Loading...
Backup Documents 06/11/2019 Item #16A26 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 A 2 6 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. 3. County Attorney Office County Attorney Office 6 (I !q 4. BCC Office Board of County '‘43\-.310,\ -K Commissioners \AVas" Q\1\\\r\ 5. Minutes and Records Clerk of Court's Office ,n 1, SJ ( t 34 306 rnt V►/l>a � Once completed please forward copy to Gail Hambright and Heather Meyer 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 i +gat, Approved by the BCC Type of Document WO Water Turkey Bay 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 signatuf 5�{fQ? 0C " PrA 2. Does the document need to be sent to another agency for ad al signatures? If yes, N (Ps 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 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 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 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 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. OR- Some documents are time sensitive and require forwarding to Tallahassee within a certain J V 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 an option for County Attorney's Office has reviewed the changes,if applicable. '"1'-1this line. 9. Initials of attorney verifying that the attached document is the version approved by the A is not V1' i BCC,all changes directed by the BCC have been made,and the document is ready for the r '� n option for Chairman's signature. s line, I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.2 . ,Revised 11/30/12 1 6 A 2 6 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 "Water Turkey Bay Channel Dredging" Contractor: Humiston & Moore Engineers Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A26) 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 6 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 "Water Turkey Bay Channel Dredging" Contractor: Humiston & Moore Engineers Attached for your records is one (1) scanned copy of the original of the document referenced above, (Item #16A26) 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 _ _ -- --- i b A 2 6 WORK ORDER/PURCHASE ORDER Contract 15-6382"Professional Services—Architect&Engineering" Contract Expiration Date: June 8, 2019 This Work Order is for professional Engineering services for work known as: Water Turkey Bay Channel Dredging Project Name: Water Turkey Bay Channel Dredging Project No: 168-110410 ./ l The work is specified in the proposal dated April 29,2019 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. Scope of Work: As detailed in the attached proposal and the following: * Task 4 Bid Phase Services * Task 5 Pre-Construction Phase Services * Task 6 Construction Observation Support * Task 7 Post Construction Seagrass Survey r 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) ®Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule B) ❑ Cost Plus Fixed Fee (CPFF), (define which method will he used for which tasks) as provided in the attached proposal. Task 4 $16,214.00(T&M) / Task 5 $ 7,208.00(T&M) / Task 6 $34,958.00(T&M) Task 7 $ 6,500.00(LS) / TOTAL FEE $64,880.00(T&M)(LS) , PREPARED BY: /M , �" s // 8 Gary Me 1pin, CZM Ma ager Dat Amy PattersonoVi os o,y m43 o,00 j APPROVED BY: Amy Patterson,Department Director Date Page 1 of 3 1 6 A 2 6 6doAPPROVED BY: \\Al Thaddeus L. Cohen,Department Head GMD Dat 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& Ioore'\Engineers f Bre Moore,P.E., D.CE. President Date Page 2 of 3 l A' S,T . e' , '' > ' BOARD OF 11r 0 * *iISSIONERS rystal K Kinzer, - ;rk 41 Collier Co ty F d. l i 141kAOP By: .�...� --li•ill' Clerk ' =•8t as to Chairman's milli. / L. McDaniel,Jr. G. LVV5N signature only Chairman ATTEST: By: (Print Name/Title Approved as to Form and gality: - � t jglb‘—'L---- Assistant County Attorney Page 3 of 3 0 16A26 Water Turkey Bay Channel Dredging Construction Phase Services Prepared by Humiston&Moore Engineers 4-29-2019 WORK ORDER SCOPE OF WORK FOR CONSTRUCTION PHASE SERVICES PROJECT NAME:WATER TURKEY BAY CHANNEL DREDGING CONTRACT 15-6382"PROFESSIONAL SERVICES—ARCHITECT&ENGINEERING" APRIL 29,2019 / The following is a scope of services for the construction phase for the Water Turkey Bay Channel Dredging Project immediately south of Wiggins Pass and east of Delnor Wiggins State Park in Collier County,FL.The project consists of maintenance dredging of approximately 1 mile of a navigation channel leading from Wiggins Pass Channel into Vanderbilt Lagoon via Water Turkey Bay Channel to the south. In all cases, County refers to Collier County,Park refers to the 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. Completion is proposed to be within 365 days of Notice to Proceed. The Task number is sequential from the Design and Permitting Contract currently underway at this time. Services provided by H&M will be Time and Materials. It is intended that the bidding and construction phase for the Water Turkey Bay channel dredging project be combined with the South Marco Beach Restoration project for cost savings. 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 and demobilization, the selected Contractor may then mobilize to the South Marco Beach Restoration project site at the south end of Marco Island to complete that work after November 1, 2019 and prior to April 15, 2020 remaining outside the sea turtle nesting season. 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 may result in cost savings to the County. Task 4.0 Bid Phase Services Pre-Bid Conference,Technical Support and Addenda to Bid Package: Engineer will review permits for any additional clarity required in Technical Specifications as well as multiple project coordination for bidding with County staff. Bid Schedule will include alternatives for spot dredging and for the full channel dredging. Additional details to be provided along nearshore disposal north of Wiggins Pass based on updated conditions at inlet and an additional work planned at the inlet in conjunction with this effort.This will include updating survey requirements from Contractor as part of 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. 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. Bid Qualification:At direction of County,evaluate bidders'qualifications,contact references,and prepare a formal recommendation to County regarding awarding of the construction contract. Page 1of3 F:\Collier\OS0-Collier-Mist\Water-Turkey-Bay\Contract\2019 Water Turkey Bay Construction Phase SOW.docx • Water Turkey Bay Channel Dredging Construction Phase Services Prepared by Humiston&Moore Engineers 4-29-2019 Deliverable Task 4.0: Bid Phase services provided when combining projects for bidding will be adjusted accordingly to ensure no redundancy in services which will result in lower costs. Bid recommendation. (TM) Task 4.0 $16,214 Task 5.0 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, its 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 Task 5.0: Pre-construction phase services provided when combining projects for bidding will be adjusted accordingly to ensure no redundancy in services which will result in lower costs. Summaries of Pre-Construction Meetings(state and federal) (TM) Task 5.0 $7,208 Task 6.0 Construction Observation Support Construction Observation Support: Engineer will provide updated plans utilizing pre-dredge 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 the week and coordinate meetings with Contractor,County staff,and Park staff 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 disposal. • Review progress surveys from Contractor, monitor production rates, and review Contractor Pay Requests with County. • Periodic photos to document progress. • Submit turbidity reports from Contractor as required in state and federal permits. • Submit quarterly compliance reports to DEP. • Prepare as-built drawings based on progress surveys from Contractor It is estimated that construction of the Water Turkey Bay channel dredging project will take 30 days to complete.Since work will be done during the 2019 Hurricane Season,additional time is budgeted in case of impacts and delays during construction. Post Proiect Certifications: Upon nearing project completion, the contractor, Engineer and County staff will walk through 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 post dredge and fill placement survey information and 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.At this point,upon completion of the project Page 2 of 3 F:\Collier\oS0-Coilier-Mist\Water-Turkey-Bay\Contract\2019 Water Turkey Bay Construction Phase 50W.docx 16A26 Water Turkey Bay Channel Dredging Construction Phase Services Prepared by Humiston&Moore Engineers 4-29-2019 and review of post construction survey data provided by Contractor, H&M as Engineer of Record, will provide all necessary project certifications including post dredge as-built surveys to the County, DEP and USACE for project and permit compliance.Project certifications would include reference to a set of record as-built construction plans. Deliverable Task 6.0: Project Certifications(TM) Task 6.0 $34,958 Task 7.0 Post Construction Seagrass Survey Post Project Seagrass Survey: Upon project completion Earth Tech Environmental as subconsultant to H&M will complete the post construction seagrass survey for regulatory compliance. This survey and report will be provided as Lump Sum. This scope of work includes immediate post construction environmental monitoring. This scope does not include any subsequent post construction physical or biological monitoring beyond the first survey at the completion of construction because the detailed requirements, if any,will not be known until permit issuance. Deliverable Task 7.0: Post Construction Seagrass Survey&Report (LS) Task 70 $6,500 Total Services provided under Tasks 4, 5,6 and 7: -. 4 880 Sincerely yours, HUMISTON&MOORE ENGINEERS 4 , le Brett D. Moore,P.E., D.CE. President Page3of3 F:\Collier\050-Collier-Mist\Water-Turkey-Bay\Contract\2019 Water Turkey Bay Construction Phase SOW.docx II SII 16A26 Water Turkey Bay Channel Dredging Project 5/3/2019 Prepared by Humiston Moore Engineers ______ ._._------.._i_ _.____.. __._t...---.... ,____ ----.-------'Date:April 29,2019._—.......... Water Turkey Bay Channel-Emergency Dredging__ —. Tasks for Construction Phase I ESTIMATE 4•Bid Mire Services TM 16 214 00 Finalize bid package with County staff Pre-bid conference,Adenda Meetings LBW Qualification 6 Pre-Cotiftryt ti_onPhaseServices _ TM 7,208.00 Work Plan Details,Pre-Construction Conference 6-Construction Phage Services&Project Certification — TM 34,958.00 Plan ypdate,Construction Observation com (lance review,pay review Post Construction Certifications 7-Post Construct) 1 S:a ' ► Subconsultant Earth Tech Environmental LS 6,500.00 / Post Construction Se rasa Survey_ 1 Subtotal H&M H&M 68 380.00 $Subconsultant total: 6,500.00 Total Total: 6464 880 OD Summary Breakdown of Costs i RATE/UNIT -MOORS/014 COST !MRRNUP _..-tAMOUNT_,. _ ,Principle Engineer _—. 208 1 82, 18,892.00 Senior Engineer 157• 0 0.00 Project Manager 147-,P 0 0.00 Engineer 123# 202 24,846.00 Senior Designer 114 0 0.00 Designer 94.778 ....--_-- I 132.0 ___ Senior Technician 85✓ 38 3,230.00 Inspector- - 78 l 80 8,08100 Technician —. 72/ 0 — 0.00 Cadd Technician 81/ 0 0.00 ClericaUAdminislrativet 82✓ 0 0.00' SDI —.... -....._�_ 0 -- --— 0.00 .. Terrecon --866, 0 0.00 Earth Tact surv_eys&Env 6500 1 6,500.00 EXPENSE _—' —. __.� -- 0.00 TProjoct Utah @4U4.4g ZZ_ —_ F:\Coliler1050-Colder-Mlsc\Water-Turkey-Bay\Contract12019 Water Turkey Bay Channel Dredging Construction Phase Costs 1 of 1 16A26 �,d,,t%' T 0 EARTH TECH ENVIRONMENTAL 10600 Jolea Avenue Bonita Springs,FL 34135 US (239)304-0030 www.etetlorida.com Environmental,LLC PROPOSAL ADDRESS PROPOSAL# 2263 Humiston&Moore Engineers PA DATE 05/0212019 5679 Strand CT EXPIRATION DATE 05/23/2019 Naples,FL 34110 USA PROJECT PROJECT MANAGER Water Turkey Bay Jeremy Sterk • Ar 1lVIIV UP' RAIL AMOUNT / Consulting Services:Environmental Consultant 1 6,500.00 6,500.00 Seagrass Survey According to FDEP Criteria(Lump Sum): ETE will conduct a seagrass survey in the mixing zone area outlined in the attached exhibit. The basic methodology will include the following: 1. Pre-survey drone of survey area at low tide for identification of potential target areas where we may expect seagrass and or oyster beds 2. Delineation of all seagrass and other important submerged resources within the survey area using belt transects-initially staked with PVC and then GPS'd using a sub-mater Trimble. 3. Braun-Blanquet quadrats within each"patch"according to FDEP criteria for estimating of%cover. 4. Representative photographs and species presence lists within each patch. 5. Full report summarizing field findings,including GIS shape files being provided to the engineer. ETE will supply all equipment,including utilization of 2 boats,snorkel\scuba gear as necessary. Exact methodology will be confirmed with FDEP(Jennifer Peterson)prior to implementation. NOTE: If the survey needs to be broken Into 2 field events(presence\absence vs.quantification)due to agency constraints,the additional field day cost would be$1500 for performing percent cover quantification after June 1st. Please sign and return either via email or by fax 239-324-0054 TOTAL $6,500.00 Accepted By Accepted Date "Land,Water and the Environment ... Protecting what's important" Office:239-304-0030 Fax: 239-324-0054 16AZ6 s --,vgs., lok. s . ,,,‘, ...., — ..,;21, 1, ,..,ti.,2,is, i;-:;_ raN ) I YYR N3' a .. � a� "� ry [OP t . 1R-29� titi • 1 �1: Iv � Mtu ii \ � i L,,,'•Potential Mixing Zone(Survey Area) I11 i Dredge Cut Limits . * -, WIGGINSIPQSS r ? a � 3 � �, .1* Survey Area Developed tii1 f Mangroves 1 Open Water for Survey(70.9 ac) ,, I se agrassAreas Identified in Wiggins Pass Permit i �'•R-30 i ;'t,` I I f I � i t fi \ `• $ !r \ � • Y . v v It Iti R-32 \ • \ \ •\ ti If 11\ 'a . it 4.•y s r71.11:170.t, I+P �, 11 1w3 �4 ti LI I M 0 ' ' ... . -.-L , i;tokt 1• t ,_ . , , „ , ., to v . t \800 / ! L+. r ;t}. 1Q NVl' ,T i' „ h:..... • Y ` :1:'1:*1-)� F 4, i;iFet aN .�eri i''.., VI 2019ImSSubt]rFlrPoeyPry:au] tcn CC” eCary 1- T L' -ill, µwEARTH TECH t�nf KC E Water Turkey pa ENVIRONMENTAL LLC SCA�rBSSSurvey AreaW y y10!00 JOLEA AVE 1115—..."- Collier County, FL SS, FL ]11]5 y„ c . PHONE (7]91 ]0 .ONITA SPRING0070 FA% (1 ]9) ]2� 005� ��rp l�e� 4/23/19 N/A AS SHOWN 1 6 A26 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