc. Fort Myers Lee FL $4,550,800.00 Yes/Yes Phillips Heavy, Inc. San Antonio Pasco FL $4,624,416.76 Yes/Yes Capling Leveling, Inc. LaBelle Hendry FL $5,033,678.85 No/Yes Eagle Engineering & Land Development, Inc. Naples Collier FL $5,998,735.71 No/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On July 7, 2025, the Procurement Services Division issued a Construction Invitation to Bid (ITB) No. 25-8417, Vanderbilt & Pelican Bay Beach Renourishment, to three thousand and seventy-two (3,072) bidders. One thousand, five hundred and eighteen (1,518) viewed the bid package, and the County received five (5) bids by August 13th, 2025, the submission deadline. Staff reviewed the bids received and determined three (3) bidders were deemed responsive and responsible as shown above. Capling Leveling, Inc. and Eagle Engineering & Land Development, Inc. were deemed non-responsive for not providing required bid documents. Staff determined that Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc., is the lowest responsive and responsible bidder. Staff recommend the contract be awarded to Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc., the lowest responsive and responsible bidder, based on the award of the Total Bid Amount for a total of $4,450,000.00. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 85D80CF0-2FCC-4D0C-A860-B238F40F90C6 9/4/2025 9/4/2025 9/4/2025 Page 1429 of 6526 ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 MOBILIZATION & DEMOBILIZATION 1 LS 100,000.00$ 100,000.00$ 75,000.00$ 75,000.00$ 34,879.64$ 34,879.64$ 103,010.01$ 103,010.01$ 41,285.91$ 41,285.91$ 50,000.00$ 50,000.00$ 2 VANDERBILT BEACH ROAD ACCESS, TRANSPORT, FILL PLACEMENT, GRADING, SAND ANALYSIS, TILLING, ACCESS RESTORATION 149,500 TONS 19.25$ 2,877,875.00$ 18.50$ 2,765,750.00$ 19.02$ 2,843,490.00$ 21.00$ 3,139,500.00$ 25.86$ 3,866,070.00$ 32.25$ 4,821,375.00$ 3 TURBIDITY MONITORING 1 LS 27,200.00$ 27,200.00$ 21,000.00$ 21,000.00$ 30,644.26$ 30,644.26$ 30,360.49$ 30,360.49$ 37,799.72$ 37,799.72$ 18,000.00$ 18,000.00$ 4 SURVEYS, CONTROL, LAYOUT, PROGRESS AND FINAL 1 LS 30,000.00$ 30,000.00$ 135,000.00$ 135,000.00$ 93,744.02$ 93,744.02$ 157,183.81$ 157,183.81$ 151,495.87$ 151,495.87$ 85,000.00$ 85,000.00$ 5 MAINTENANCE OF TRAFFIC (MOT) AND WEIGHT TICKET 1 LS 40,000.00$ 40,000.00$ 155,000.00$ 155,000.00$ 148,048.06$ 148,048.06$ 54,112.42$ 54,112.42$ 108,500.27$ 108,500.27$ 60,000.00$ 60,000.00$ 6 ADDITIONAL OFF-DUTY OFFICER -SEE NOTE (4)40 HOURS 75.00$ 3,000.00$ 125.00$ 5,000.00$ 93.71$ 3,748.40$ 103.27$ 4,130.80$ 101.56$ 4,062.40$ 65.00$ 2,600.00$ 3,078,075.00$ 3,156,750.00$ 3,154,554.38$ 3,488,297.53$ 4,209,214.17$ 5,036,975.00$ 1 MOBILIZATION & DEMOBILAZTION 1 LS 40,000.00$ 40,000.00$ 33,000.00$ 33,000.00$ 34,879.64$ 34,879.64$ 40,395.80$ 40,395.80$ -$ -$ 25,000.00$ 25,000.00$ 2 VANDERBILT BEACH ROAD ACCESS, TRANSPORT, FILL PLACEMENT, GRADING, SAND ANALYSIS, TILLING, ACCESS RESTORATION 66,500 TONS 19.25$ 1,280,125.00$ 18.50$ 1,230,250.00$ 19.52$ 1,298,080.00$ 21.00$ 1,396,500.00$ 25.07$ 1,667,155.00$ 32.25$ 2,144,625.00$ 3 TURBIDITY MONITORING 1 LS 15,000.00$ 15,000.00$ 8,800.00$ 8,800.00$ 15,247.39$ 15,247.39$ 13,011.64$ 13,011.64$ 17,279.87$ 17,279.87$ 7,500.00$ 7,500.00$ 4 SURVEYS, CONTROL, LAYOUT, PROGRESS AND FINAL 1 LS 15,000.00$ 15,000.00$ 44,000.00$ 44,000.00$ 51,733.13$ 51,733.13$ 65,528.63$ 65,528.63$ 71,252.47$ 71,252.47$ 45,000.00$ 45,000.00$ 5 MAINTENANCE OF TRAFFICE (MOT) AND WEIGHT TICKET 1 LS 20,000.00$ 20,000.00$ 75,000.00$ 75,000.00$ 67,673.18$ 67,673.18$ 27,466.77$ 27,466.77$ 31,396.76$ 31,396.76$ 35,000.00$ 35,000.00$ 6 ADDITIONAL OFF-DUTY OFFICE - SEE NOTE (4)24 HOURS 75.00$ 1,800.00$ 125.00$ 3,000.00$ 93.71$ 2,249.04$ 103.27$ 2,478.48$ 101.56$ 2,437.44$ 65.00$ 1,560.00$ 1,371,925.00$ 1,394,050.00$ 1,469,862.38$ 1,545,381.32$ 1,789,521.54$ 2,258,685.00$ 4,450,000.00$ 4,550,800.00$ 4,624,416.76$ 5,033,678.85$ 5,998,735.71$ 7,295,660.00$ 1 2 3 4 Project Manager: Andrew Miller Procurement Strategist: Rita Iglesias Notifications Sent: 3,238 Viewed: 1,518 Bids Received: 5 Opened By: Rita Iglesias Witnessed By: Olivia Puga, Andres Fuentes Date: August 13, 2025, 3:00 PM EST Grants Package (12-15)YES *YES YES *YES SunBiz YES YES YES YES State of Florida General Contractor License YES YES YES NO W-9 YES YES YES YES E-Verify YES YES YES YES Addendums (2)YES YES YES YES Immigration Affidavit Certification (Form 11)YES YES YES YES Vendor Declaration Statement (Form 10)YES YES YES YES Conflict of Interest Affidavit (Form 9)YES YES YES YES Insurance and Bonding Requirements (Form 8)YES YES YES YES Bid Bond (Form 7)YES YES YES YES Trench Safety Act knowledgement (Form 6)YES YES YES YES Statement of Experience (Form 5)YES YES YES YES List of Major Subcontractors (Form 4)YES YES YES YES Material Manufacturers (Form 3)YES YES YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YES YES YES Bid Response Form (Form 1)YES YES YES YES Bid Schedule YES YES YES YES REQUIRED FORMS AND DOCUMENTS Yes/No Yes/No Yes/No Yes/No TURBIDITY INCLUDES MONITORING AND REPORTING PER DEP PERMIT MOT INCLUDES BUDGET FOR DAILY OFF-DUTY OFFICER FROM THE COLLIER COUNTY SHERIFF'S OFFICE DICKERSON INFRASTRUCTURE, INC. DBA DICKERSON FLORIDA, INC. EARTH TECH ENTERPRISES, INC. NON-RESPONSIVE YES TOTAL BID AMOUNT: NOTES: COLLIER COUNTY TO PRE-PURCHASE SAND FROM STEWART MATERIALS' IMMOKALEE SAND MINE SURVEYING TO INCLUDE LAYOUT, PROGRESS SURVEYS, FINAL SURVEYS B. PELICAN BAY BEACH SUBTOTAL: VANDERBILT & PELICAN BAY BEACH RENOURISHMENT CONSTRUCTION ITB NO. 25-8417 BID TABULATION Bid Description: Transport, placement and grading of pre-purchased beach fill material from Stewart's Immokalee Sand Mine to Vanderbilt and Pelican Bay Beaches and associated construction tasks. Beach construction access will be at Vanderbilt Beach Road. DICKERSON INFRASTRUCTURE, INC. DBA DICKERSON FLORIDA, INC. EARTH TECH ENTERPRISES, INC.PHILLIPS HEAVY, INC.CAPLING LEVELING, INC.ENGINEER BEACH FILL A. VANDERBILT BEACH SUBTOTAL: A. VANDERBILT BEACH B. PELICAN BAY BEACH EAGLE ENGINEERING & LAND DEVELOPMENT, INC. PHILLIPS HEAVY, INC.CAPLING LEVELING, INC. NON-RESPONSIVE NON-RESPONSIVENON-RESPONSIVE YES YES YES YES YES *YES YES YES YES YES YES EAGLE ENGINEERING & LAND DEVELOPMENT, INC. Yes/No YES YES YES YES YES YES Page 1430 of 6526 Page 1431 of 6526 Page 1432 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8417 Reference Check by: Brett D. Moore Solicitation Title: Vanderbilt & Pelican Bay Beach Renourishment Date: 8/27/2025 Bidder’s Name: Dickerson Infrastructure, Inc. Phone: (239) 825-6518 Design Entity: Humiston & Moore Engineers REFERENCED PROJECT: Project Name: S. Beach Engineered Dune PH1 Project Location: Brevard County Project Description: Dune Restoration-Truck Haul Completion Date: April 2023 Contract Value: $6,351,645 Project Owner/Title: Brevard County Owner’s Address: 2725 Judge Jamieson Way, Melbourne, FL 32940 Phone: (321) 537-1779 (m) Owner’s Contact Person: Mike McGarry E-Mail: Mike.mcgarry@brevardfl.gov 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. Owner (County) initiate volume distribution changes which we handled without issue and without any additional cost to Owner. 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: Owner was very pleased with the Work and has since awarded additional Work to Dickerson Infrastructure, Inc. Page 1433 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8417 Reference Check by: Brett D. Moore Solicitation Title: Vanderbilt & Pelican Bay Beach Renourishment Date: 8/27/2025 Bidder’s Name: Dickerson Infrastructure, Inc. Phone: (239) 825-6518 Design Entity: Humiston & Moore Engineers REFERENCED PROJECT: Project Name: S. Beach Engineered Dune PH2 Project Location: Brevard County Project Description: Dune Restoration-Truck Haul Completion Date: April 2024 Contract Value: $15,407,560 Project Owner/Title: Brevard County Owner’s Address: 2725 Judge Jamieson Way, Melbourne, FL 32940 Phone: (321) 537-1779 (m) Owner’s Contact Person: Mike McGarry E-Mail: Mike.mcgarry@brevardfl.gov 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. Owner (County) initiate volume distribution changes which we handled without issue and without any additional cost to Owner. 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: Owner was very pleased with the Work and has since awarded additional Work to Dickerson Infrastructure, Inc. Page 1434 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8417 Reference Check by: Brett D. Moore Solicitation Title: Vanderbilt & Pelican Bay Beach Renourishment Date: 8/27/2025 Bidder’s Name: Dickerson Infrastructure, Inc. Phone: (239) 825-6518 Design Entity: Humiston & Moore Engineers REFERENCED PROJECT: Project Name: Hurricanes Ian and Nicole Dune Renourishment Project Location: Beach Access Points at Treasure Shores, Golden Sands, Wabasso, Seagrape, Turtle Trail Project Description: Beach and Dune Restoration Completion Date: May 2024 Contract Value: $9,591,424 Project Owner/Title: Indian River County Owner’s Address: 1801 27th St. Vero Beach, FL 32960 Phone: (772) 226-1466 Owner’s Contact Person: Eric Charest E-Mail: echarest@indianriver.gov 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. 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: Owner was very pleased with the Work and impressed with the performance including communication with local stakeholders and management of the project. Page 1435 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8417 Reference Check by: Brett D. Moore Solicitation Title: Vanderbilt & Pelican Bay Beach Renourishment Date: 8/27/2025 Bidder’s Name: Dickerson Infrastructure, Inc. Phone: (239) 825-6518 Design Entity: Humiston & Moore Engineers REFERENCED PROJECT: Project Name: Hurricanes Ian and Nicole Dune Renourishment Project Location: Various Beach Access Points Indian River County Project Description: Beach and Dune Restoration Completion Date: March 2025 Contract Value: $5,182,369 Project Owner/Title: Indian River County Owner’s Address: 1801 27th St. Vero Beach, FL 32960 Phone: (772) 226-1466 Owner’s Contact Person: Eric Charest E-Mail: echarest@indianriver.gov 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. 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: Owner was very pleased with the Work and impressed with the performance including communication with local stakeholders and management of the project. Page 1436 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8417 Reference Check by: Brett D. Moore Solicitation Title: Vanderbilt & Pelican Bay Beach Renourishment Date: 8/27/2025 Bidder’s Name: Dickerson Infrastructure, Inc. Phone: (239) 825-6518 Design Entity: Humiston & Moore Engineers REFERENCED PROJECT: Project Name: Hurricane Ian Beach Restoration Truck Haul Project Location: Sanibel Island – Blind Pass Project Description: Beach and Dune Restoration Completion Date: November 2023 Contract Value: $4,718,350 Project Owner/Title: Lee County Owner’s Address: 1500 Monroe Street Ft. Myers, FL 33901 Phone: (225) 456-3090 (cell) Owner’s Contact Person: Mike Campbell E-Mail: mcampbell@leegov.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. Owner (County) added more sand to the project near the end of Work which Dickerson Infrastructure, LLC completed the Work at same unit cost with no issues. 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: Owner was very pleased with the Work and impressed with the management of the project. Page 1437 of 6526 Page 1438 of 6526 Page 1439 of 6526 Page 1440 of 6526 Page 1441 of 6526 Page 1442 of 6526 Page 1443 of 6526 Page 1444 of 6526 Page 1445 of 6526 Page 1446 of 6526 Page 1447 of 6526 Page 1448 of 6526 Page 1449 of 6526 Page 1450 of 6526 Page 1451 of 6526 Page 1452 of 6526 Page 1453 of 6526 Page 1454 of 6526 Page 1455 of 6526 Page 1456 of 6526 Page 1457 of 6526 Page 1458 of 6526 Page 1459 of 6526 Page 1460 of 6526 Page 1461 of 6526 Page 1462 of 6526 Page 1463 of 6526 Page 1464 of 6526 Page 1465 of 6526 Page 1466 of 6526 Page 1467 of 6526 Page 1468 of 6526 Page 1469 of 6526 Page 1470 of 6526 Page 1471 of 6526 Page 1472 of 6526 Page 1473 of 6526 Page 1474 of 6526 Page 1475 of 6526 Page 1476 of 6526 Page 1477 of 6526 Page 1478 of 6526 Page 1479 of 6526 Page 1480 of 6526 Page 1481 of 6526 Page 1482 of 6526 Page 1483 of 6526 Page 1484 of 6526 Page 1485 of 6526 Page 1486 of 6526 Page 1487 of 6526 Page 1488 of 6526 Page 1489 of 6526 Page 1490 of 6526 Page 1491 of 6526 Page 1492 of 6526 Page 1493 of 6526 Page 1494 of 6526 Page 1495 of 6526 Page 1496 of 6526 Page 1497 of 6526 Page 1498 of 6526 Page 1499 of 6526 Page 1500 of 6526 Page 1501 of 6526 Page 1502 of 6526 Page 1503 of 6526 Page 1504 of 6526 Page 1505 of 6526 Page 1506 of 6526 Page 1507 of 6526 Page 1508 of 6526 Page 1509 of 6526 Page 1510 of 6526 Page 1511 of 6526 Page 1512 of 6526 Page 1513 of 6526 Page 1514 of 6526 Page 1515 of 6526 Page 1516 of 6526 Page 1517 of 6526 Page 1518 of 6526 Page 1519 of 6526 Page 1520 of 6526 Page 1521 of 6526 Page 1522 of 6526 Page 1523 of 6526 Page 1524 of 6526 Page 1525 of 6526 Page 1526 of 6526 Page 1527 of 6526 Page 1528 of 6526 Page 1529 of 6526 Page 1530 of 6526 Page 1531 of 6526 Page 1532 of 6526 Page 1533 of 6526 Page 1534 of 6526 Page 1535 of 6526 Page 1536 of 6526 Page 1537 of 6526 Page 1538 of 6526 Page 1539 of 6526 Page 1540 of 6526 Page 1541 of 6526 Page 1542 of 6526 Page 1543 of 6526 Page 1544 of 6526 Page 1545 of 6526 Page 1546 of 6526 Page 1547 of 6526 Page 1548 of 6526 Page 1549 of 6526 Page 1550 of 6526 Page 1551 of 6526 Page 1552 of 6526 Page 1553 of 6526 Page 1554 of 6526 Page 1555 of 6526 Page 1556 of 6526 Page 1557 of 6526 Page 1558 of 6526 Page 1559 of 6526 Page 1560 of 6526 Page 1561 of 6526 Page 1562 of 6526 Page 1563 of 6526 Page 1564 of 6526 Page 1565 of 6526 Page 1566 of 6526 Page 1567 of 6526 Page 1568 of 6526 Page 1569 of 6526 Page 1570 of 6526 Page 1571 of 6526 Page 1572 of 6526 Page 1573 of 6526 Page 1574 of 6526 Page 1575 of 6526 Page 1576 of 6526 Page 1577 of 6526 Page 1578 of 6526 Page 1579 of 6526 Page 1580 of 6526 Page 1581 of 6526 Page 1582 of 6526 Page 1583 of 6526 Page 1584 of 6526 Page 1585 of 6526 Page 1586 of 6526 Page 1587 of 6526 Page 1588 of 6526 Page 1589 of 6526 Page 1590 of 6526 Page 1591 of 6526 10/14/2025 Item # 11.H ID# 2025-4214 Executive Summary Recommendation to approve an Interlocal Agreement with the City of Naples for the use of Parcel ID 01049600004, a/k/a Jolley Bridge Site, to remove debris and receive/offload pilings for the Naples Pier Renovation. OBJECTIVE: To restore the Naples Pier for the enjoyment of the County’s residents and visitors. CONSIDERATIONS: The City of Naples has requested the use of folio # 01049600004, which is a 0.5 acre lot on the east side of SR 951 (Collier Boulevard) near the base of the Jolley Bridge aka Jolley Bridge Site to store, clean and inspect concrete pilings from the Naples Pier, which was significantly damaged from Hurricane Ian. The City is utilizing the Collier County permit that allows for the damaged concrete pilings to be utilized for offshore reef enhancement. The Army Corps of Engineers (ACOE) requires land side piling inspection prior to deployment. The City expects that all demolition activities will be completed within 9 months of the start. However, deployment of the clean reef material will depend on various factors including but not limited to: weather and the permitting agencies inspection and release for the material to be deployed. In addition, the City is requesting to receive, stage and load large material deliveries such as piles, trestle parts, etc. The pile deliveries are expected to take approximately 8 months. Piles are expected to be at least 100’ in length, which significantly limits the areas that can accommodate such a delivery. Piles are expected to be delivered up to three weekdays per week, with no trucks on weekends or holidays. A maximum of three deliveries daily may be expected. Each truck will be required to have escort vehicles. Truck site access was coordinated with the Florida Department of Transportation with a recommended haul route that would proceed south on Collier Boulevard over the Jolley Bridge, proceed to San Marco Road, where the trucks would turn left and proceed to Bald Eagle Drive, where the trucks would make another left turn and progress back to Collier Boulevard, whereby a right turn would be necessary, traverse north on Collier Boulevard to the site and make a right turn into the site. When the trucks and escorts exit, they make a right turn and proceed north on SR 951 (Collier Boulevard) toward US 41. The City of Naples reviewed other sites that they deemed unsuitable for various reasons, which included available space that can accommodate a large barge and run times that would significantly increase the costs for the project. The Jolley Bridge site is the most efficient location for these portions of the project. Once the permits are received, the Pier Restoration is expected to take 18 months to complete. Materials for the project will in large part be staged next to the Pier, with the City utilizing a portion of Bayview Park for debris removal. The City has agreed to place a temporary fence and screening around the property, maintain a neat site and to restore the property to its current or better condition. The restoration of the Pier meets both the Quality of Place and Infrastructure and Asset Management goals. Use of the Jolley Bridge Site for this limited application helps contain taxpayer costs of the project by utilizing an efficient and effective location. FISCAL IMPACT: There is no fiscal impact with the approval of the Interlocal Agreement. The total estimated project cost of the pier is estimated at $26.3 million dollars of which the county is contributing $2 million dollars in Tourist Development tax dollars. GROWTH MANAGEMENT IMPACT: This item is consistent with the Growth Management Plan. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATIONS: To approve an Interlocal Agreement with the City of Naples to utilize the Jolley Bridge Site for debris removal and to receive/offload pilings for the Naples Pier Renovation. Page 1592 of 6526 10/14/2025 Item # 11.H ID# 2025-4214 PREPARED BY: Trinity Scott, Transportation Management Services, Department Head ATTACHMENTS: 1. Jolley Bridge Aerial 2. Jolley Bridge Interlocal Agreement Page 1593 of 6526 U.S 41 Subject Site Marco Island Page 1594 of 6526 INTERLOCAL AGREEMENT BETWEEN COLLIER COUNTY AND THE CITY OF NAPLES USE OF JOLLEY BRIDGE SITE AS PIER RESTORATION DEBRIS STORAGE AREA THIS INTERLOCAL AGREEMENT (the "Agreement") is made and entered into by and between COLLIER COUNTY, a political subdivision of the State of Florida (the "County"), and the CITY OF NAPLES, a Florida municipal corporation (the “City"). The County and the City may be referred to herein individually as a "Party" or collectively as the "Parties." WHEREAS, the Naples Pier (the "Pier”), a venerable and community landmark, was severely damaged by Hurricane Ian on September 28, 2022; and WHEREAS, the City has entered into contracts with THA/MK for the design of the Pier and with Shoreline Foundation, Inc. for the reconstruction of the Pier (the "City' s Contractors"); and WHEREAS, the project to reconstruct the Pier ("Project”) is expected to commence upon receipt of the necessary permit from the United States Army Corps of Engineers ("USACE”) and approval from the Federal Emergency Management Agency ("FEMA") collectively known as (the “Approvals"); and WHEREAS, the Project is estimated to take approximately eighteen months to complete, including 9 months allocated for demolition commencing from the notice to proceed; and WHEREAS, the City has requested to use folio # 01049600004 (the "Jolley Bridge site"), a County-owned property located on the east side of Collier Boulevard near the base of the Jolley Bridge, solely for the temporary staging and storage of debris generated from the demolition portion of the Project for use in offshore reef enhancement and for receipt and loading of large material necessary for the reconstruction of the Pier ; and WHEREAS, the County agrees to allow the City to use the Jolley Bridge site for debris storage for offshore reefs and large material staging subject to the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: Page 1595 of 6526 1. Use of Jolley Bridge Site 1.1 The County grants the City and City Contractors a temporary, non-exclusive license to use the Jolley Bridge Site (the "Licensed Area”), as depicted in Exhibit A, solely for the temporary storage and staging and cleaning/inspection (as required by the US Army Corps of Engineers) of debris designated for offshore reef enhancement removed during the demolition phase of the Project and for receipt and loading of large materials during the reconstruction phase of the Project. 1.2 The use of the Jolley Bridge site shall be limited to the demolition and reconstruction phases of the Project and shall not extend beyond that phase unless mutually agreed upon in writing by the City Manager (or designee) and the County Manager (or designee). 1.3 Unloading debris and transfer to trucks shall be limited to three (3) days per week. All other contractor activity within the Licensed Area shall be limited to Monday-Friday 8:00 AM - 5:00 PM excluding Holidays. Any exceptions shall be mutually agreed upon by the City Manager (or designee) and the County Manager (or designee). 1.4 Upon request by County, the City shall provide additional security at the Licensed Area to address safety or operational concerns. The level and type of security measures shall be further coordinated between the County Manager or designee and the City Manager or designee. 2. Responsibilities of the City 2.1 The City shall, at its sole cost and expense, obtain all necessary governmental permits, approvals, and authorizations required for the use of the Licensed Area. 2.2 Prior to commencing any activities under this Agreement, the City shall provide the County with its demolition and staging plan for review and approval. The plan shall outline the scope, timeline, and logistics of the work to ensure compliance with the terms of this Agreement and to minimize impacts on the Jolley Bridge Site and surrounding areas. 2.3 The City shall take all necessary measures to prevent environmental contamination and shall be solely responsible for the removal and proper disposal of all debris. 2.4 The City will commence the project within 6 months from the issuance of the Approvals, which may be extended by the Parties if necessary. Upon completion of the demolition and reconstruction phases, the City shall restore the Licensed Area and any impacted surrounding roads, rights-of-way, or access areas to their pre-use condition or better. 2.5 The City shall obtain and maintain insurance coverage as required by the County' s Risk Management Director or designee, including but not limited to general liability and environmental Page 1596 of 6526 liability insurance. 2.6 Subject to the limitations set forth in Section 768.28, Florida Statutes, City shall indemnify, defend, and hold harmless the County, its officers, employees, and agents from and against any claims, liabilities, damages, costs, or expenses arising out of or related to the City's use or the City's Contractors' use of the Licensed Area. 2.7 The City shall obtain all required authorizations to close the Licensed Area and shall coordinate such a closure with the County. 2.8 The City shall provide the County with reasonable notice of any permits, approvals, or authorizations required from regulatory agencies for the use of the Jolley Bride Site in accordance with this agreement. The County agrees to reasonably cooperate by executing or providing any necessary consents, acknowledgments, or other documentation required by such agencies, provided that such cooperation does not impose any financial obligation or legal liability on the County beyond what is expressly set forth in this Agreement. The County Manager (or designee) may execute all such documents. 3. Term and Termination 3.1 This Agreement shall become effective upon execution by both Parties; however, the term shall commence upon the City' s receipt of all required governmental approvals, permits, and regulatory clearances necessary for the storage of debris and materials at the Jolley Bridge Site. The City will notify the County upon its receipt of the required governmental approval. The Agreement shall remain in effect until the completion of the demolition and reconstruction phases, unless extended or terminated earlier by mutual agreement. 3.2 Prior to the receipt of the Approvals, either Party may terminate this Agreement upon thirty (30) days' written notice to the other Party. 4. Noncompliance and Dispute Resolution 4.1 In the event the City fails to comply with any provision of this Agreement, the County shall provide the City with written notice specifying the nature of the noncompliance. The City shall have fifteen (15) days from the date of notice to cure the noncompliance. 4.2 If the City does not cure within the applicable time period, the matter shall be referred to the City Manager (or designee) and the County Manager (or designee) for good-faith discussions and resolution. The Parties shall make reasonable efforts to resolve the matter amicably before pursuing termination or legal remedies. Upon request by the City, the County Manager (or designee) may Page 1597 of 6526 extend the cure period as reasonably necessary, provided that the City is diligently pursuing a resolution. 4.3 Nothing in this section shall be construed as a waiver of either Party' s rights or obligations under this Agreement, but rather as a commitment to cooperative problem-solving before any formal enforcement action is taken. 5. Miscellaneous 5.1 This Agreement shall be governed by the laws of the State of Florida. 5.2 Any modifications to this Agreement must be in writing and signed by both Parties. 5.3 This Agreement constitutes the entire understanding between the Parties and supersedes any prior agreements or understandings. Remainder of Page Intentionally Left Blank Signature Page to Follow. Page 1598 of 6526 IN WITNESS WHEREOF, the County and the City has caused this Interlocal agreement to be duly executed by their duly authorized officers, as of the day and year first written above. AS TO THE COUNTY: ATTEST: CRYSTAL K. KINZEL, Clerk BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA By: _ , Deputy Clerk By: Burt L. Saunders, Chair Approved as to form and legality: __________________________ Jeffrey A. Klatzkow, County Attorney AS TO THE CITY: ATTEST: By: PATRICIA RAMBOSK, Clerk CITY OF NAPLES, FLORIDA By: ______________________ Approved as to form and legal sufficiency: By: City Attorney Page 1599 of 6526 EXHIBIT "A" JOLLEY BRIDGE SITE (Yellow Area is the Subject Site) Page 1600 of 6526