Loading...
Backup Documents 06/11/2019 Item #16A25 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 A 2 5 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 Coun Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Officean / �'`I,`9 4. BCC Office Board of County J�\, l 7 Commissioners ‘\L�r,' � `k\\c\ 5. Minutes and Records Clerk of Court's Office ►1 i e 3: Once completed please forward copy to Gail Hambright and Heather Meye PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Gail Hambright,,CZM Phone Number 2966 Contact/ Department _ Agenda Date Item was 6/11/2019 '/ Agenda Item Number `tsiA , Approved by the BCC Type of Document WO Wiggins Pass Dredging Number of Original 1 Attached Documents Attached PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? gThri* Q dC 6 2. Does the document need to be sent to another agency for additional signatures? If yes, I provide the Contact Information(Name;Agency;Addres • Phone)on an attached sheet. V. 3. Original document has been signed/initialed for legal sufficte -(All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed X by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's \ R Office and all other parties except the BCC Chairman and the Clerk to the Board `v 5. The Chairman's signature line date has been entered as the date of BCC approval of the k1 document or the final negotiated contract date whichever is applicable. `l 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's \•A- signature signature and initials are required. `� 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. / 11— Some documents are time sensitive and require forwarding to Tallahassee within a certain t' time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 6/11/19 (enter date)and all changes N/A is not made during the meeting have been incorporated in the attached document. The + LA.- an option for County Attorney's Office has reviewed the changes,if applicable. ,� this 'Ile. 9. Initials of attorney verifying that the attached document is the version approved by the N/A s not BCC,all changes directed by the BCC have been made,and the document is ready for the ,.. (for' an option for Chairman's signature. / ,this line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revise3Zb5;Revised 11/30/12 16 A 2 5 MEMORANDUM Date: June 12, 2019 To: Gail Hambright, Accountant Coastal Zone Management From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "Wiggins Pass Dredging" Contractor: Humiston & Moore Engineers Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A25) approved by the Board of County Commissioners Tuesday, June 11, 2019. The original document has been kept by the Board's Minutes & Records Department as part of the Board's Official Records. If you have any questions, please call me at 252-8411. Thank you. Attachment 1 6 A25 MEMORANDUM Date: June 12, 2019 To: Heather Meyer, Management/Budget Analyst Operations Support Division From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "Wiggins Pass Dredging" Contractor: Humiston & Moore Engineers Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A25) approved by the Board of County Commissioners Tuesday, June 11, 2019. The original document has been kept by the Board's Minutes & Records Department as part of the Board's Official Records. If you have any questions, please call me at 252-8411. Thank you. Attachment __ __ 1 6 A 2 5 .,/ WORK ORDER/PURCI-IASE ORDER Contract 15-6382"Professional Services—Architect& Engineering" Contract Expiration Date: June 8, 2019 .,/ ...- This This Work Order is for Professional Engineering Services for work known as: Wiggins Pass Interim Dredging Project Name: Wiggins Pass Interim Dredging Project No: 195-80288 / The work is specified in the proposal dated May 3, 2019 which is attached hereto and made a part of this Work Order. In accordance with'Perms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Humiston&Moore Engineers. / Scope of Work: As detailed in the attached proposal and the following: I * Task 1 Plans, Permit Coordination, Specs, Opinion of Costs • Task 2 Bid Phase Services * Task 3 Pre-Construction Services * Task 4 Construction Phase Services & Project Certification 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 No. 15-6382 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ['Negotiated Lump Sum (NLS) CLump Sum Plus Reimbursable Costs (LS+RC) ®Time & Material (T&M) (established hourly rate— Schedule B) 0 Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task 1 $21,726.00 (T&M)''' Task 2 $ 2,300.00 (T&M)' Task 3 $ 3,812.00 (T&M) Task 4 $19,140.00 (T&M)" TOTAL FEE $46,978.00 (T&M) ' PREPARED BY: /"L 1,ti' �lc/ . Gary Alpin, CZM anager DIto APPROVED BY: ,/ 1i74,t� { x L' (1- .I' (7)- .7P/ (e //' 2 Amy Pattdjson,Department Director Date APPROVED BY: , 7 rI �C ftf "1- t Thaddeus L. Cohen,Department Head GMD Date:",—;\ � Page 1of3 -- I 6 A 2 5 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 .. Moire Engineers S-7-19 B D. Moore, P.E., D.CE. President Date Page 2 of 3 1 6 A 2 5 ATTEST: BOARD OFC �, i MISSIONERS Crystal K. Kinzel, C k Collier Couty, 1 r , 410 411111. e, -et 'e A By. ,iii. lerk Willia .%L. McDaniel,Jr. c„\\ , `tA<n\, Attest alta Chairman's Chairman Qi tufe only. ATTEST: By: (Print Name/Title Approved as to Form and egality: 0,62,,,,ornig,,z___ ssistant County Attorney Page 3 of 3 C 16A25 Wiggins Pass Interim Dredging Engineering,Permitting,and Construction Phase Services Prepared by Humiston&Moore Engineers 5-03-2019 SCOPE OF WORK WIGGINS PASS INTERIM DREDGING CONTRACT 15-6382 MAY 3,2019 The following is a scope of services for engineering, permitting, and construction phase services for the proposed 2019/2020 interim maintenance dredging of a portion of the Wiggins Pass Navigation Channel. In all cases herein, County refers to Collier County, Park refers to Delnor Wiggins State Park, DEP refers to Department of Environmental Protection, USACE refers to the U.S. Army Corps of Engineers, and Engineer refers to Humiston & Moore Engineers. The estimated duration is 365 days. Construction bidding is to be combined with Water Turkey Bay dredging for cost savings. Background:State and federal permits are in place at this time for ongoing maintenance dredging of Wiggins Pass. Construction plans for interim dredging will be based on the most recent available data from monitoring and post construction surveys at Wiggins Pass and the adjacent beach area. With the planning of the maintenance dredging of Water Turkey Bay Channel for 2019, an opportunity is established for combining this work at Wiggins Pass and share the mobilization costs. Shoaling has occurred in the channel and dredging of that sand can be placed in the north nearshore disposal area being used for Water Turkey Bay Channel dredging. There also exists an accreted sand spit on the south shoreline of the inlet with opportunity to excavate and place that sand in the adjacent areas in need of sand below Mean High Water along the Park beach and inlet shoreline. Any necessary permit modification to the Wiggins Pass Maintenance Dredging permits to accomplish this task can be included with the state request for the Water Turkey Bay project. It is intended that the bidding and construction phase for the Wiggins Pass Interim Dredging project will be combined with the Water Turkey Bay Channel dredging project and South Marco Beach Restoration. The Water Turkey Bay project involves nearshore sediment disposal and may be conducted during the latter portion of the 2019 sea turtle nesting season. Upon completion of the work at the Water Turkey Bay Channel, the pipeline will be in place for disposal the north nearshore disposal area for the work at Wiggins Pass. Upon completion of this work, the selected Contractor may then mobilize to the South Marco Beach Restoration project site at the south end of Marco Island for completion of that work outside the sea turtle nesting season after November 1, 2019 and prior to April 15, 2020. Combining these projects with one selected Contractor should result in reduced Contractor mobilization costs than if constructed separately by different contractors. Additionally, costs for Engineering Services during the bid phase and pre-construction phase services when provided for the combined projects will result in cost savings to the County.Services provided by H&M will be Time and Materials. Page 1 of 4 F:\Collier\200-Wiggins-Pass\Contract\2019 Project\2019-Interim Dredging Wiggins Pass SOW.docx 16A25 Wiggins Pass Interim Dredging Engineering,Permitting,and Construction Phase Services Prepared by Humiston&Moore Engineers 5-03-2019 Task 1: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 interim dredging at Wiggins 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 prior to construction. Areas designated for dredging and redistribution are highlighted on the attached figure with this Scope of Work. Upon completion of the plans and acceptance by the County, Engineer will coordinate with County and Park staff and meet with state and federal agencies to initiate review. Following pre- application meetings, plans will be filed with both the State DEP and USACE for processing. Technical Specifications, Bid Schedule: Based on feedback from state and federal agencies, Engineer will prepare Technical Specifications and a bid schedule to be included with the county contract documents for bidding. Engineer will review permits for any additional clarity required in Technical Specifications for consideration of qualifications and multiple project coordination for bidding with County staff. It is expected that dredging within the navigation channel is to be done with a hydraulic dredge while redistribution of sand on the south shoreline at the Park may be conducted mechanically. As noted above, it is expected that this set of specifications will be coordinated with the Water Turkey Bay dredging project located just south of this project area east of the Park in north Collier County as a combined bid package. Technical specifications will require the selected Contractor to complete pre and post dredging and beach construction surveys. Opinion of Probable Costs(OPCI: 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 Water Turkey Bay project. Development of opinion of probable construction costs will include review of county records for dredging at Wiggins 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 1 (TM) $21,726 Task 2 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 combined with Water Turkey Bay Dredging and South Marco Beach Restoration.Engineer will prepare addenda to bid documents and responses to requests for information from Page 2 of 4 F:\Collier\200-Wiggins-Pass\Contract\2019 Project\2019-Interim Dredging Wiggins Pass SOW.docx I 6 A 2 5 Wiggins Pass Interim Dredging Engineering, Permitting,and Construction Phase Services Prepared by Humiston&Moore Engineers 5-03-2019 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 supportthe Bid Phase for this project. Bid Qualification: Evaluate bidders' qualifications, contact references, and prepare a formal recommendation to County regarding awarding of the construction contract. Bid Phase services provided when combining projects for bidding will be adjusted accordingly to ensure no redundancy in services for reduced costs. Deliverable: Bid recommendation. Task 2(TM)$2,300 Task 3 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 combined projects, 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. Pre-construction phase services provided when combining projects for bidding will be further adjusted, if needed,to ensure no redundancy in services which will result in lower costs. Deliverable:Summaries of Meetings (state and federal) Task 3 (TM) $3,812 Task 4 Construction Observation Support Construction Observation Support: Engineer will provide updated plans utilizing pre-dredge, pre- disposal, and Park 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, County staff, and Park 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. Page 3 of 4 F:\Collier\200-Wiggins-Pass\Contract\2019 Project\2019-Interim Dredging Wiggins Pass SOW.docx 16A25 Wiggins Pass Interim Dredging Engineering, Permitting,and Construction Phase Services Prepared by Humiston&Moore Engineers 5-03-2019 • Submit turbidity reports from Contractor as required in state and federal permits. • Prepare as-built drawings based on progress surveys from Contractor. It is estimated that construction of this interim project will take 45 days, or less to complete. 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, post fill placement,and following sand redistribution at the Park 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 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 4 (TM) $19,140 Sincerely yours, HUMISTON & MOORE ENGINEERS Brett D. Moore, P.E., D.CE. President Page 4 of 4 F:\Collier\200-Wiggins-Pass\Contract\2019 Protect\2019-Interim Dredging Wiggins Pass SOW.docx 1.. 6 A 2 5 Soulh Marco Beach Project 516/2019 Prepared by Humiston Moore Engineers Z !Date:MM r 3,2019 . __Wiggins Pass interim Dredging ESTIMATE Tasks for En ineeriu,Permit Coordination,Construction Phase H&M Services I 1 -Plans,Permit Coordination,Specs.Opinion of Costs 1TM 21,726.00 I Construction Plans&Agency Coordination I w- Techncial Specifications and Bid Schedule # 4. --. jOpinion of Probable Costs I4 _ j � Bid Phase Services ' .'.._._.......,.—. -- -_ �--- ----� 1 ---+TM 2,300.0.0 Reiew bid eackage with County staff,Pre-bid conference,Adenda, Meetings LBid Qualification _ f— 3-Pre-Construction Services 1 , ( TM 3,812.00 TWork Plan Details,Pre Construction Conference 4-Construction Phase Services&Project Certification , TM 19 140.00 Plan update,Construction Observation,coke review,pay review I_- ._ ' Post Construction Certifications i ;_ — — t Total H&M . ,TM 46.978.0Q 1 I -- - Summary Breakdown of Costs -- RATEJUNIT i HOURSIOT COST MARKUP AMOUNT _ Princi•le En!ineer 206✓" 66 --__--__ 13596.00i Senior Engineer 157r 0 0.00 Project Manager 147i 0 001 — Engineer 123,1 206 i 25 33800, Senior Designer 114V 0 0.00 Designer, - 94;/ 46 4,324.01 Senior Technician i 85( 8 680.0 . P Ins ector I 76'_— 40 i 3040.00 _ Technician 72 0 0.001 — Cadd Technician i 81 0 0.06 - ^-- ClericaUAdminfstrativ 62 0 0' 0.001 O.00i— SDI ' — 0.00 — EXPENSEI 1 Project Total: 46.978.OQ I i I F.\Colliert200-Wiggins-Pass\Contract\2019 Project\2019 Interim Dredging Wiggins Pass Engineering-Construction Phase Costs 1 of 1 16A25 SCHEDULE B RATE SCHEDULE Title Rate Principal $206.00 Senior Project Manager $172.00 Project Manager $147.00 Senior Engineer $157.00 Engineer $123.00 Senior Inspector $96.00 Inspector $76.00 Senior Planner $139.00 Planner $110.00 Senior Designer $114.00 Designer $94.00 Environmental Specialist $109.00 Senior Environmental Specialist $134.00 Scientist/Geologist $93.00 Senior Scientist/Geologist $118.00 Marine Biologist/Hydrogeologist $110.00 Senior Marine Biologist/Hydrogeologist $138.00 Senior GIS Specialist $139.00 GIS Specialist $102.00 Clerical/Administrative $62.00 Senior Technician $85.00 Technician $72.00 Surveyor and Mapper $120.00 CAD Technician $81.00 Survey Crew-2 man $130.00 Survey Crew-3 man $161.00 Survey Crew-4 man $189.00 Senior Architect $154.00 Architect $121.00 This list is not intended to be all inclusive. Hourly rates for other categories of professional, support and other services shall be mutually negotiated by Collier County and firm on a project by project basis as needed. B-1