Loading...
Agenda 04/28/2015 Item #16A 8 4/28/2015 16.A.8. EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to execute Contract No. 15-6416 — Wiggins Pass Interim Channel Dredging to remove approximately 9,400 cubic yards (CY's) of beach quality shoaled sand from the Wiggins Pass channel to Quality Enterprises USA Inc., for $242,304 (Project No. 80288), authorize the necessary budget amendment, and make a finding that this item promotes tourism. OBJECTIVE: To remove approximately 9,400 CY's of sand from the Wiggins Pass channel on an interim basis until a major channel dredging is required in the Spring of 2017. CONSIDERATIONS: In spring 2013, Wiggins Pass underwent maintenance dredging that straightened and removed 107,370 cubic yards of material from the pass. This dredging event was the first step in implementing a Management Plan that would provide a safe channel for boating; address erosion at Barefoot Beach Park; lengthen the dredge cycle while minimizing effects to the environment and provide a solution that is economically effective. The Wiggins Pass Management Plan always anticipated lengthening the major dredge cycle to four (4) years with a smaller interim dredge anticipated every two years. This interim dredging event, which has been programmed as a two year "cleanup" dredge is limited in scope and will only address hot spot accretional areas within the channel. This interim dredge has been planned and permitted and falls between major maintenance dredging anticipated every four years. This is the first two year interim dredging event and is somewhat larger than originally anticipated. Up to 9,400 CY's of material is planned to be removed from three shallow spots in the channel and disposed in areas to buildup the north side ebb shoal and the original meander flood shoal. A slower, more natural build up of the north side ebb shoal should reduce future interim dredging requirements. ITB No. 15-6416 for interim dredging of Wiggins Pass was posted on February 23, 2015, with notices sent to 1,893 firms and 83 firms downloading full packages. Five responses were received on the March 17, 2015 due date. Staff evaluated the bids and determined that Quality Enterprises USA, Inc. was the lowest qualified and responsive bidder. The Engineer's estimated cost of construction for this project was $217,432. The bid tabulation is as follows: Ranking Vendor Total 1 Quality Enterprises $242,304.00 2 Zep Construction $294,269.00 3 Gator Dredging $396,930.00 4 Florida Marine $457,963.00 5 Earth Tech $477,300.00 Quality Enterprises USA, Inc. is a very experienced contractor with extensive experience throughout Collier County. Dredging activities will not be completed by the beginning of turtle Packet Page-814- 4/28/2015 16.A.8. nesting season on 5/1/2015. However, all work activities and dredging will be completed over water and no interference with nesting sea turtles is anticipated. Staff recommends that ITB No. 15-6416 be awarded to Quality Enterprises USA, Inc. as the lowest, qualified and responsive bidder. The bid tab is listed as Attachment A. FISCAL IMPACT: Funding for the proposed work order is not presently included in the budget. However, sufficient funding is available in Tourist Development Tax Fund (195) reserves. A budget amendment will be necessary to move funds from reserves into Project No. 80288, Wiggins Pass Dredge. Funding for this project will not be requested for reimbursement from any grantor agency. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. ADVISORY COMMITTEE RECOMMENDATIONS: At the April 9, 2015 CAC meeting, this item was unanimously recommended for approval by a 6 to 0 vote. This item will be presented to the TDC for approval on April 27, 2015. LEGAL CONSIDERATIONS: Pass and inlet maintenance is an authorized expenditure pursuant to the Tourist Development Tax Ordinance No. 92-60, as amended. The TDC must make a recommendation including whether the expenditure promotes tourism. The Board of County Commissioners may accept this finding or make its own finding. This item has been approved as to form and legality and requires majority vote for approval. —CMG RECOMMENDATION: That the Board of County Commissioners approves and authorizes the Chairman to execute Contract No. 15-6416 —Wiggins Pass Interim Channel Dredging to remove approximately 9,400 cubic yards (CY's) of beach quality shoaled sand from the Wiggins Pass channel to Quality Enterprises USA Inc., for $242,304 (Project No. 80288), authorize the necessary budget amendment, and make a finding that this item promotes tourism. Prepared By: J. Gary McAlpin, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division Attachments: A) Bid Tabulations; B) Quality Enterprises USA, Inc. Contract; Application Backup Information due to the size of the document it is accessible at: http://www.colliergov.net/ftp/AgendaApri12815/GrowthMgmt/B%29 1 5-6416-Wiggins Pass Contract.pdf Packet Page-815- 4/28/2015 16.A.8. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.8. Item Summary: Recommendation to approve and authorize the Chairman to execute Contract No. 15-6416-Wiggins Pass Interim Channel Dredging to remove approximately 9,400 cubic yards (CY's) of beach quality shoaled sand from the Wiggins Pass channel to Quality Enterprises USA Inc., for$242,304 (Project No. 80288), authorize the necessary budget amendment, and make a finding that this item promotes tourism. Meeting Date: 4/28/2015 Prepared By Name: HambrightGail Title: Accountant, Coastal Zone Management 3/31/2015 9:35:29 AM Submitted by Title: Accountant, Coastal Zone Management Name: HambrightGail 3/31/2015 9:35:30 AM Approved By Name: McAlpinGary Title: Manager-Coastal Management Programs, Coastal Zone Management Date: 4/6/2015 12:31:12 PM Name: Tara Castillo Title: Management/Budget Analyst,Road Maintenance Date: 4/6/2015 2:1 9:24 PM Name: JohnsonScott Title: Manager-Procurement, Purchasing& General Services Date: 4/6/2015 4:24:47 PM Name: KearnsAllison Title: Manager Financial &Operational Support,Transportation Administration Packet Page -816- 4/28/2015 16.A.8. Date: 4/8/2015 3:03:41 PM Name:NorthrupAdam Title: Procurement Specialist, Purchasing&General Services Date: 4/9/2015 12:51:17 PM Name: MarkiewiczJoanne Title: Division Director-Purchasing&Gen Svc,Purchasing&General Services Date: 4/10/2015 10:08:02 AM Name: PuigJudy Title: Operations Analyst, Community Development&Environmental Services Date: 4/10/2015 10:45:47 AM Name: PattersonAmy Title: Manager-Impact Fees &EDC, Business Management&Budget Office Date: 4/10/2015 11:30:39 AM Name: GreeneColleen Title: Assistant County Attorney, CAO General Services Date: 4/13/2015 9:31:42 AM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 4/14/2015 8:56:28 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 4/15/2015 8:08:11 AM Name: FinnEd Title: Management/Budget Analyst, Senior,Transportation Engineering&Construction Management Date: 4/1 5/2015 10:23:27 AM Name: StanleyTherese Title: Manager-Grants Compliance, Grants Management Office Date: 4/15/2015 12:04:32 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/15/2015 1:40:08 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Packet Page-817- 4/28/2015 16.A.8. Date: 4/15/2015 3:30:37 PM Packet Page-818- 4/28/2015 16.A.8. m m u Ql 00 I I v) co• -p G y 0 C -c •i-) t O CU c v) E o0 C LA = t m O• o v) L▪. N W U j'n' a-+ O z cu C o '= O eo m 2 u rn ea t\ 7 Ll1 r.o tt IA- LT- np c no a , c o too v L v o CI L m CT a up' C 1 O Q s co -v)- c U o E -▪ •C. ea y C r i 3 .0 C 0 O O CO vii = O r-I Ql 13 M. L Up d C N tA C O d' WI U Cr) NI a0 e]. -VI eI t ID 2 CL {Cr O N O 0 tf 'i c) O r-1 0. O m m L C▪ m ,--1 ,--1 O O nj N N a.+ N Is,• N ri c-I ea \ \ c m m c C O o Co a = IA �, = L o L L -C L L ,.0 .4.., Co (U L O Tu a O z o z C co E a n U Co C 4O Co c is -0 O I- < M C Q 3 Q ai Li c c L 00 Co = N w Co Co 2 E C o 0 1_ m -0• -0 4) C) 0 1p °' U E v v O O G) a a a n O O Packet Page -819-