Backup Documents 04/08/2025 Item #16B 4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 4
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 „ n„ q g
4. BCC Office Board of County (�r
Commissioners 55 6yi/5/ t/ I b
5. Minutes and Records Clerk of Court's Office 9:114:caAll►-
i/w)
%110(202
PRIMARY CONTACT INFORMATIO
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 04/08/2025 Agenda Item Number 16.B.4
Approved by the BCC
Type of Document Work Order—LGFR-APTIM 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. this 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
16B 4
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: 2026-2027 Local Government Funding Requests(LGFR) Preparation
Project No: 90065.1
The work is specified in the proposal dated February 12, 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: APTIM Environmental & Infrastructure, LLC.
Scope of Work: As detailed in the attached proposal and the following:
* Task I South Marco Beach LGFR Application
* Task 2 North County Beaches& Doctors Pass LGFR Application
* Task 3 Wiggins Pass LGFR Application
Schedule of Work: Complete work within 210 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# 18-7432-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) _
Cost Plus Fixed Fee(CPFF), as provided in the attached proposal.
Task I $ 9,098.00
Task 2 $ 10,266.00
Task 3 $ 9,098.00
TOTAL FEE $ 28,462.00
Dqdany wgned by
MiIlerAndrew1Ni1 702w
Dale a 20255 03 24
Plal)ARI I) 13Y: 14 25 23-04'00'
Andrew Mille' Manager -CZM Date
A�J 4aily a gne y
AhmadJay Daea20a50325
APPROVED BY: 0928 33-04 00
.►a lhMad, Cjy„Yigirlirector Date
ScottTrinity Date 2027.03.26
APPROVED BY: 09.25.46.04'00'
Trinity Scott, Department Head Date
Page 1 of 3
16B 4
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: APTIM F �,o"i nta nfrastructure. LLC
03/d> 5-Pc
Date
rey F}nd rim, Director
(Remainder of page intentionally left blank)
Page 2 of 3
1 6B 4
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
CRYSTAL K. KINZEL, Clerk of Courts COLLIER COUNTY, FLORIDA
BV By: A41%...et44416.001--
. ! : Burt L. Saunders,Chairman
DatetL. ' V4.4 .
(S ` ; •`est a to ai man's
signature APTIM Environmental & Infrastructure, LLC.
By: ..
First Witness L a tire
�C''%cte rn• CC cul�� _ Je rejL. ndrec.2
TType/print signature and titleT Director
TType/print witness nameT
42%
Sec° 'itness
tType/print witness namet
Approve as to Form and Legality:
Assistant County Att ey
Col I C 1 67
Print Name
Page 3 of 3
06%
16B 4
APTIM
6401 Congress Avenue, Suite 140
Boca Raton, F i 33487
t el +1 361 391 8102
www aptim corn
APTIM
February 12, 2025 /
Andy Miller
Collier County Coastal Zone Management
2685 S. Horseshoe Drive
Naples, FL 34104
Re: 2026-2027 Local Government Funding Request (LGFR) Preparation
Collier County, Contract No. 18-7432-CZ
Dear Andy.
This letter is in response to Collier County's (County) request for a proposal for support services from
Aptim Environmental & Infrastructure, LLC (APTIM). The services will include funding and technical
support to assist the County with submittal of the 2026-2027 Local Government Funding Requests
(LGFR) for Collier County's: South Marco Island Beach Renourishment Project, North County Beach
Renourishment Program including Doctors Pass, and the County's inlet project at Wiggins Pass
Included as Exhibits are' Scope of Work (Exhibit A), Estimated Fee Proposal (Exhibit B), and Rates
Schedule (Exhibit C). APTIM proposes to provide these services on a time and materials basis not-to-
exceed $28.462.00 under the terms and conditions of the existing Contract No 18-7432-CZ dated March
10, 2020, and as amended May 7, 2020. Barring any unforeseen circumstances, all work will be
completed within 210 days of receiving the Notice to Proceed
Sincerely,
Nicole S. Sharp, P.E Client Authorized Signature
Director, Coastal Sci nces & Engineering
Aptim Environmenta & Infrastructure. LLC
Name
Title
cc: Erica Carr-Betts, APTIM
1 '�
1 6B 4
APTIM
Exhibit A
Scope of Work
�A r
i6B 4
APTIM
2026-2027 Local Government Funding Requests (LGFR)
Collier County, Florida
Scope of Work
Introduction
To distribute state funds for shore protection and inlet management projects, the Florida Department of
Environmental Protection (FDEP) requests that local sponsors submit an annual Local Government
Funding Request (LGFR) for their projects. This scope of work details the tasks required to assist the
County with preparing and submitting the 2026-2027 LGFRs to the FDEP and responding to both the
FDEP's Application Review and Project Assessment for Collier County's South Marco and North County
Beach Renourishment projects, and inlet maintenance projects at Doctors Pass. and Wiggins Pass. Once
a draft of the LGFR applications have been completed, a copy will be provided to Collier County for review
and comment prior to Collier County submittal to the FDEP.
Following application submission, the FDEP will review the application in detail and provide initial project
rankings and initial project assessments. APTIM will perform a review of the initial project assessment on
behalf of Collier County and, if warranted, provide the County with a draft letter to the FDEP identifying
the areas within the applications that may provide additional points to the County.
1. South Marco Beach LGFR Application
APTIM will assist the County with preparation of the 2026-2027 LGFR for Collier County's South Marco
Island Renourishment Project. Building upon past LGFR applications, APTIM will update the application
response to account for updates to the project. All the elements of the projects as they apply to the 62B-
36 Rule and the LGFR application and guidance document will be evaluated to optimize FDEP ranking
and cost sharing opportunities where practical. Additionally, maps will be updated and the FDEP's
application response will be reviewed and, if required, a response to the draft assessment will be
completed.
2. North County Beaches & Doctors Pass LGFR Application
APTIM will assist the County with preparation of the 2026-2027 LGFR for Collier County's North County
beaches (Vanderbilt, Park Shore, and Naples Beach) and Doctors Pass projects. Building upon past
LGFR applications, APTIM will update the application response to account for current project status and
cost information. All the elements of the projects as they apply to the 62B-36 Rule and the LGFR
application and guidance, documents will be evaluated to optimize FDEP ranking and cost sharing
opportunities where practical. Additionally, maps will be updated and the FDEP's application response
will be reviewed and, if required, a response to the draft assessment will be completed.
3. Wiggins Pass LGFR Application
APTIM will assist the County with preparation of the 2026-2027 LGFR for Collier County's Wiggins Pass
inlet maintenance project. All the elements of the project as they apply to the 626-36 Rule, LGFR
application, and guidance document will be evaluated to increase FDEP ranking and cost sharing
opportunities where practical. Additionally, maps will be updated and the FDEP's application response
will be reviewed and, if required, a response to the draft assessment will be completed
�,"AU
16B 4
APTIM
Exhibit B
Estimated Fee Proposal
(c.,:j
1 6 B 4
1 1
W N
cn
!G 'Z O C
to .t
I 1noa
d 7 o
q q O
r CO rA
O m m
73
v p -
CO
Ca rA
O o v_ -
a d 3
ro c
T Co 0
3 enm
It 0
a '11 N
X1 O
g > 0
t1.4
N
v
r
Ek
o 1 0
n 0
„ 0 r
00
• -
> E � A �'i
EA 0 Z 3
03A
IVN to a c m
° 0 c Z Z 0
c. A o� iv o m C m
CO co Q) n z m
t� = o) ,� o z m
T C 0 7J ° 0 p 0 ..a 3 0 -0
p CP O CI) C 0 0 0 N a Z .P3
o CD N >v a 0 0
II it II N PJ
co I A j CA co co C a N .ro
A 0
r. co „
m t N73
z X
8 I' 69 m m
69 _ C CO ro
N -N a) co -N C 7 7 73
- ' N -4 '4
o a ` 0
i
m
EA 3
A to
`o 0 N N NaC co cr,
0
Cn
41
W - c) — 1 -a 0
O A O 'O
O oi A y
v
NU)
A
a
3 n
co v ....4
N A .O' t .y-. Cf
0)
V A(;)
UocuSIgn Envelope ID:80e8 2885-134 71-4CCC-BC63-021 WAU6Ct8t3 1 6 B 4
SCHEDULE B-ATTACHMENT 1
RATE SCHEDULE
Title Hourly Rate
Principal $231
Senior Project Manager $203
Project Manager $160
Senior Engineer $177-
Engineer $130
Senior Inspector $126
Inspector $93
Senior Planner $150
Planner $120
Senior Designer $140
Designer $105
• Environmental Specialist $120
Senior Environmental Specialist $167
Scientist/Geologist $115
Senior Scientist/Geologist $153
Marine Biologist/Hydrogeologist $120
Senior Marine Biologist/Hydrogeologist $145
Senior GIS Specialist $155
GIS Specialist $115
Clerical/Administrative $73
Senior Technician $103
Technician $83 Surveyor and Mapper $125 T_
CADD Technician $107
Survey Crew-2 man ---_--- $145
Survey Crew-3 man $180
Survey Crew-4 man $215
Senior Architect $160
Architect $125
The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all
inclusive. Hourly rates for additional categories required to provide particular project services shall be
mutually agreed upon by the County and firm, in writing, on a project by project basis, as needed, and will
be set forth in the Work Order agreed upon by the parties.
® Grant Funded: The above rates are for purposes of providing estimate(s), as required by the grantor
agency.
Page 2 of 3
First Amendment to Agreement it 15-7432-C!. i�„1e3
Aptim Environmental& Infrastructure,1.1.0
1 6 B 4
,3 APTIM
Exhibit C
Rate Schedule
t6B 4
Co i r County
Procurement Services Division Direct Select Form
Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate
18-7432-CZ i $27,000 N/A
Requested By (Use name as it appears in Outlook): Division I Department:
Andrew Miller Transportation Management / Coastal Zone
Administrative Agent(If different from Requestor):
Library Category:Coastal Engineering Vendor Name:APTIM Environmental & Infrastructure, LLC
Work :Assignment Title: Professional
Support Services 2026-2027 LGFR
Description of Requested Services:
APTIM will assist the County with preparation of the 2026-2027 LGFR (Local Government
Funding Request) for Collier County's South Marco Island Beach Renourishment Project, North
County Beach Renourishment program including Doctors Pass, and the County's inlet project at
Wiggins Pass.
Justification: 0 Past experience with project
(Select all that apply and explain ❑ Continuation of previous work assignment
below) ❑ Unique qualifications
0 Other
Comments I Explanation of Direct Select:
APTIM prepares the LGFR applications annually and provides cost effective and efficient
services due to their previous experience. (FY24 PO 4500230418)
Mgdaly sgno°by
Requestor:Andrew Miller Signature:MillerAndrew'��`"�p�$p°"
�e z o4 0.213 Stf Date
-QS'Op'
O pfa�y s+gna°by Mmafllay
Division Director:Jay Ah mad Signature:AhmadJay ,r�oa.fwoeryw Date:
SarahHamilto SaranNamt
Procurement Director/Designee: Signature:n lute 2025 02 05 14 01 50 Date:
-es pp
Please be sure to attach the fully approved form to the requisition in SAP.
Rev.January 2024