Loading...
Agenda 12/08/2015 Item #16C 312/8/2015 16.C.3. EXECUTIVE SUMMARY Recommendation to approve a $329,000 work order to Hole Montes, Inc., under contract number 14 -6345 for Construction Engineering and Inspection Services for the Master Pump Stations 306 Force Main Phase III and Naples Manor Water Main Replacement Phase 2 project, Project Numbers 70044 and 71010. OBJECTIVE: To obtain expert professional Construction Engineering and Inspection (CEI) services for the Master Pump Stations (MPS) 306 Force Main Phase III and Naples Manor Water Main Replacement Phase 2 project. CONSIDERATIONS: The proposed scope of work under Project Numbers 70044, "Force Main Transmission Systems Technical Support," and 71010, "Distribution System Technical Support," is consistent with the Capital Improvement Program (CIP) contained in the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study approved by the Board of County Commissioners (Board) on June 10, 2014, as Agenda Item 11C. Funding for Project Numbers 70044 and 71010 is available in, and is consistent with, the FY2016 CIP Budget. On July 7, 2015, as agenda item 16.C.6, the Board approved the CEI services contract 14 -6345 with Hole Montes, Inc., for wastewater system improvements in Basin 306. Professional CEI oversight services are required to ensure construction contract compliance for projects within the Basin. Duration of the CEI services is expected to be 365 days. The recommended work order is Attachment 1. The construction contract with Douglas N. Higgins, Inc. for the "Naples Manor Water Main Replacement Phase No. 2 and MPS 306 Force Main – Phase III" project was approved by the Board as Item 11B on July 7, 2015. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2016 Capital Budget approved by the Board on September 24, 2015. The sources of funding are the Water User Fee Fund (412) and the Wastewater User Fee Fund (414). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex- officio the Governing Board of the Collier County Water -Sewer District, authorizes issuing a.$329,000 work order under Contract 14- 6345 to Hole Montes, Inc., for the MPS 306 Force Main Phase III and Naples Manor Water Main Replacement Phase 2 Project and direct its Chairman to execute the work order after final review by the County Attorney's Office. Prepared By: Nathan Beals, Project Manager, Public Utilities PPMD Attachment 1- CEI Services Work Order 11�, Packet Page -703- 12/8/2015 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve a $329,000 work order to Hole Montes, Inc., under contract number 14 -6345 for Construction Engineering and Inspection Services for the Master Pump Station 306 Force Main Phase III and Naples Manor Water Main Replacement Phase 2 project, Project Numbers 70044 and 71010. Meeting Date: 12/8/2015 Prepared By Name: Nathan Beals Title: Project Manager, Public Utilities Engineering 11/9/2015 8:49:44 AM Submitted by Title: Project Manager, Public Utilities Engineering Name: Nathan Beals 11/9/2015 8:49:45 AM Approved By Name: Oscar Martinez Title: Project Manager, Principal, Public Utilities Engineering Date: 11/9/2015 10:05:34 AM Name: Steve Messner Title: Division Director - Water, Water Date: 11/9/2015 11:50:11 AM Name: HapkeMargie Title: Recycling Coordinator, Solid & Hazardous Waste Management Date: 11/10/2015 8:51:32 AM Name: ChmelikTom Title: Division Director - Public Utilities Eng, Public Utilities Engineering n Date: 11/12/2015 9:52:08 AM Packet Page -704- 12/8/2015 16.C.3. Name: PajerCraig Title: Project Manager, Principal, Public Utilities Engineering Date: 11/13/2015 12:16:05 PM Name: JohnssenBeth Title: Division Director - Wastewater, Wastewater Date: 11/16/2015 12:56:37 PM Name: JohnsonScott Title: Manager - Procurement, Procurement Services Date: 11/18/2015 2:35:15 PM Name: HallSwainson Title: Procurement Specialist, Procurement Services Date: 11/18/2015 3:23:14 PM Name: MarkiewiczJoanne Title: Division Director - Procurement Services, Procurement Services Date: 11/18/2015 3:56:50 PM Name: YilmazGeorge Title: Department Head - Public Utilities, Public Utilities Department Date: 11/18/2015 6:05:56 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 11/19/2015 11:43:01 AM Name: KlatzkowJeff Title: County Attorney, Date: 11/19/2015 11:56:08 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 11/19/2015 3:16:53 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 11/22/2015 11:10:27 AM Packet Page -705- 12/8/2015 16.C.3. APPROVED BY: A; b T hmel- MiJ Department Director Date- t APPROVED BY: ever Messner, Wat for Date APPROVED' x€ „ Beth i hnssen, tastewater Director Date APPROVED BY: L ; x Dr George YiInia Public Utilities Administrator Date APPROVED BY:f W t ' Swainson Hall, Procurement Strategist 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 Purchase Order and/or project duration. ACCEPTED BY: Hole Montes, Inc. TJJ me & Title of Authorized-Company Officer ' Date may. S Page 2 of Packet Page -707- �✓ 12/8/2015 16.C.3. Craig Pajer, P.E., Principal Project Manager Collier County 'Wastewater Department September 9, 2015 Page 2 € Task No. 1- Preconstruction Services Receive conformed: specifications and drawings (including addenda mid any published questions and answers from bidding) and executed construction contract from the County and EORs. ' Review these documents and become familiar with the proposed project Meet with Collier t County and Engineers of Record to discuss the project and obtain clarification as needed., i Task No. 2 -- Construction Services Provide onsite observation of construction and testing activities on the project. When possible, f observations will be performed concurrently with other projects being constructed in me immediate area of this project. Specific services include the following. (a) The CEI will inform the County and the onsite construction superintendent of any concerns related to conformance of the work with the Contract Documents in an attempt to resolve any concern or issue on site, if the concern or issue is not promptly resolved in the field, the CEI { shall inform the EORs and the County in writing about the unresolved concern or issue within - eight business hours, but not more than one business day after the discovery of any concern or issue. The EORs will be responsible for investigating the concem or issue and resolving the same ! through a written directive to the construction contractor and so inform the County and the CEI in writing. This protocol will be initiated any time the CEI becomes aware of any construction ' �. that is unsatisfactory, faulty or defective, does not conform to the Contract Documents, does not , meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. The EORs will maintain an Issue Resolution Log documenting any issue or concern that is conveyed in writing to the EORs, including the written directive resolving the issue or concern. (b) The CEI will prepare a daily log with pictures recording' activities and details related to the work on a form approved in advance by the County,. Information will be recorded in the -log when at the Project Site. Log entries will record all relevant aspects of the construction observed while on site including construction " crew (labor) details, equipment used, materials used, compliance testing and inspection performed, weather, temperature, site conditions, trench { conditions, backfilt material used, dewatering methods, compaction methods, location of the work and all other details related to the work. The leg will reference the digital photographs i and/or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to time and hours on the job site, weather conditions, data pertaining to questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in mare detail as in observing test procedures, conformance inspection of materials and fittings, name plate data for equipment and material installed and any related issues.. Logs, photograph files and other construction documentation will be provided to the County by the CEI on a daily basis in an electronic file via Email, on a permission based website, on a digital CD only if requested by the County and a printed copy to be maintained at the Consultant's project office: All daily reports shall be prepared in the field, reviewed by the CEI's Project Manager and issued by 7.00PM daily. H:t8200NA- MarketingklSkDWSWS 306OMS19 CP MPs 306 FM1 PH 3RE4V2 !tr REB_dws .dom Packet Page -710- 12/8/2015 16.C.3. Craig Pajer, P -E., Principal Project Manager Collier County Wastewater Department September 9, 2015 Page 3 (c) The CEI will provide, a comprehensive digital photographic record of all construction i activities related to the project. The digital file names will be referenced in the log along with a brief description of the photograph, the date and time of the photograph and the name of the l photographer. The digital files will be transferred to a permission based webste, and to a digital CD if requested by the County. If requested by the County, pictures will be printed in high t resolution ' color, two captioned photos per 81IT' x l l" sheet, printed one side only. The prints, if � requested, will be provided to the County when needed. If requested by the County, video will be : provided in digital format on DVD bi- weekly. l (d) The CEI will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the project and will record discussions and the outcome of these regulatory ' inspections, in the daily logs. The CEI will notify the County prior to any scheduled inspections. These may include inspections by the FDEP, FDOT, SFWMD, County Building Department, { County Right -of -Way Department and County Pollution Prevention Control. (e) The CEI will coordinate bi- weekly progress meetings chaired by the CBI Project Manager, a attended by the construction contractor and EORs, to review project status and identify issues that may affect the project. The CEI will prepare a DRAFT Agenda at least two Business days in advance of each meeting and issue written meeting notes identifying a summary of the discussion, conclusions and any risks that have been encountered or are expected within three business days after the meeting to the; County, EORs and the construction contractor. As necessary, the CEI will coordinate special meetings. The EORs shall provide updated Issue Resolution, Submittal, RE and Work Directive Logs at the progress meetings. (f) The CEI shall meet with the construction contractor in the field to review their preliminary Application for Payment (pencil copy) based upon the EORs approved Schedule of Values. The EORs shall be responsible for receiving, verification and approval of all Applications for f Payment. Note: This delegation of responsibility to the EORs for approval of payment applications' has been requested by the County, No review of Construction Progress Schedule i updates shall be made by the CEI. s (g) The CEI will accompany and assist in the Substantial Completion inspection when requested by the construction contractor and the EORs recommends that the work is sufficiently complete to warrant a substantial completion inspection. During the Substantial Completion inspection. the EORs will prepare a List of Uncompleted or Corrective . Work Items requiring completion or correction to the satisfaction of the EORs and the County. The EORs shall issue the Certificate of Substantial Completion. The CEI will be °responsible for the monitoring list and issuing updates to the list on a weekly basis. The CEI will assist in the final walk through to ensure that the listed items are completed to the satisfaction of the EORs and the County. The EORs shall be responsible for the issuance of the Notice of Final Acceptance and Construction Certification and permit closeout with FDEP, SFWMP and Collier County. It is anticipated that three substantial completion inspection will be conducted due to the multiple (3) phase of construction proposed. H:18200L0.- Marketing115117WS1MPS 306120150819 CP MPS 306 FM P$ 3RM kr RSB dws .docx Packet Page -711- 12/8/2015 16.C.3. Craig Pajer, P.E., Principal Project Manager Collier County Wastewater Department September 9, 2015 `Page 4 (h) The CEI will observe field testing to assist in verification that all materials, equipment and l supplies installed or utilized on the project are in general accordance with the Contract Documents and approved Shop Drawings provided by the EORs. All material testing services are to be provided by an independent testing firm supplied by the construction - contractor. All equipment testing will be conducted by the construction contractor and equipment representatives. The equipment testing will also be observed by the County and EORs (i) The CEI shall maintain red pencil "markup" notations and sketches on full size construction plans that reflect the details of constructed facilities. The CEI will review the "markup„ with the l construction contractor on a weekly basis. The CEI will notify the County, EORs and the construction contractor of any differences in the documents maintained by the general contractor and the CEI on a weekly basis for resolution. These "markup" drawings will be turned over to the County and EORs at Final Completion to assist the EORs in preparation of the Record Drawings. E Task No. 3 - Additional Services (a) The CEI shall provide limited assistance with resolution of reported resident concerns k during construction. The CEI shall receive resident concerns in the field as they occur and, when possible, seek to resolve the concern. The CEI shall also receive resident concerns from the County's Wastewater Basin Website "Hot Line ". The CEI shall make an initial response to the concern in the field and, when possible, seek to resolve the concern. A written report shall be made to the EORs and County on the concern and its resolution. When an immediate'resolution cannot be achieved in the field or if the issue is complex,, the concern shall be reported to the.County and EORs for their logging with a status of any corrective action required. The County and EORs shall provide the log at all progress meetings. (b) The CEI shall provide limited assistance to the County with obtaining Rights of Entry from individual property owners during construction. When construction may require temporary access on private property, the CEI, through the subconsultant (Quest Corporation of y America, Inc. - QCA), will prepare and provide a listing of all property owners in the construction area. Collier County shall make initial contact with the property owners to obtain Right of Entry. The CEI will be available to contact the property owners in the field for execution of a Right of Entry. The County shall maintain the log of all Rights of Entry. (c) The CET shall provide limited assistance with special coordination with the Collier County ` Public Schools and the County "CAT" bus system. This special coordination will be needed due to the anticipated detours related to roadway closures in the Naples Manor area due to construction (d) The CEI, in conjunction with QCA, shall provide Public Information! Website, services during construction. QCA is also the consultant establishing and providing an overall website for the three Basin Area projects (Basins 101, 305 & 306). The overall website shall provide information on the current status of individual projects, detailed information on H,:18200tA- I,&rketing\15i )WS%IPS 306\20150919 CP MPS 306 FM PH3REV2 tu_REB_aws .docx Packet Page -712- Packet Page -713 12/8/2015 16.C.3. C i HOLE MONTES PROPOSAL FOR PROFESSIONAL SERVICES September 9, 2015 t MASTER PUMP STATION 306 BASIN CEI ? MPS 306 FORCE MAIN PHASE 3 (365 DAYS CONSTRUCTION1500 DAYS CEI SERVICES) "i COWER COUNTY PUBLIC UTILITIES DIVISION 3 Refer to Hole Montes Proposal dated September 9. 2015 � � { I V � Sr. Ptoj Project sensor C PMcipi! Manew Marmw kapeow Adman Total Subconsullani TOTAL a Task Activity Des► $206 $172 $147 $90 362 Hass O"w COST i 1. PreconstructioW81d Services t Mee0n9 with CouNyMngltwaeroi Record 1 2 2 S $844 Project ftewow 8 8 8 2 26 $3.444 Gler0lce9on Meeting 1 2 2 t 6 SM 2 12 12 a 3 3T $5,194 2. Conibue8on Services Preconstruction Meeting 1 4 4 4 2 15 $1.990 1 y Progms Meetings (MAX 24) 2 96 96 30 224 532,898 j Onsite GonitnKfw Observatbn 2,040 2.040 $195,840 t ogr -o retructbn Documents 53 53 40 146 519.387 a (?enema Coordulewn 3 8 16 52.552 j SubmAtlal Managment 20 20 Si,240 ` Misce1wdw us Test§ip a 6 4 20 $2,800 COnslm*m Field DmWbtgs 12 12 2 28 $3,952 SfaAuplComrtc Toning. 12 12 2 26 $3,952 ' Project Cbseoul 20 20 2 42 $6,504 $271,113,1 3 213 213 2,044 102 2,575 3. Additrarmi Servlces ! th PrecoorwW)onlNeighboaadMeelbg 15 i5 4 34 $5,033 Public Wormallon 20 20 10 50 87,000 4 Special Coordination 12 12 4 28 $4,078 ; SubconstMant 135.332 $35.332 ; 0 47 47 0 : i8 112 $35.332 $51,441 + 5 272 272: 2,052 123 2,724 $35,332 € 5327.748,` - 3 4. Rtimbumbk Expenses 1 Alowanw. Copies. UPS, PostaA ?&a $1,252/f' $1.262 s TOTAL ALL TASK {i'8W 8, MATERIAL)/ $329.000/ ; e . y� t 1i:18200W- Markoting%MDWSWPS 30=0150818 MPS 306 Force Main PH 3 REDUCED SC14EDULE REV2.xlsx Packet Page -714-