Loading...
Backup Documents 06/11/2019 Item #16A 8 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 A 8 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. 3. County Attorney Office County Attorney Office 0111,6 h, 4. BCC Office Board of County Will by Commissioners � k tJg Cc 5. Minutes and Records Clerk of Court's Office 611* 1 3 Once completed please forward copy to Gail Hambright and Heather Meyer 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 Gail Hambright,CZM Phone Number 2966 Contact/Department Agenda Date Item was 6/11/2019 Agenda Item Number I1^ Approved by the BCC lY V'f Type of Document N.Park Shore Renourishment(WO) Number of Original 1 Attached Documents Attached PO number or account 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? c1(-� (q IC •}� IN (4 2. Does the document need to be sent to another agency for additional signatures?If yes, P f /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 signed by the Chairman,with the exception of most letters,must be reviewed and signed X by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's /f'1 n 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 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 signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. re IA 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 6/11/19(enter date)and all changes y made during 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 theAir BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 1:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised ;Revised 11/30/12 16A8 MEMORANDUM Date: June 18, 2019 To: Gail Hambright, Accountant Coastal Zone Management From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "North Park Shore Beach Renourishment" Contractor: APTIM Environmental & Infrastructure, LLC Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A8) approved by the Board of County Commissioners Tuesday, June 11, 2019. The original document has been kept by the Board's Minutes & Records Department as part of the Board's Official Records. If you have any questions, please call me at 252-8411. Thank you. Attachment 16A8 MEMORANDUM Date: June 18, 2019 To: Heather Meyer, Management/Budget Analyst Operations Support Division From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "North Park Shore Beach Renourishment" Contractor: APTIM Environmental & Infrastructure, LLC Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A8) approved by the Board of County Commissioners Tuesday, June 11, 2019. The original document has been kept by the Board's Minutes & Records Department as part of the Board's Official Records. If you have any questions, please call me at 252-8411. Thank you. Attachment 16A8 • ,/ '.WORK ORDER/PURCHASE ORDER Contract 15-6382"Grant,Funded Professional Services for Coastal Zone" Contract Expiration Date: June8, 2019 This Work Order is for professional Engineering services for work known as: North Park Shore Beach Renourishment.• Project Name:North Park Shore Beach Renourishment. Project No: l'95-TBD The work is specified,in the proposal dated May 22, 2019 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: APTIMEnvironmental & Infrastructure,LLC. Scope of Work: As detailed in the attached proposal and the following: *, Task I ' Design, Construction'Plans& Specifications •* Task II Bidding Assistance&Notice.to.Proceed ' * Task III Engineer of Record. * Task IV Reimbursable Expenses Schedule of Work:. Complete work within 360 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 'No. 15-6382 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).❑Lump Sum Plus Reimbursable Costs (LS+RC).ZTime&Material (T&M) (established hourly rate-Schedule B) ❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. j Task I $ 9,652.00 (T&M)"! Task.II $ 2,32$.00 (T&M) �1 j Task III • $15,224.00 (T&M) ' Task IV $ 690,80 (T&M) • TOTAL FEE' • $27,894.80(T&M) I' PREPARED BY: /v►GQ 4i✓ Z 249/4? 1. G Al in CZ ana er Date �' P g / l APPROVED BY: 70, . or `S! a°�! �v! A 'att.rin,Department Di•-ctor Date •APPROVED BY: p� 0 ,; i i4111. Thaddeus L. Cohen,Departmetit.Head-GIM Date Page 1of3 16A8 By the signaturebelow, 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 woik; 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: APTIM.Environmental & . I _ tructure,LLC Air 5-1,)•4 OU Thomas?.Pierro,P.E.,D.CE Date . • • • • • Page 2 of 3 16A8 _ 111 ATTEST '' BOA • 'of�i ! MIS IONERS C� lerk Collier o' t ., rystal K tCiel, �' By:. CIe� = W. . McDaniel,Jr,,Chairman Na�.�a4lairma_n's t inti ' ATTEST,: • ; By: (Print Name/Title Approved as to Form and ' ality: N I. sistant County Attorny: • r Page 3 of 3 1 6 A 8 • • APTIM . 2481 NW Boca Raton Blvd. Boca Raton,FL 33431 Tel.+1 561 391 8102 • Fax: +1 561 391 9116 wv,Av.aptIm.com APTIM May 22, 201'9 • Gary McAlpin,Director Collier County Coastal Zone Management ' 2685 S. Horseshoe Drive, Unit 103 Naples, FL 34104 Re: Engineering Services for North Park Shore Renourishrnent(Contract No. 15-6382) • Dear Gary: This letter is'in response to Collier County's (County) request for a proposal for Aptim Environmental & Infrastructure,LLC(APTIM)to support the County in conducting b'each renourishm'ent activities on North Park Shote (R44-R48) beach. APTIM will perform'professional services including,engineering design, ' preparation of.construction plans and technital specifications, coordination with,permitting agencies for a Notice to Proceed, and serve as the Engineer of Record for the construction event. Included as,Exhibits are: Scope of Work(Exhibit A), Fee Proposal (Exhibit B), and the Rate Schedule (ExhiOlt C). APTIM proposes to provide these services on a time and materials basis not-to=exceed $27,894.80 under the terms and conditions of the existing Contract No. 15-6382 for Grant Funded • ProfessiOnal Services for Coastal Zone. Barring any unforeseen circumstances, the work will be completed to support an anticipated construction start date of 11/1/2019.All work wilt be completed within 360 days of receiving the Notice to Proceed. Very truly yours, • . , Thomas Pierro, P.E., D.CE Director of Operations Aptim Environmental&infrastructure, LLC cc: Tara Brenner, P.G., P.E., APTIM , • • 168' A. • . . . . • A. . PTIM ` 1 .-.. . . .. . . . • . . . .. .. „ . , .. . . . . • . . . .. . .. . , . . .. . . . . , .. . . . . . . . . . . . .. , . • . . . . . .. . . . . . . . . . . . . . .. . .. .. . . . . , .. . . . . . . . , , . .• .. . r . , . . .. . . . . .. . . . . . . .. . .. . . ' , . • . Exhibit A Scope of Work G . t i a ' t . 1 . f 1 2 • j . 16A8 EXHIBIT A • SCOPE OF WORK • NORTH PARK SHORE BEACH NOURISHMENT COLLIER COUNTY, FL .' MAY 2019 • Introduction � ' . Aq This is a scope of work for Aptim Environmental & Infrastructure, LLC (APTIM) 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 renourishment project North Park Shore(R44-R48) beach. This proposal contains the tasks necessary to bring the project through construction.APTIM 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.APTIM 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 contractor and the County during construction. . 1. Design, Construction Plans & Specifications APTIM'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 2019. annual monitoring survey. After review ' of the preliminary volume estimates; an analysis will,de conducted to optimize placement areas • ' and volumes: APTIM will-finalize the quantities and fill areas based on consultation with Collier County and permitting agencies.APTIM will support the County with up to 1 coordination meeting related to'the project with local stakeholders. Once.the target volumes and placement areas have been approved by the County, APTIM will conduct engineering design work to prepare the construction templates. APTIM's GIS/CAD professionals will work directly with APTIM engineers,to 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 2019 annual physical monitoring surveys provided by a third party. Technical specifications developed for the project • will ihtegrate the QA/QC plans, environmental standards, and permit conditions into the work. APTIM will assist the County in preparation of the environmental protection plan, which will be ' integrated into the bidding documents APTIM understands that time is of.the essence on this truck haul renourishment project and will have plans, specifications and bidding documents prepared by 7/1/2019 to allow beach renourishmentto begin by 11/1/2019, provided that required documentationsuch as survey data from others and County approvals are received in a timely manner to proceed with the work. i e Aptim.Environmental & Infrastructure, LLC ' t, g • 16A8 2. Bidding Assistance.& Notice to Proceed Once the•construction plans and technical specifications are completed, APTIM will provide the FDEP all items necessary to.request`a Notice to Proceed (NIP) 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. 1 APTIM willassist the County in their lead of the bidding process. APTIM will participate in the Pre- Bid'Meeting via phone conference, and assist the County in answering technical questions as needed during the bidding process. Once the bids have been opened, APTIM will assist the • Countyin reviewing the bids and provide'a recommendation to the County based on a review of the submitted bids. 3. Engineer of Recotd 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 during co'n'struction meetings. It is assumedthat there will be up to 8 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. Based largely on surveys, weight tickets, daily reports and observations made by the contractor and County inspectors, APTIM will prepare a post-construction certification to meet permit requirements. 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. • Assumptions • Dune restoration above 5 ft. NAVD 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 •2019 Physical Monitoring ' • o Turbidity Monitoring o Biological Monitoring and-Hardbottom Edge Surveys o Submerged Aquatic Vegetation Surveys , • o Marine Turtle Monitoring and Related FVUC Coordination o Shorebird Monitoring Aptim Environmental & Infrastructure, LLC - 1