Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 12/09/2025 Item #16M 1
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 1 111 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. Coastal Zone Management 3. County Attorney Office County Attorney Office 5�ki`n Ih 12-/q 4. BCC Office Board of County Commissioners t 5/05#1 121 cl 5. Minutes and Records Clerk of Court's Office F l PRIMARY CONTACT INFORMATION RMATION (//'� / Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Andrew Miller—TMSD—Capital Project Phone Number 239.252.2922 Contact/ Department Planning, Impact Fees and Program Management Agenda Date Item was 12/9/2025 Agenda Item Number 16.M.1 Approved by the BCC Type of Document W.O—Doctors Pass Dredge Number of Original 1 Attached Documents Attached PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature AAM 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AAM signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AAM document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AAM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/12/2023 and all changes made during AAM N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the AAM N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the an option for Chairman's signature. Nis line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 t6M1 WORK ORDER/PURCHASE ORDER Contract 18-7432-CZ"Professional Services Library—Coastal Engineering Category" Contract Expiration Date: March 9, 2026 This Work Order is for professional Engineering Services for work known as: Project Name: Maintenance Dredging of Doctors Pass Project No: 90549.1 The work is specified in the proposal dated October 17, 2025, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to: Humiston& Moore Engineers, P.A. Scope of Work: As detailed in the attached proposal and the following: * Task A.l Survey * Task A.2 Plans specs OPC * Task A.3 Bid Phase * Task A.4 Pre-Construction Services * Task A.5 Construction Observation As-Builts Schedule of Work: Complete work within 365 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# 1 8-7432-CZ will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above,the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) ( 'Lump Sum Plus Reimbursable Costs (LS+RC) ❑Time & Material (T&M) (established hourly rate— Schedule A) n Cost Plus Fixed Fee(CPFF),as provided in the attached proposal. Task A.l $ 9,975.00 (LS) Task A.2 $ 18,416.00 (LS) Task A.3 $ 3,610.00 (LS) Task A.4 $ 4,674.00 (LS) Task A.5 $ 19,572.00 (LS) TOTAL FEE $56,247.00 Gp,O Digitally signed by MiIlerAndrawt Data:2025.11:A2°drew 0.20 PREPARED BY: 12:36:56-04'00' Andrew Milleda I I agnnwr Date AhmadJayo o2.,U.20 APPROVED BY: 13:53:30.04'00' Jay Ahmad,Division Director Date S COttT rI n ity Date:2025.11.18 APPROVED BY: 09:23:14-05'00' Trinity Scott,Department Head Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses,that,to the best of their knowledge and belief, all relevant facts concerning past,present, or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director,in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Humiston & 1VjgtoreigErngineers Brett D. D.Moore Moore Date:2025.11,18 09:00:38.05'00' Brett Moore,President Date • (Remainder of page intentionally left blank) liM1 IN WITNESS WHEREOF,the parties hereto,have each, respectively,by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS f ,Clerk of Courts COLLIER COUNTY, FLORIDA l C14` i :By % . , .',ii (Y By: A.. ,,,......4..� t '. a 0 12 Burt L Saunders, Chairman a ry I / r fK* 7�,'',':',# AT) di4 ? signature only jj fyy y �' �,F1 t 19�1.�. ^ I I r proved as to Fot'�n and legality:• C; — t'''' -\dwalvi County Attoney 3 e(41 IA, '� 1.14nw Print Nam i t6M1 - HUMISTON &MOORE 'L'�' ENGINEERS q 5E79 STRAND COURT "` COASTAL NAPLES,FLORIDA34110 ENGINEERING DESIGN FAX:2395942025 AND PERMITTING PHONE:239 594 2021 October 17, 2025 (Proposal valid for 120 days.) Andrew Miller, Principal Project Manager Coastal Zone Management (CZM) Collier County Government 2685 South Horseshoe Drive Naples, FL 34104 Re: Proposal for Maintenance Dredging of Doctors Pass Project to be Coordinated with Wiggins Pass Bid and Naples Beach Project Design Collier County Contract 18-7432-CZ; HM File No 29-018.2025 Doctors Pass Dear Andy: Following the impacts from the 2024 Hurricane season, shoaling occurred at coastal inlets and waterways throughout much of southwest Florida. Shoaling within Doctors Pass was documented as part of the 2025 monitoring based on a bathymetric survey completed in December 2024.The County is in the process of obtaining an updated dredging permit from the USACE for maintenance dredging of Wiggins Pass and intends to bid the dredging project in 2025. As requested, enclosed is a proposal from Humiston & Moore Engineers (H&M)for professional services for Doctors Pass maintenance dredge permitting and agency coordination, plans and specs, bid package and bid assistance, post design services and closeout.The project will include coordination with Wiggins Pass Bid for 2025 Maintenance Dredging and Collier County Naples Beach Renourishment design and sand placement. The completion date for all work is estimated to be 365 days from the date of the Notice to Proceed. Task A Doctors Pass Maintenance Dredging Task A.1: Updated Survey Update Hydrographic Survey: Coordinate and complete an updated hydrographic survey of Doctors Pass to address principle areas of shoaling as identified in 2025 monitoring report. This survey will be the basis for the development of plans and specifications for bidding. Deliverable:An electronic copy of the survey data and surveyor's certificate. Task A.1 (LS) $9,975.00 Page 1 of 4 16M1 Task A.2: Plans, Regulatory Coordination and Preparation of Technical Specifications, Bid Schedule and Opinion of Probable Costs Construction Plans and Agency Coordination: Engineer shall prepare updated construction plans and specifications for the maintenance dredging at Doctors Pass based on available and any updated bathymetric and topographic data from the County. Pre and post construction surveys will be required by the Contractor to facilitate pay applications and compliance with Technical Specifications and regulatory permits. Plans will be reviewed with County for acceptance. Plans will be filed with the Florida Department of Environmental Protection (FDEP) and the U.S. Army Corps of Engineers for review and issuance of a Notice to Proceed. The County will provide the results of an updated Submerged Aquatic Survey(SAV) as required by state JCP permit. Technical Specifications, Bid Schedule: Engineer will prepare Technical Specifications and a bid schedule to be included with the county contract documents for bidding. It is expected that dredging is to be done with a hydraulic dredge.Technical specifications will require the selected Contractor to complete pre and post dredging and beach construction surveys. Opinion of Probable Costs(OPC): Prepare a final opinion of probable construction costs based on the final design. This will include potential cost savings from combining this project with the Wiggins Pass maintenance Dredging project and the Water Turkey Bay project should those projects move forward concurrently. Development of opinion of probable construction costs will include review of county records for dredging at Doctors Pass and recent costs for similar construction. Engineer will forward the final Opinion of Probable Costs with final construction plans and technical specifications to county for bid purposes. Deliverable: Plans,Technical Specifications, and OPC. Task A.2 (LS) $18,416 Task A.3 Bid Phase Services Pre-Bid Conference, Technical Support and Addenda to Bid Package: Engineer will coordinate with County staff in preparation of responses to inquiries from potential bidders and attend a pre-bid conference with representatives of county and prospective bidders and suppliers for this project. Engineer will prepare addenda to bid documents and responses to requests for information from prospective Bidders at the request of the County on an as needed basis. Engineer will provide updated plans and technical specifications as needed during this process to support the Bid Phase for this project. The Bidding will be coordinated with the Wiggins Pass Maintenance Dredging and the Water Turkey Bay, as needed. Bid Qualification: Evaluate bidders' qualifications, contact references, and prepare a formal recommendation to County regarding awarding of the construction contract. Deliverable: Bid recommendation. Task A.3 (LS)$3,610 Page 2 of 4 i6M1 Task A.4 Pre-Construction Services Pre-Construction Regulatory Requirements and Agency Meeting: Engineer will coordinate with Contractor and County staff in ensuring sufficiency of required items in Technical Specifications for fulfillment of pre-construction state and federal regulatory requirements for issuance of a Notice to Proceed. Engineer and County staff will conduct a pre-construction meeting with the state and federal agencies and their respective resource agencies to present the project, intended performance, understanding of permit requirements, and schedule. The selected contractor will be present for this meeting. Engineer will provide required notices of commencement to respective state and federal agencies. Deliverable: Summaries of Meetings(state and federal) Task A.4(LS) $4,674 Task A.5 Construction Observation Support Construction Observation Support: Engineer will provide updated plans utilizing pre-dredge, pre- disposal beach survey data to be collected by the Contractor. Engineer shall support the County with supplemental coordination and periodic site reviews with the Contractor throughout construction. County staff will be on-site daily, and Engineer shall support County staff on as- needed basis during construction and coordinate meetings with Contractor and County staff, as necessary, weekly throughout the construction project. Engineer shall review daily reports from Contractor and conduct construction observation services as necessary to assess construction performance in reference to technical specifications and regulatory compliance and provide reviews of contractor pay requests for the County.This will include: • Review of daily dredged tracking records and beach disposal. • Review progress surveys from Contractor, monitor production rates and review Contractor Pay Requests with County. • Periodic photos to document progress and daily coordination with County staff. • Prepare as-built drawings based on progress surveys from Contractor. It is estimated that construction of this project will take 60 days, or less to complete dependent upon weather. Post Project Certifications: Upon nearing project completion, the Contractor, Engineer and County staff will review the project to determine if the Work is substantially complete and develop a punch list for the Contractor. Once the contractor addresses all of the items on the punch list and has provided sufficient survey data post dredge and post fill placement,along with related survey certifications, Engineer can recommend to the County that the project construction be deemed substantially complete so the contractor may demobilize, upon acceptance by the County. Upon completion of the project and review of post construction survey data provided by Contractor, H&M as Engineer of Record, will provide all necessary project certifications including Page 3 of 4 CAO 1 Nt beach profile surveys and post dredge as-built surveys to the County, DEP and USACE for project and permit compliance. Post construction report will include a summary of dredge tracking data and turbidity monitoring, and project certifications will include reference to a set of record as- built construction plans. Deliverable:As-built drawings and project certifications. Task A.5 (LS) $19,572 Task A H&M Total $46,272 LS Total Tasks A.1 thru A.5(SDI+H&M) $56,247 Tasks will be billed on a lump sum basis,unless otherwise noted.The budgets for these tasks may therefore be considered as not-to-exceed amounts with the understanding that in the event regulatory requirements or requests from County staff result in Additional Services exceeding the estimated budget amounts, a budget amendment may be requested. Please call if you have any questions. Sincerely yours, HUMISTON & MOORE ENGINEERS Brett D. Moore, P.E., BC.CE President Page 4 of 4 Gp,O 16M1 Date:September 4,2025 Task A 2025 Doctors Pass Maintenance Dredging Task A.1 Survey $9,975 Task A.2 Plans specs OPC $18,416 1 Task A.3 Bid Phase $3,610 Task A.4 Pre-Construction Services $4,674 Task A.5 Construction Observation As-Builts $19,572 Task A.1 Survey SDI RATEIUNIT HOURS/OP COST MARKUP AMOUNT SDI ISurvey I 1 9975 9,975.00 $9,975(LS) Task A.2 Plans specs OPC RATENNIT HOURS/OP COST MARKUP AMOUNT PRN2 Principle Engineer 231 24 5,544.00 SEN Senior Engineer 177 0 0.00 PJTM Project Manager 160 0 0.00 ENG Engineer 130 80 10,400.00 SIN Senior Design 140 0 0.00 SCI Designer 105 0 0.00 SRT Senior Technician 103 24 2,472.00 INS Inspector 93 0 0.00 TEC Technician' 83 0 0.00 CAD Cadd Technician 107 0 0.00 $18,416 (LS) Task A.3 Bid Phase RATE/UNIT HOURS/OP COST MARKUP AMOUNT PRN2 Principle Engineer 231 6 1,386.00 SEN Senior Engineer 177 0 0.00 PJTM Project Manager 160 0 0.00 ENG Engineer I 130 12 1,560.00 SIN Senior Design 140 0 0.00 SCI Designer I 105 0 0.00 SRT Senior Technician 103 0 0.00 INS Inspector 93 0 0.00 TEC Technician 83 8 664.00 CAD Cadd Technician 107 0 0.00 $3,610 (LS) Task A.4 Pre-Construction Services RATE/UNIT HOURS/OT}COST MARKUP AMOUNT PRN2 Principle Engineer 231 4 924.00 SEN Senior Engineer 177 0 0.00 PJTM Project Manager 160 0 0.00 ENG Engineer I 130 24 3,120.00 SIN Senior Design 140 0 0.00 SCI Designer I 105 6 630.00 SRT Senior Technician 103 0 0.00 ' INS Inspector 93 0 0.00 TEC Technician 83 0 0.00 CAD Cadd Technician 107 0 0.00 $4,674(LS) Task A.5 Construction Observation As-Builts RATE/UNIT HOURS/OP COST MARKUP AMOUNT PRN2 Principle Engineer 231 22 5,082.00 SEN Senior Engineer 177 0 0.00 PJTM Project Manager 160 0 0.00 ENG Engineer I 130 90 11,700.00 SIN Senior Design 140 0 0.00 SCI Designer I 105 0 0.00 SRT Senior Technician 103 0 0.00 INS Inspector 93 30 2,790.00 TEC Technician 83 0 0.00 CAD Cadd Technician 107 0 0.00 $19,572(LS) Total H&M 546,272 Total H&M+SDI $56,247 (GP 16M Sea Diversified, Inc. 160 Congress Park Drive, #114 S( EA Delray Beach, Florida 33445 Phone: 561-243-4920 Facsimile: 561-243-4957 1)1VI?I?.;li I1?1) June 26, 2025 Mr. Steve Foge, P.E. Sent via electronic mail 6/26/2025 Humiston &Moore Engineers (SF@HumistonandMoore.corn) 5679 Strand Court, Suite 110 Naples, Florida 34110 Re: Proposal for Professional Services Pre-Dredge Hydrographic (Bathymetric) Survey Doctors Pass Collier County, Florida Sea Diversified P.N. 25-3096 Dear Mr. Foge: In accordance with your request, Sea Diversified, Inc. (SDI) is pleased to submit the following proposal for professional services. The scope of work shall encompass a pre-dredge hydrographic`(single-beam bathymetric) survey to support the maintenance dredging of Doctors Pass in Collier County, Florida. In accordance with your e-mail request provided on June 16, 2025, the summary of scope shall encompass the following as depicted on"Attachment A"herein: { General: SDI shall provide supervision, field / office support staff and equipment to perform the scope of work described, herewith. All work shall be conducted to the highest level of industry standards and under the responsible charge of a Professional Surveyor and Mapper registered in the State of Florida. All work shall meet or exceed the Standards of Practice (Standards) set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 5J-17, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. Horizontal and Vertical Data: Horizontal Datum: Feet, relative to the'Florida State Plane Coordinate System, East Zone, North American Datum of 1983 (NAD83) Vertical Datum: Feet,relative to the North American Vertical Datum of 1988 (NAVD88) Horizontal / Vertical Control Verification SDI will verify the horizontal and vertical position of all found and used monuments for the survey. Horizontal and vertical positions will be verified via Real-Time Kinematic GPS procedures, Pre-Dredge Hydrographic Surveys: The pre-dredge bathymetric surveys shall be conducted using an automated hydrographic system comprised of a survey launch equipped with a marine grade, single-beam sounder, differential global positioning system and computer-based navigation / data collection system. A GPS system shall be used for vessel positioning and navigation. The survey grade sounder will include a 200-kHz narrow beam (3°) transducer. This system, when calibrated to manufacturer's specifications, will yield accuracies of 1 cm plus 0.10% of the water depth when corrected for velocity. The sounder shall be calibrated via bar checks at the beginning of each survey day.Hydrographic data of shall be collected along the defined transects at Doctors Pass Entrance Channel&Settling Basin to include EC 00+00 to EC 15+70,Turning Basin (TB1-TB4), Interior Channels E4+85 to E17+51 and WO+00 to W8+12 . Sounding data shall be recorded continuously along each survey transect along with position, depth, time, date and QA/QC data. Transects will extend an adequate distance beyond the channel as practical. SDI will employ manual poling survey techniques, including RTK survey methodologies in 5 Surveying • Engineering • Applications74.\ 1 61111 1 Proposal for Professional Services Pre-Dredge Bathymetric Survey of Doctors Pass CSEA Naples, Collier County, Florida June 26, 2025 Page 2 of 3 I)1 VIi'l?`)l/]EI) shoal areas that automated bathymetric survey techniques are not practical. Data points will be collected at a maximum interval of twenty-five (25) feet. RTK Tides will be applied in real-time during the survey, a redundant pressure tide gauge will be set to record water levels at no greater than five minute intervals during course of data collection activities. The gauge will be set relative to published vertical control in the vicinity of the project. Data Processing and Final Deliverables Upon completion of field survey activities, data will be edited and reduced to the project datum and translated to an xyz, ASCII format for submittal to Humiston & Moore (1I&M). H&M will be provided the following deliverables: 1. Survey report certified by a Professional Surveyor and Mapper I4 2. Bathymetric data in ASCII (xyz) format Cost: Bathymetric Surveyof Doctors Pass:y $ 9,975.00 Lump Sum (based on a one-time survey event, including equipment, data collection,processing and final deliverables) Should you have questions or require additional information please do not hesitate to contact us at your convenience. We appreciate this opportunity to assist you with this project and look forward to hearing from you soon. Best Regards, Approved this day of 2025 Willi T. Sadler, Jr., P.E., P.S.M. Mr. Steve Foge or Authorized President Humiston&Moore Representative Sea Diversified, Inc. is Surveying • Engineering • Applications ttic ‘ 1. 6M1 r^ Proposal for Professional Services Pre-Dredge Bathymetric Survey of Doctors Pass C-s--EA Naples, Collier County, Florida J'une 26, 2025 Page 3 of 3 1)IVI,1?' I /./;/) Attachment A -ai- JS t ((YF - s.� r c. ,„„,,,..,:..„._, ... J R ,sz7F:`i,,"i+ _� `'• f f:'�' L � rA "-.0r,� �f! kit, .- �.. , y 1" 4"z�p a ,+ z�E,�7. �`j/ ::s' '� Ste, ,,,,,,t,,,, 4.,,,, ,,.., , - .,-, o- i �, z:i za p 1"' t' ,4C,PA4.y` 6 0i . ` �F _ o6cioRsvgs '`t - r�, � - („v ,, \ \ ... 1,2,. .. , „, 3, , ` ` , j�' 4 ' r ti 3,,,,,,,, ,yt' , ,' 58� �� ,, r 1, , ,., , , 4 t.. 1'. s• Application (:03,,I ' iSurveying • Engineering 16M I Collier County Direct Select Form Please be sure to attach the fully approved form to the requisition in SAP.Direct Selects are valid for 90 days. *The approval of this Direct Select is not for services rendered under a prior Purchase Order for the continuation of previous work assignment. Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate 10/1/2025 18-7432-CZ $60K $1 M Requested By(Use name as it appears in Outlook): Division: Andrew Miller Coastal Zone Library Category:Coastal Engineerig Vendor Name:Humiston & Moore Engineers, P.A. Work Assignment Title:2025 Collier County Doctors Pass Dredge Design Description of Requested Services: Design, bidding assistance, and post-design services for Doctors PassDredge project. Justification(Select all that apply and explain below): © Past experience with project Previous PO#: 4500237386 ❑ *Continuation of previous work assignment Previous PO#: ❑ Unique qualifications ❑ Other Comments/Explanation of Direct Select: H&M has ample experience with Doctors Pass and is very familiar with the challenges in performing the work. This request is in compliance with Fla. Stat.§287.055,the Consultants'Competitive Negotiation Act, including the thresholds for study activity and estimated construction cost. a9461y dga.d ey b6I.,a,ar.w Requestor:Andrew Miller Signature:MillerAndrewo�tb.2025.,0.08,2.36:43 Date: -oa oo� 0199a6y shoed Ey MmadJay Division Director:Jay Ahmad Signature:AhmadJay oa1.:2025.,0.0513:59:,4 Date: aroo' Procurement Use Only a �rnkaSandra SrnkaSandra Procurement Director/Designee: Signature. Date:2025.10.17 Date: 09:06:32-04'00' Notes: Rev.May 202 CNO