Loading...
Backup Documents 06/11/2019 Item #16A 9 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 A 9 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 routinglines#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 nM (011 Pl 4. BCC Office Board of County N/PIA 1/470 Commissioners / ( -f f--/q 5. Minutes and Records Clerk of Court's Office 61 ',,(q4 pal I��3g(l Once completed please forward copy to Gail Hambright and Heather Meyer '1'I 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 Approved by the BCC Type of Document Clam Pass Beach Renourishment 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) Appliclble4 1. Does the document require the chairman's original signature? Stray 0 Nei.. N r-} 2. Does the document need to be sent to another agency for additional signatures?If yes, /114k- 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 1 C 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. '{lt- 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 made during the meeting have been incorporated in the attached document.The County Attorney's Office has reviewed the changes,if applicable. � A 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made, and the document is ready for the 6 Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revise. '.i5;Revised 11/30/12 16A9 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 "Clam Pass 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 #16A9) 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 16A9 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 "Clam Pass 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 #16A9) 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 (1 16A9 WORK ORDERIEURCHASE'ORDER Contract 15-6382"Grant Funded Professional.Services for Coastal Zone" r - Contract Expiration bate June 8,2019 ,/ This Work Order is for professional Engineering 'services,for work known as: Clam Pass Beach Renourishrrient: ProjectNafne: Clam Pass Beach.Renourishment. ✓ I Project No 195-90069 The work is specified in the proposal dated.May'2 1,2019 which is,attached hereto and made a part of this Work Order. In accordance with Terms and Condition of the Agreement referenced above, this .•r' Work Order/Purchase Order is assigned to: APTIM.Environmental&Infrastructure, LLC. Scope of Work: As detailed in the attached proposal and the following: * Task I Design, Construction Plans& Specifications ' * Task II:' MHW Survey * Task III Bidding Assistance&Notice to Proceed ' * Task.IV. Engineer of Record / 'I * Task V Reimbursable Expenses r . ' ';: 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) QLump Sum Plus Reimbursable Costs (LS+RC) ®Tithe &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.. . Task I $19,5513.00 (T&M) '; Task H. .. $ 6,16 .00(T&M) Task.III $ 2,760.00(T&M)'✓ Task IV $16,133.00 (T&M)/ Task V $ 890.50(T&M) '/ TOTAL FEE ' $45;49"8.50(T&M), '/ C/ 1, / ♦ fir' '�-7i �i��� PREPARED BY: titjj-di• 'a ,C Manager Da e .t s/ a a a oil APPROVED BY: � ' , Amy Pa e on,Department Director Date Page 1 of 3 Ilk i- 1 .6A9 11 •APPROVED BY:',. If I .tiL, G'S ' Thaddeus L.Cohen,Department Head G1VID Date By the signature below, the Firm(including employees, officers and/or agents) certifies, and hereby ;.1 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 theproposed 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.o f any actual or potential conflict of interest that ariies;during the Work,Order and/or project 4 duration: • ACCEPTED BY: APTIM Environmental ructure, 'LC , I , . C/ R/'.:0/?.' ' Thomas P.Pierro,P.E.,D.CEDate , l • • 1 1 i . , Page.2 of 3 i . • i i , 1. I • 1 6 A 9 i + • , I. . / . ATTEST: — ,.. BOARD • ( OUN ' OMM SIONERS . rys .1.K.Kinzel,C erk Collit"A • I . , ctcbtig,sf asiQ. tliairm- gn's .L.McDaniel,Jr., Chairman . sionturd only. 1 ATTEST: • BY: ' . i • , . . , , 1 , . • 1 , . \ I (Print Name/Title , . , I Approved as to Form and e..,al' A A A 1 . , . , . ik‘. l,FF / I 114 ' . 10 9 ' I As ' tant ci.unty Attorney , , 1 1 1 , , , • 1 . .I , , t 1 . , , . , I . , .' . . .. - , ( . . Page 3 of 3 . , ___. 9 • l�t. • APTIM 2481 NW Boca Raton Blvd. • Boca Raton, FL 33431 I,.` Tel +1 561 391 8102 Fax:+1 561 391 9116 www.aptim.corn AP,T11,i • , . , . i • , . . , . V . May 21,2019 ' Gary McAlpin,Director I ' Collier County Coastal Zone Management s ' 2685 S. Horseshoe:Drive, Unit 103 'i Naples, FL 34104 Re; Engineering Services for Clam Pass Park Renourishment(Contract No. 15-6382) Dear Ga rY'• . 1 This letter'is ih response to:Collier County's (County) request for a proposal.for Aptim Environmental & Infrastructure, LLC(APTIM) to support the County in conducting beach renourishment activities on Clam Pass Park (R42-R43) beach. APTIM will perform professional services including engineering design, surveying of.the Clam Pass mean high water(MHW)line,preparation of construction plans and technical specifications, coordination with permitting agencies for a Notic to Proceed, and serve as the Engineer of Record for the construction event. 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 time and materials basis not-to-exceed ' $45,498.50 under the terms and conditions of the "existin9 contract No. 15-6382 for Grant Fwnded d Professional, Services for Coastal, Zone. Barring 'any unforeseen circumstances, completed to support an anticipated construction start date of 11/1/2019, The overall time of the contract to complete surveys, certifications and Engineer of Record signoff will be within 360 days of receipt of the Notice to Proceed: , . • Very truly yours`- • i Thomas Pierro, P.E., D.CE Director of Operations • F Aptim Environmental & Infrastructure, LLC , cc: Tara :Brenner, P.G., P.E.; APTIM . . 6A9 APT 1,m . . Exhibit A : Scope of Work • f . • . 2 _ z a i 6 A 9 r • ' EXHIBIT A l SCOPE OF WORK ', CLAM.PASS PARK BEACH NOURISHMENT . • . COLLIER COUNTY;FL I • MAY 2019 Introduction 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" onducting a truck haul beach renourishrnent project on Clam Pass Park (R42-R43) beachk'✓ • This proposal'contains the tasks necessary to bring the project ct 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, conducting permit required MHW.survey in Clam Pass Park, 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-constructiOr 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 bel 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 be co ducted 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 I coordination meeting related to the project with local stakeholders:. • i ' APTIM will consult with permit agencies, Pelican Bay ands 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 Design reduced fill template at Clam Pass Park(paragraph 1.a.) • Fill history and incremental volume analysis{paragraph 1.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, 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. 1 ' Aptim Envirohmental & Infrastructure, LLC' . 1 6 A 9 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 integrate 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 1 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 renourishment to begin by 11/1/2019, provided that required,documentation such as survey data , from others and County approvals are received in a timely anner to proceed with the work. 2.• MHW Survey • A mean high water line survey will be collected from Clam Pass south to the terminus of the existing 2004 Erosion Control Line near FDEP range monument R-44. Prior to the field survey, coordination with the Division of State Lands is necessary.to receive authorization to conduct the mean high water survey. Once authorized/the mean high water will be located using RTK GPS though the proposed work area. The survey will adhee to all standards set forth in chapter 177FS and' 5J-17 FAC. The final .survey drawing will- be certified by a registered Florida Professional Surveyor and Mapper and submitted to the•FDEP Division of State Lands for approval to support an 11/1/201'9 construction start date. 1 - i , 3. Bidding Assistance & Notice to Proceed . ,- Once the construction plans and technical specifications are completed, APTIM will provide the 1. 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. APTIM will.assist 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 County in reviewing the bids and provide a recommendation to the County based on a review of the submitted bids. ' . . 4. 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 during construction meetings. It is assumed that there will be up to 8,weeks of active hauling during construction. APT,1M 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 arid 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 Aptim Environmental &lnfrastructure,.LLC • 16A9 • 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 eport 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, weight tickets collected at the beach and physical surveys: • Assumptions • The recently completed hardbottom edge survey near Clam Pass Park is sufficient for the sand placement in the newly permitted Clam Pass Park.extended project area, •. Dune restoration above 5 ft. NAVD and dune vegetation are not part of this work assignment. • This project will be part of a joint project bid with Park Shore beaches. • 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. i • The County or'a third party will perform and prepare reports on the following tasks: • 0 2019 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 1 6 A 9 APTIM • • . . Exhibit B Fee Proposal Li • • i 3 �_ 16A9 .. . 111 f a 1 m 0 ti ii I ID" s f. � yy ``ss j V N P 'y 8' 41111 �J P6iY SmN8t 1 i d 1� . ) g;» °' b I fit , g 13„.o.°' 4,4.' a I Iii i tr bl „ ii €�i '43a 4 au II p 1 u it 1 'ii- . , I i vgv N 1 li nM lig _ goi $ }se Sg- W -- • • • . . � n oAPTIM • 16A9 • • • • • • • • • Exhibit C • Rate Schedule • • • • • • • • • • , • • • • • • , • 4 ti • • • l • • . . 1 6 A 9 . . SCHEDULE B. RAT Title - - , Rate • ' `Principal„, ,:. �,- Ii $207.00 .F Sen'iof roject Manager,L. , _ _. _ ,, _ 11_ , $173.00 Project'Manager .-- -__ . _ ! I, $148.00 ...__ I.Seniorengineer _ . ___ j: j $158.00 _ -------, Engineer" - I __$124.00 _ 'Senior Inspector _,:,_____':1::_-..' __':l,-t .1._—. 1971-9,P:-------. -___ �; inspector __ r_.. i , -1.::„.F7..90_ . _. _ f T8inlot Planner r ---- _ �1. $140.00 Planner, ._ _ � ; $111.00 I ;_Senior Designer _'TI' , $115.00` ' I,Designer .$95 00 .. _ -. ,_ ..,, - i $110.00 Lnvironmental Specialist - .__ ,__. .,, LI -. t i..Senior Environmental Specialist_ : , _ I. , $135,00 Scientist/Geologist f Senior $ciehtist/.Geblogist _ _. $119, .00 i'MarinecBiologist/Hydrogeologist• • $111.00 __ _ .__ $..1-19-40:27:;__—____—_ Senior Marine Biologist/Hydrogeologist li Senior GIS.Specialist ' _ Y I , �_r, $148.00 GIS Specialist, .: _, _ $103.00 ClericallAdminlsirative_.,,, ,F'_'r. _ $63.00 • VSenior Techrncian_ —� __ G $86,00 __ec $73.00 Technician: :. ..� ;. . $121.00 Surveyor and Mapper, ... __. • �.. CAD Technician ;I -$82.00- _ Survey,�Crew-2,man,_ • $13fi Ob Survey''Crew -3 man 1 ) ..S:172-,;0.-9—„ _ 25 Surrey Crew.-4 man _. . ., i l. �_ $_ ,0, .00 _ - Senior Architect _ . _'- _ __ _, i $155.00 _ _ _. Architect_ . :: __ , ._- .._. ._i.._ $122.00 , This list is not intended to be all inclusive.- Hourly.rates.for,other categories of professional, support and other service's snail be mutually negotiated by Collier County and firm on a project by project basis as, needed., ' . r ' • B-.1 '. i P ,