Loading...
Agenda 12/08/2020 Item #16F 1 (Tourist Development Tax Funds: Clam Pass Maintenance Excavation)12/08/2020 EXECUTIVE SUMMARY Recommendation to authorize expenditure of Tourist Development Tax funds for the Clam Pass Maintenance Excavation project in the amount of $123,149.40 for construction and associated engineering, surveying, monitoring, and permitting, and make a finding that this item promotes tourism. OBJECTIVE: To select a marine contractor to perform mechanical bypassing and regrading of accumulated sand and restoration of the Clam Pass inlet channel and banks. CONSIDERATIONS: Collier County Ordinance No. 2002-27, as amended, established the Pelican Bay Municipal Service Taxing and Benefit Unit for the purpose of providing street lighting, water management, beach renourishment, ambient noise management, extraordinary law enforcement service and beautification, including but not limited to beautification of recreation facilities, sidewalk, street and median areas, identification markers, and maintenance of conservation or preserve areas. Pelican Bay Services Division (PBSD) is solely responsible for advising the County on dredging and maintaining Clam Pass and manages such activities for the County. Clam Pass is a small inlet in Collier County that supports tidal flow to the wetland preserve of Clam Bay Natural Resource Protection Area (NRPA). Maintenance dredging is essential to the health of the system because of the relatively small tidal prism for Clam Bay which is typically at a critical balance between tidal energy and littoral process at the inlet channel. The Florida Department of Environmental Protection (FDEP) Clam Pass maintenance dredging Permit No 0296087-001-JC was modified in 2019 (Permit No. 0296087-007-JN) to incorporate minor updates to the disposal fill template and conditions for work during turtle nesting season. Monitoring of the hydraulic and physical conditions of the Clam Bay system includes continuous water level and tidal data collection at 4 locations within the bay system. The monitoring of inlet conditions over the past two months indicates high rates of sand accumulation at the south bank of the inlet and progressive channel migration northward. There has been persistent flow of sand from south side of the inlet since the sand placement at Clam Pass Park last winter. Over the summer months wave energy from the south also accelerated the rate of sand inflow towards the inlet from the south. A limited maintenance excavation and grading project was completed in April 2020 to mechanically bypass the sand accumulation at the south side of the inlet and restore the inlet channel to its design template. This helped restore tidal flow, but the sand has continued to encroach upon the inlet channel from the south pushing the channel to the north. The proposed limited maintenance work includes removal of the sand spit and re-grading the inlet entrance using mechanical equipment. The construction plans show the proposed cut and fill areas overlaid on a current aerial photo taken on October 8, 2020. The approximate volume of sand to be relocated within the template is on the order of approximately 5,000 cubic yards, all to be redistributed and remain within the system. Work is anticipated to start as soon as necessary approvals are obtained and a Notice to Proceed is issued by FDEP. No work is proposed to be conducted during the sea turtle and shore bird nesting seasons. On October 28, 2020, staff requested quotes for this project from all vendors currently under contract with the County under Agreement No. 19-7624, “Marine Contractor Services.” A virtual pre-quote meeting was held on November 2, 2020 and three of the four vendors attended. Two vendors under contract submitted quotes, which were received and opened by staff on November 16.F.1 Packet Pg. 3380 12/08/2020 10, 2020. The bids received are summarized below. VENDOR QUOTE TSI Disaster Recovery $ 82,500.00 Quality Enterprises USA., Inc. $141,998.18 Kelly Brothers No quote Marine Contracting Group, Inc. No quote Staff determined that TSI Disaster Recovery is responsive and responsible, and the Contractor's quote of $82,500.00 is reasonable and 17% less than the Engineers Opinion of Probable Cost. Staff recommends awarding a Purchase Order to TSI Disaster Recovery in the amount of $82,500.00. The work will cover a period of 30 days, with 14 days until substantial completion. Subject to the Board’s approval, staff will issue a Notice to Proceed to commence services. Additional estimated costs for the project are as follows: Engineering and Surveying (Humiston & Moore Engineers #18-7432-CZ) $ 22,144.00 Environmental Monitoring & Reporting (Earth Tech Environmental #18-7432- EV) $ 9,810.00 Permit Fees $ 5,000.00 Contingency @ 10% $ 3,695.40 SUBTOTAL $ 40,649.40 FISCAL IMPACT:. Including construction, the total estimated cost for the Clam Pass maintenance excavation project is $123,149.40. Funding is provided in TDC Beach Renourishment Fund (195) Project No. 88032 (Clam Pass Dredging). PBSD BOARD RECOMMENDATION: On November 12, 2020, the PBSD Board unanimously voted to approve the construction drawings for dredging Clam Pass Sections A and a portion of Section B of and grading of the adjacent inlet banks. TDC RECOMMENDATION: On November 23, 2020, the TDC voted unanimously to make a finding that this item promotes tourism, authorized an expenditure of Tourist Development Tax funds in the amount of $123,149.40, and authorized the necessary budget amendments. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval.- CMG RECOMMENDATION: To authorize an expenditure of Tourist Development Tax funds for the Clam Pass Maintenance Excavation project in the amount of $123,149.40 for construction and associated engineering, surveying, monitoring, and permitting, and make a finding that this item promotes tourism. Prepared by: Lisa Jacob, Project Manager, Pelican Bay Services Division 16.F.1 Packet Pg. 3381 12/08/2020 ATTACHMENT(S) 1. Quote #19-7624 TSI Disaster Clam Pass Maintenance Excavation 11-10-20 (PDF) 2. Quote #19-7624 Quality Enterprises Clam Pass Maintenance Excavation 11-10-20 (PDF) 3. ClamPass-Drawings-Nov2020 (PDF) 4. ClamPass-TechnicalSpecs-Nov2020 (PDF) 5. OPC 2020 Clam Pass Maintenance Excavation HM (PDF) 6. ETE Proposal Clam Pass Dredging Related for Environmental Monitoring and Reporting #18- 7432-EV (PDF) 7. HM Proposal 2020-Operations-Maintenance-November (PDF) 16.F.1 Packet Pg. 3382 12/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.1 Doc ID: 14066 Item Summary: Recommendation to authorize expenditure of Tourist Development Tax funds for the Clam Pass Maintenance Excavation project in the amount of $123,149.40 for construction and associated engineering, surveying, monitoring, and permitting, and make a finding that this item promotes tourism Meeting Date: 12/08/2020 Prepared by: Title: Project Manager, Associate – Pelican Bay Services Name: Lisa Jacob 11/18/2020 9:15 AM Submitted by: Title: Project Manager, Associate – Pelican Bay Services Name: Lisa Jacob 11/18/2020 9:15 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/18/2020 10:22 AM Procurement Services Sandra Herrera Additional Reviewer Completed 11/18/2020 10:38 AM Corporate Business Operations Sean Callahan Executive Director - Corp Bus Ops Completed 11/19/2020 1:23 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 11/23/2020 2:02 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 11/23/2020 2:06 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/23/2020 4:31 PM Budget and Management Office Ed Finn Additional Reviewer Completed 11/25/2020 12:31 PM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 11/25/2020 2:36 PM Board of County Commissioners MaryJo Brock Meeting Pending 12/08/2020 9:00 AM 16.F.1 Packet Pg. 3383 16.F.1.a Packet Pg. 3384 Attachment: Quote #19-7624 TSI Disaster Clam Pass Maintenance Excavation 11-10-20 (14066 : Recommendation to authorize TDC funding for Clam Pass Item Item Estimated Unit Unit Total Description Quantity Cost Cost 1 Mobilization and Demobilization 1 Job Lump Sum $___________ 2 Excavation and Grading - Section A 1 Job Lump Sum $___________ est. 4,000 CY 3 Excavation - Section B 1 Job Lump Sum $___________ est. 1,000 CY Subtotal (1+2+3):$___________ 4 Contingency - 10% of Subtotal 1 10%$___________ Total (1+2+3+4):$___________ 5 Additional Excavation with Placement 1 CY $________ if required for additional work October 28, 2020 2020 CLAM PASS MAINTENANCE EXCAVATION BID SCHEDULE PELICAN BAY SERVICES DIVISION Humiston & Moore Engineers Project Number 29-018 2323 S. Babcock Street Melbourne, FL 32901 TSI Disaster Recovery, LLC 10,000.00 13,000.00, 52,000.00 75,000.00 7,500.00, 82,500.00 13.00 16.F.1.a Packet Pg. 3385 Attachment: Quote #19-7624 TSI Disaster Clam Pass Maintenance Excavation 11-10-20 (14066 : Recommendation to authorize TDC funding for 16.F.1.b Packet Pg. 3386 Attachment: Quote #19-7624 Quality Enterprises Clam Pass Maintenance Excavation 11-10-20 (14066 : Recommendation to authorize TDC 16.F.1.b Packet Pg. 3387 Attachment: Quote #19-7624 Quality Enterprises Clam Pass Maintenance Excavation 11-10-20 (14066 : Recommendation to authorize TDC 16.F.1.b Packet Pg. 3388 Attachment: Quote #19-7624 Quality Enterprises Clam Pass Maintenance Excavation 11-10-20 (14066 : Recommendation to authorize TDC 16.F.1.cPacket Pg. 3389Attachment: ClamPass-Drawings-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation project) 16.F.1.cPacket Pg. 3390Attachment: ClamPass-Drawings-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation project) 16.F.1.cPacket Pg. 3391Attachment: ClamPass-Drawings-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation project)     2020 CLAM PASS MAINTENANCE   TECHNICAL SPECIFICATION  OCTOBER 28, 2020      Section  Title                     Page    SECTION 1  Definitions ........................................................................................................... TS‐ 2  SECTION 2  Scope of Work .................................................................................................... TS‐ 2  SECTION 3  Access Limitations............................................................................................... TS‐ 3  SECTION 4  Preconstruction Meeting and Progress Submittals  ........................................... TS‐ 3  SECTION 5  Order of Work ..................................................................................................... TS‐ 4  SECTION 6  Notice to Mariners .............................................................................................. TS‐ 5  SECTION 7  Soil Conditions .................................................................................................... TS‐ 5  SECTION 8  Excavation and Grading ...................................................................................... TS‐ 5  SECTION 9  Beach Fill ............................................................................................................. TS‐ 6  SECTION 10  Environmental Protection .................................................................................. TS‐ 7  SECTION 11  Final Cleanup ...................................................................................................... TS‐ 10  SECTION 12  Restriction of Access by Public ........................................................................... TS‐ 10      16.F.1.d Packet Pg. 3392 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-2 1. DEFINITIONS    1.1. The following terms and abbreviations used in these Technical Specifications shall be  defined as:    CONTRACTOR  Those parties selected and duly authorized by the OWNER to  conduct the work specified herein and their subcontractors.    DEP    State of Florida Department of Environmental Protection.    ENGINEER  Humiston and Moore Engineers, P.A., its employees or  designees as appropriate, representing the OWNER.     OWNER  Collier County c/o Pelican Bay Services Division (PBSD) and  their duly authorized representatives.    CONTRACT DRAWINGS Construction Plans     PROJECT    Clam Pass Maintenance Project     USACE  United States Army Corps of Engineers    USCG    United States Coast Guard    WORK  All tasks directly and indirectly necessary to complete the  scope of work as defined in Section 2, these Specification and  as shown on the CONTRACT DRAWINGS in compliance with  applicable permits and maintain the safety of workers and the  general public.   2. SCOPE OF WORK  2.1. The WORK consists of furnishing all labor, materials, and equipment, and performing  all tasks necessary for the completion of mechanical excavation and grading of the  entrance and immediate flood shoals of the Clam Pass channel, placement of the  excavated material within the authorized grading area. The area of Work activity  includes excavation and grading from stations 0+00 to not beyond 5+60, as conditions  allow.  2.2. It is anticipated that the WORK will be constructed from uplands. However,  CONTRACTOR may work from water based equipment.  2.3. The CONTRACTOR at the direction of the ENGINEER shall grade existing sand south of  the inlet to establish a smooth construction access transition south of the inlet. Sand  used for grading shall come from the nearby vicinity to achieve an access as shown on  the CONTRACT DRAWINGS. Excess sand from grading south of the inlet shall be placed  north of the inlet within the grading template. Sand from excavation of the inlet  channel shall also be placed within the grading template to the north.   16.F.1.d Packet Pg. 3393 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-3 2.4. Sand shall also be excavated from Section B of the Project Area east to station 5+60  and that sand shall be placed within the authorized template north of the inlet.   2.5. This WORK must be completed in accordance with the plans and these specifications  within the Contract Time as specified in the Contract and in strict compliance with all  regulatory authorizations. These authorizations include a Florida Department of  Environmental Protection (DEP) Consolidated Joint Coastal Permit and Sovereign  Submerged Lands Authorization Nos. 0296087‐001‐JC through the latest permit  modification 0296087‐007‐JN and U.S. Army Corps of Engineers Permit No. 1996‐ 02789 (IP‐CC).   2.6. The CONTRACTOR shall be solely responsible for all construction means, methods,  procedures, techniques, including the layout of the WORK and sequence of  construction to complete the WORK in compliance with the regulatory authorizations,  plans, and these specifications. Such means, methods procedures and techniques shall  be coordinated with the OWNER, ENGINEER, and other stakeholders identified by the  OWNER.  2.7. The CONTRACTOR shall consider tides, currents, and site conditions when conducting  the WORK.   2.8. The CONTRACTOR is solely responsible for management of equipment access, the  staging area, pedestrian safety, construction layout and staking, monitoring and  recording of progress of WORK, maintaining water quality, preparation of daily reports  of operations, and the sequence of the WORK as specified in Section TS‐5.0, and  keeping track of construction progress and any deviations from the CONTRACT  DRAWINGS as specified herein.   3. ACCESS LIMITATIONS  3.1. Land based access points are located north of Pelican Bay at the western end of  Vanderbilt Beach Road at the County Public Park and at street ends within Park Shore  to the south of the project, the nearest being Horizon Way. Any and all points of  access must be coordinated with Collier County and the City of Naples. When needed  to have vehicles access the site by beach, the CONTRACTOR shall be responsible for  obtaining all necessary Vehicle on the Beach permits from Collier County and the City  of Naples through coordination with the OWNER for such activities. Costs for obtaining  these permits shall be included in the CONTRACTOR’s Bid under Item 1, Mobilization  and Demobilization.  4. PRE‐CONSTRUCTION MEETING AND PROGRESS SUBMITTALS  4.1. Prior to commencement of construction, CONTRACTOR shall attend a pre‐construction  meeting and meet with the OWNER and ENGINEER. CONTRACTOR's designated  Construction Manager shall be present at the pre‐construction meeting, and  CONTRACTOR shall submit for OWNER’s approval, a completed Work Plan, some of  which is to be provided as part of the Bid Submittal describing the following in detail,  including but not limited to:  4.1.1.Order of Work,  4.1.2.Anticipated schedule, including identification of specific locations and areas to be  used for mobilization, material and equipment storage, and access. Construction  staging is authorized south of the inlet.  16.F.1.d Packet Pg. 3394 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-4 4.1.3.Vessels and heavy equipment to be used,  4.1.4.A Safety Plan that includes procedures for restricting access to the construction  area by recreational boaters, swimmers, surfers, divers, or other members of the  public. This shall include fencing and monitoring of beach areas adjacent to WORK  areas and spoil areas to deter beachgoers during operations and plans to provide  a safe beach environment when not operating. The plan shall include assigning a  dedicated safety monitor whose sole purpose is to deter beachgoers from the  project site.  4.1.5.Number and qualifications of personnel to be used,  4.1.6.Specific methods to be used in establishing horizontal and vertical control for the  project.   4.1.7.Specific methods for conducting progress pay surveys for documenting WORK  completed in support of request for pay, if these are to be taken.  4.1.8.Identification of Subcontractors and their respective contact information.  4.1.9.A form to be approved by the ENGINEER shall be used for reporting daily  operations. This form shall include but not be limited to; construction progress;  identification of WORK and location completed and or partially completed with  respect to progress stations; identification of the number of personnel on the job,  equipment at the site, materials delivered to the site and materials incorporated  in the WORK completed during the reporting period and cumulatively for the  completed portion of the project, weather and sea conditions, the extent of and  reason for any delays, and any instructions received from the OWNER or  ENGINEER, and any site visits and instructions by staff of regulatory agencies. This  form shall be submitted to the OWNER or ENGINEER by 5:00 PM on the day  following the day covered by the report.     4.2. CONTRACTOR shall designate a competent Construction Manager, to be on site at all  times while WORK is in progress, who will be responsible for seeing that the WORK is  completed in compliance with the Contract Documents.    4.3. CONTRACTOR’s Construction Manager shall attend regular progress meetings to be  held on site with the OWNER and ENGINEER to review progress of the Work, schedule,  and submittals. CONTRACTOR shall report on progress related to any instructions  received from or requests made by the OWNER or ENGINEER during the previous  progress meeting and intervening work.    4.4. CONTRACTOR shall secure Maintenance of Traffic (MOT) permits, if required, and  abide by all required MOT plans and conditions.    4.5. CONTRACTOR shall provide a cell phone number by which the Construction Manager  may be reached at any time during construction.  5. ORDER OF WORK  5.1. The order of WORK is at the discretion of the CONTRACTOR.    5.2. WORK which involves excavation, grading, and transport of equipment or any other  construction activity on the beach shall be conducted in accordance with all local  (County and City), state and federal authorizations for this project.   16.F.1.d Packet Pg. 3395 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-5 6. NOTICE TO MARINERS   6.1. CONTRACTOR shall be responsible for notifying the U.S. Coast Guard in sufficient time  to allow for publication of a Notice to Mariners for this project. The Coast Guard  contact is;  U.S. Coast Guard  909 SE First Avenue  Brickle Plaza, Federal Building  Miami, Florida 33131‐3050  Attention: Lee Dragon. 305‐415‐6752 – or – 305‐415‐6750  Email: Lee.dragon@uscg.mil –or‐ d07‐smb‐d7‐Lnm@uscg.mil  7. SOIL CONDITIONS  7.1. This is a maintenance project and the material to be excavated and graded is  anticipated to be recently accumulated beach quality sand which has been  transported by wave action along the beach. The excavation shall be done to avoid  placing any non‐beach compatible material on the beach.  Should clay, peat or other  non‐beach compatible material be encountered, that material should be stockpiled at  a location directed by the OWNER or ENGINEER to be disposed of by CONTRACTOR as  directed by OWNER or ENGINEER. Changes in depths of excavation, grading, and fill  placement limits must be approved by the ENGINEER. If non‐beach compatible  material at or near the design grade or side slopes is placed on the beach, the  CONTRACTOR will be responsible for clean up at no additional cost. In such cases,  when encountering the non‐beach compatible material, CONTRACTOR shall contact  ENGINEER immediately to determine if adjustments in the location and depth of  excavation or grading are necessary.   8. EXCAVATION AND GRADING  8.1. The WORK covered by this section consists of furnishing all labor, materials, and  equipment, and performing all construction stake‐out, excavation, and transport and  grading of the excavated material to achieve design grades.  8.2. Verification of achieving design grades will be based on site inspections by ENGINEER  and site control established by a licensed surveyor. CONTRACTOR is advised that the  WORK is in a highly dynamic area that is subject to frequent change.  8.3. The information discussed in SECTION 7 describes potential variability in the material  which will necessitate selective excavation by the CONTRACTOR and coordination with  ENGINEER. Should unsuitable material near the maximum depth of excavation or  grading be encountered, the maximum depth of excavation may be reduced by the  ENGINEER to avoid excavating unsuitable beach material.  8.4. Historical Artifacts. During the construction project, should the CONTRACTOR uncover  any historic artifacts of archeological and public interest, the CONTRACTOR shall notify  the ENGINEER immediately. CONTRACTOR and develop an appropriate plan to move  forward while protecting such artifacts.   8.5. CONTRACTOR shall continuously monitor tide levels and depth of digging to insure  that the authorized depth limits are not exceeded.  16.F.1.d Packet Pg. 3396 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-6 8.6. CONTRACTOR shall include the beginning and ending position stationing of the  excavation, grading and fill placement on the daily report forms.  8.7. Trash and Debris. The CONTRACTOR shall assume the risk of any down time or  expense incurred as the result of any trash or debris becoming lodged in or damaging  equipment.    8.8. Misplaced Material. Should the CONTRACTOR, during the progress of the WORK, lose,  dump, throw overboard, sink, or misplace any material, plant, machinery, or  appliance, which in the opinion of the OWNER or ENGINEER may be dangerous to, or  obstruct use of the inlet or adjacent areas, the CONTRACTOR shall recover and remove  the same with the utmost dispatch. The CONTRACTOR shall give immediate notice,  with description and location of such obstructions, or misplaced materials, to the  OWNER or his representative, and when required, shall mark or buoy such  obstructions until the same are removed. In the event of refusal, neglect, or delay in  compliance with the above requirements, such obstructions may be removed by the  OWNER, and the cost of such removal may be deducted from any money due or to  become due to the CONTRACTOR or may be recovered under the CONTRACTOR's  bond.  9. BEACH FILL  9.1. The WORK covered by this section consists of furnishing all labor, materials and  equipment and performing all tasks necessary, including stakeout based on control  established by OWNER, for the placement of sand on the beach fill area within the  lines and grades shown on the plans.   9.2. The CONTRACTOR will establish lines and grades for the beach fill phase of the WORK.  Lines and grades will be set in accordance with standard practice and at such  reasonable intervals as will expedite the CONTRACTOR's WORK. The tolerances in the  beach fill grade are plus or minus one half foot on all grades above Mean Low Water.   9.3. CONTRACTOR shall maintain site control as necessary to ensure accurate placement of  the fill. Wherever grade stakes are used within the limits of fill placement, the  CONTRACTOR will be responsible for the removal of all stakes prior to completion of  the project. Wooden stakes shall not be used. CONTRACTOR shall be responsible for  keeping a record of all grade stakes used in the project either for fill, grading or  excavation. Grade stake logs shall be provided weekly indicating all; new stakes  placed; stakes in place; and stakes removed.   9.4. Only beach quality material is to be placed on the beach. Based on previous excavating  in this project area, it is anticipated that all of the material to be excavated or graded  can be placed on the beach. However, should material removed from the design cut or  grade be not beach compatible, it may not be placed on the beach. Non‐beach  compatible material, if unavoidable, must be removed and disposed of off‐site at a  location approved by the ENGINEER.   9.5. Placement of beach fill material shall not encroach beyond the continuous well‐ established vegetation line where such a line exists. It shall be the sole responsibility of  the CONTRACTOR to ensure that the existing structures are not damaged in the  16.F.1.d Packet Pg. 3397 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-7 process of ingress and egress, and the CONTRACTOR shall be responsible for any  damage to the existing structures as a result of conducting WORK.  9.6. The ENGINEER reserves the right to vary the width and grades of the WORK  as shown  on the plans in order to establish a uniform beach and continuity with adjacent areas.    9.7. Rock Rubble or Debris. Should rock, rubble or any other debris larger than two (2)  inches in diameter be encountered during excavation, the CONTRACTOR will adjust the  excavation or reduce the excavation depth to avoid placing such debris material on the  beach. CONTRACTOR shall be responsible for removing any such rock which is placed  on the beach.  CONTRACTOR shall remove from the site of the work all snags,  driftwood and similar debris lying within the limits of the beach fill and grading  section, as directed by ENGINEER, before placement of the fill. All materials removed  shall be disposed of in an area provided by and at the expense of the CONTRACTOR  and approved by the OWNER. Grading and other construction equipment will not be  permitted outside the construction limits except for ingress or egress to and from the  site by way of construction access approved by ENGINEER.  10. ENVIRONMENTAL PROTECTION   10.1.For the purpose of this specification, environmental protection is defined as the  retention of the environment in its natural state to the maximum extent possible  during project construction and to enhance the natural appearance in its final  condition. Environmental protection requires consideration of air, water, and land,  and involves noise, solid waste management as well as other pollutants. In order to  prevent any environmental pollution arising from the construction activities in the  performance of this Contract, the CONTRACTOR and all Subcontractors shall comply  with all applicable Federal, State and local laws and regulations concerning  environmental pollution control and abatement.  10.2.Prevention of Landscape Defacement.  10.2.1.The CONTRACTOR shall not deface, injure, or destroy trees or shrubs, nor  remove or cut them without the authority of the OWNER. Ropes, cables, or guys  shall not be fastened to or attached to any existing nearby trees or existing  structures. Where the possibility exists that trees may be defaced, bruised,  injured, or otherwise damaged by the CONTRACTOR's equipment or operations,  the CONTRACTOR shall adequately protect such trees. Monuments and markers  shall be protected before construction operations commence.  10.2.2. Restoration of Landscape Damage. Any trees, well established beach  vegetation, or other landscape feature scarred or damaged by the CONTRACTOR's  equipment or operations shall be restored to a condition satisfactory to the  OWNER. Restoration of scarred and damaged trees shall be performed in an  approved manner by experienced workmen. Trees damaged beyond restoration  shall be removed and disposed of by CONTRACTOR in a manner approved by  OWNER. Trees that are to be removed because of damage shall be replaced at  the CONTRACTOR's expense by nursery‐grown trees of the same species or a  species approved by the OWNER. The size and quality of nursery‐grown trees  shall also be approved by the OWNER.  16.F.1.d Packet Pg. 3398 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-8 10.2.3. Any upland storage and staging areas required by the CONTRACTOR shall be  the responsibility of the CONTRACTOR, and the CONTRACTOR shall obtain all  necessary approvals for any such areas.  10.3.Post‐Construction Cleanup or Obliteration: The CONTRACTOR shall obliterate all signs  of construction WORK areas, waste materials, or any other vestiges of construction,  including grade stakes, as directed by OWNER. The area will be restored to near  natural conditions. The same conditions apply to all areas of WORK including  construction access and staging locations.  10.4.Special measures shall be taken by the CONTRACTOR to prevent bilge pumpage or  effluent, chemicals, fuels, oils, greases, bituminous materials, waste washing,  herbicides and insecticides and from entering public waters.  10.5.Disposal of any materials, wastes, effluent, trash, garbage, oil, grease, chemicals, etc.,  in areas adjacent to streams or other waters of the State shall not be permitted. If any  waste materials are dumped in unauthorized areas, the CONTRACTOR shall remove  the material(s) and restore the area(s) to the original condition. If necessary,  contaminated ground shall be excavated, disposed of as directed by ENGINEER, and  replaced with suitable fill material, compacted and finished with a suitable and  compatible top layer of material and planted as required to reestablish vegetation.  10.6.Additional Costs. No separate payment will be made for the prevention, control, or  abatement of environmental pollution, and all costs in connection therewith or  incidental thereto shall be included in CONTRACTOR’s costs.  10.7. Turbidity  10.7.1. Turbidity monitoring as required in the DEP permit and as described in this  section will be conducted by a qualified, independent third party provided by  OWNER. The CONTRACTOR shall assist the turbidity monitor as necessary, and  shall provide such information on the location of the excavation as needed to  complete the monitoring reports to be filed with the DEP, as needed. It is the  CONTRACTOR’s responsibility to conduct the Work so that the project remains in  compliance with DEP water quality standards.  10.7.2. Any and all turbidity monitoring shall be conducted in accordance with state  and federal permit requirements.   10.7.3.Turbidity Violations  10.7.3.1. Report of any violations is required by the DEP permit. If monitoring  reveals an apparent violation of the State Water Quality Standard for  turbidity, all construction activities must cease immediately. The occurrence  of the violation must be reported to the ENGINEER immediately as well as  corrective actions proposed by the CONTRACTOR to reduce turbidity. Upon  instructions from the ENGINEER, corrective measures as approved by the  ENGINEER shall be undertaken immediately.  10.7.3.2. Procedures for reporting and resumption of work are identified in the  DEP permit. CONTRACTOR shall maintain regular communication with  ENGINEER during the reporting and resumption of work following any  apparent turbidity violation.   16.F.1.d Packet Pg. 3399 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-9 10.8.Manatees  10.8.1. In order to ensure that manatees are not adversely affected by the  construction activities as described in these specifications, the State DEP permit  requires the following as deemed appropriate for water related activities  involving use of vessels.   10.8.1.1. The CONTRACTOR shall instruct all personnel associated with the project  of the potential presence of manatees and the need to avoid collisions with  the manatees. CONTRACTOR shall be responsible for all construction  personnel to observe water‐related activities for the presence of manatees  and shall implement appropriate precautions to ensure protection of  manatees.  10.8.1.2. CONTRACTOR shall advise all construction personnel that there are civil  and criminal penalties for harming, harassing, or killing manatees which are  protected under the Marine Mammal Protection Act of 1972, the  Endangered Species Act of 1973, and the Florida Manatee Sanctuary Act. The  CONTRACTOR will be held responsible for any manatee harmed, harassed, or  killed as a result of construction of the Project.  10.8.1.3. Prior to commencement of construction of the Project, the  CONTRACTOR shall construct and display temporary signs concerning  manatees.  10.8.1.3.1. A sign measuring at least 3 ft. by 4 ft. which reads “Caution  Manatee Area” will be posted if vessels are associated with the  construction and should be placed visible to the vessel operator.  10.8.1.3.2. For all vessels, a temporary sign at least 8 1/2" X 11" reading  "Caution: Manatee Habitat. Idle speed is required if operating a vessel in  the construction area. All equipment must be shut down if a manatee  comes within 50 feet of operation. Any collision with and/or injury to a  manatee shall be reported immediately to the Florida Marine Patrol at  1‐800‐DIALFMP (1‐800‐342‐5367). The U.S. Fish and Wildlife Service  should also be contacted in Jacksonville (1‐904‐232‐2580) for north  Florida or in Vero Beach (1‐407‐562‐3909) for south Florida”.  10.8.1.4. Siltation Barriers, if used, shall be made of material in which manatees  cannot become entangled, are properly secured, and are regularly  monitored to avoid manatee entrapment. Barriers must not block manatee  entry to or exit from essential habitat.  10.8.1.5. If manatees are seen within 100 yards of the active daily  construction/excavating operation, CONTRACTOR shall ensure that all  appropriate precautions shall be implemented to ensure protection of the  manatee. These precautions shall include the operation of all moving  equipment no closer than 50 feet of a manatee. CONTRACTOR is advised that  operation of any equipment closer than 50 feet to a manatee shall  necessitate immediate shutdown of that equipment.  16.F.1.d Packet Pg. 3400 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation 2020 Clam Pass Maintenance - Technical Specification TS-10 10.8.1.6.CONTRACTOR shall report any collision with and/or injury to a manatee  immediately to the Florida Marine Patrol (1‐800‐DIAL‐FMP, or 1‐800‐342‐ 5367) and to the Florida Fish and Wildlife Commission Bureau of Protected  Species Management at (850) 922‐4330.  10.8.2. The Clam Bay ecosystem contains waterways that are difficult to navigate due  to shallow water depths and meandering channels lined with protruding  mangrove branches and roots to protect the significant natural resources and  water quality of the Clam Bay ecosystem, and to provide protection to the public  safety, a condition of the DEP permit requires that there be an idle speed and no  wake restriction on motorized vessels used in the system. The CONTRACTOR shall  adhere to an idle speed and “no wake” requirement in the project area.  10.9. Marine Turtle and Shorebird Nesting Protection ‐ The project construction is planned  to  occur outside of the Marine Turtle Nesting seasons.  11. SECTION 11 FINAL CLEANUP  11.1. Final clean‐up shall include the removal of all the CONTRACTOR's plant and  equipment either for disposal or reuse. Plant and equipment to be disposed of shall  only be disposed of in a manner and at locations approved by the ENGINEER.  11.2. Unless otherwise approved in writing by the ENGINEER, the CONTRACTOR will not be  permitted to abandon any equipment or materials in the construction area including  access areas, or other areas adjacent to or within the work site.  11.3.Upon demobilization, it is important that all ruts within the beach resulting from  equipment associated with this project are eliminated and smoothed.   12. SECTION 12 RESTRICTION OF ACCESS BY THE PUBLIC  12.1. CONTRACTOR shall erect such barricades, fences and signs and maintain such  barricades as necessary to prevent public access to the construction area.  CONTRACTOR shall also be responsible to post appropriate warnings within the  construction area to prevent pedestrians entering the construction project. It will be  the CONTRACTOR's responsibility to ensure that the construction project area is  sufficiently posted and monitored to prevent swimmers, boaters and pedestrians from  injury from the construction. Fencing shall be reviewed in advance at the pre‐ construction meeting.  12.2.CONTRACTOR shall assign at least one dedicated safety monitor to deter beachgoers  from the construction area      16.F.1.d Packet Pg. 3401 Attachment: ClamPass-TechnicalSpecs-Nov2020 (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance Excavation HUMISTON AND MOORE ENGINEERS Clam Pass 2020 maintenance excavation and grading Collier County Quotes RFQ #19-7624 ***Estimation of Probable Costs*** November 2020 Item Description Unit of Measure Multiplier Unit Price Total 1 Mobilization & Demobilization1 Lump Sum 1 30,000 30,000 2 Excavation and Grading - Section A est 4,000 Cy 2 Lump Sum 1 40,000 40,000 3 Excavation and Grading - Section B est 1,000 Cy 3 Lump Sum 1 20,000 20,000 Subtotal 90,000 4 Project Contingency 10% 9,000 Total 99,000 5 Additional Excavation with Placement if required for additional work CY - 10 Notes: 1) Mobilization and Demobilization from Horizon Way on the south side and Vanderbilt Beach Rd on the North Side. 2) The quantity is based on engineering estimates, field observation on October 8, 2020, and the design template from Stations 0+00 through 3+60. Inlet Bank Grading to achieve smooth flow path as directed by engineer. Grading on north side to be primarily for filling in the channel meander and escarpment reduction. 3) The estimated quantity is intended to excavate some of the sand accumulation in section B that can be done with mechanical equipment. The quantity is based on engineering estimates field observation on October 8, 2020 and the design template from Stations 3+60 through 5+60. 16.F.1.e Packet Pg. 3402 Attachment: OPC 2020 Clam Pass Maintenance Excavation HM (14066 : Recommendation to authorize TDC funding for Clam Pass Maintenance FROM Jeremy Sterk Earth Tech Environmental 10600 Jolea Avenue Bonita Springs, FL 34135 www.eteflorida.com PHONE 239-304-0030 FOR Pelican Bay Services Division TO Lisa Jacob EMAIL Lisa.Jacob@colliercountyfl.gov ADDRESS 801 Laurel Oak Drive, Suite 302 Naples FL 34108 QUOTE NUMBER 1719 DATE November 4, 2020 VALID UNTIL December 4, 2020 at 10:28AM ETE Proposal for Environmental Consulting Services Project: Clam Pass Maintenance Dredging General consulti ng for the Cl am Pass maintenance dredging activity. The duration of this work is 180 days under Contract 18- 7432 (Environmental Engi neering). Thank you for the opportunity. Earth Tech Environmental , LLC (ETE) appreciates the opportunity to provide you with the following agreement for professional envi ronmental services. Scope of Professional Services: ETE is proposing the following Scope of Services for this project: General Consulting associated with Dredging (Timed): General consulti ng for dredging related tasks. Tasks would include (but not be limited to) pre- construction gopher tortoise surveys, seagrass surveys, turbidity monitoring, compliance coordination\meetings, and guidance memos or reports. This is a timed task and is billed hourly as work is completed. Hourl y rate as approved in the environmental engineering contract: Environmental Specialist @ $109 per hour. 109.00 x 90 9,810.00 Total $9,810.00 16.F.1.f Packet Pg. 3403 Attachment: ETE Proposal Clam Pass Dredging Related for Environmental Monitoring and Reporting #18-7432-EV (14066 : Recommendation to We appreciate your business! Thank you for all owing Earth Tech Environmental LLC to provide you and your community with environmental services. This proposal can be authorized by digitally signing below. You can also print a PDF version of this agreement, sign, and return a copy to us. Payment Options: ETE accepts cash, check, or credit cards for services. A 3.8 % convenience fee is added to al l credi t card transactions. 16.F.1.f Packet Pg. 3404 Attachment: ETE Proposal Clam Pass Dredging Related for Environmental Monitoring and Reporting #18-7432-EV (14066 : Recommendation to F:\Collier\300-Clam-Pass\2020-11-Maintenance\2020-Operations-Maintenance-November.docx WORK ORDER/ PURCHASE ORDER# CONTRACT# 18-7432CZ _______________________________________________________________________ Proposal Dated : November 3, 2020 ____ Humiston & Moore Engineers (H&M) is pleased to provide this scope of work to Collier County via the Pelican Bays Services Division (PBSD). The purpose of this scope is to provide professional services for the Maintenance excavation and grading of Clam Pass. Services include survey work to layout the work area, pre/post construction surveys, data analysis and preparation of plans and technical specification, coordination with DEP for the Notice to Proceed, field observation and post construction compliance services. The following breakdown is proposed as a Negotiated Lump Sum to be completed within 30 days of receipt of the Purchase Order and Letter of Notice to proceed from Collier County. RATES $ 177.00 $ 115.00 $ 103.00 Total Humiston & Moore Engineers Senior Engineer Scientist / Geologist Senior Technician Data Analysis and work plan 4.00 8.00 4.00 $ 2,040.00 Bid Process and Meetings 10.00 4.00 2.00 $ 2,436.00 Notice to Proceed 4.00 8.00 4.00 $ 2,040.00 Field Observation and post const. compliance items 32.00 24.00 8.00 $ 9,248.00 Survey work: Park Coastal Surveying - Layout project control, pre and post construction surveys $ 6,380.00 TOTAL $22,144.00 Deliverable: Notice to Proceed and Post construction as built provided. Total amount for Work Order:….………………………………………………$22,144.00 November 3, 2020 Mohamed A. Dabees, P.E. Vice-President Date Humiston & Moore Engineers 5679 Strand Court Naples, FL 34110 239-594-2021 – Voice 239-594-2025 - Fax 16.F.1.g Packet Pg. 3405 Attachment: HM Proposal 2020-Operations-Maintenance-November (14066 : Recommendation to authorize TDC funding for Clam Pass