Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 02/24/2026 Item #16M 1
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 M 1 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 C/tY\ CDOID-0 4. BCC Office Board of County Commissioners Dk,/✓Z/S/ Z/Z5 5. Minutes and Records Clerk of Court's Office 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 Andrew Miller—TMSD—Capital Project Phone Number 239.252.2922 Contact/ Department Planning, Impact Fees and Program Management Agenda Date Item was 2/24/2026 Agenda Item Number 16.M.1 Approved by the BCC Type of Document Work Order-LGFR Preparation 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. 2/2Y/Z4 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. 1: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 16M1 WORK ORDER/PURCHASE ORDER Contract 18-7432-CZ"Coastal Engineering Category" Contract Expiration Date: September 06, 2026 This Work Order is for professional Engineering services for work known as: Project Name: 2027-2028 Local Government Funding Request(LGFR) Preparation Project No: 90065 The work is specified in the proposal dated December 9, 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 1 South Marco Beach LGFR Application * Task 2 North County Beaches& Doctor 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) DLump 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 1 $9,098.00(LS) Task 2 $10,266.00(LS) Task 3 $9,098.00(LS) TOTAL FEE $28,462.00(LS) Digitaly signed by MillerAndrew"e`202512,29 PREPARED BY: 09:22:51-05'00' Andrew Millsr,Manuel.- CZM Date AhmadJay Dae:2025.12.30 APPROVED BY: 07:52:49-05•00' Jay Alnnad,Dix®4tegirector Date AhmadJay e:2025.12.30 APPROVED BY: 12:58:55-05'00• Trinity Scott, Department Head Date Page 1 of 2 Ob:= 1 6M By the signature below, the Finn (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 Environmental &Infrastructure,LLC Chgitally signed by Nicola Nicole SharpDak! Dalc:2026.01.01 09.08:11-05'00' Nicole Sharp, Program Manager Date (Remainder of page intentional!) left blank) Page 2 of 2 16M1 • 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: BOAR[)OF COUNTY COMMISSIONERS v,,,, ,,, , Clerk of Courts COLLIER COUNTY, FLORIDA "ARp ,3 ,ipt .'� Dated �Z60 Dan Kowal, Chairman +t �I 1 y 4/) Yip» Approved as to Form and Legality: 01 iifyil,f i/ Assistant Coun Attorney COI I al @reetle Print Name Page 1 of 1 1 6M 1 APTIM 6401 Congress Avenue,Suite 140 Boca Raton, FL 33487 Tel: +1 561 391 8102 www.aptim.com APTIM December 9, 2025 Andy Miller Collier County Coastal Zone Management 2685 S. Horseshoe Drive Naples, FL 34104 Re: 2027-2028 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 2027-2028 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 lump sum 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, Civil and C astal Engineering Aptim Environments & Infrastructure, LLC Name Title cc: Erica Carr-Betts, APTIM 16M1 ,> APTIM Exhibit A Scope of Work 1 6M 1 ,003 APTIM 2027-2028 Local Government Funding Requests (LGFR) Collier County, Florida Scope of Work 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 2027-2028 t_GFRs 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. APTIM will assist the County with preparation of the 2027-2028 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. APTIM will assist the County with preparation of the 2027-2028 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. APTIM will assist the County with preparation of the 2027-2028 LGFR for Collier County's Wiggins Pass inlet maintenance project. All the elements of the project as they apply to the 62B-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. 1 6M 1 ,003 APTIM Exhibit B Estimated Fee Proposal 16M1 >a ESTIMATED FEE PROPOSAL FOR 2027-2028 LOCAL GOVERNMENT FUNDING REQUEST(LGFR)PREPARATION COLLIER COUNTY.Contract No.13-7432-CZ Principal Senior Clerical! Task Item P l Engineer Engineer GIS Specialist Cost g eer Administrative (Hours) (Hours) (Hours) (Hours) (Hours) 1 South Marco Beach LGFR Application $9,098.00 8 24 12 10 4 2 North County Beaches&Doctors Pass LGFR Application $10,266.00 8 28 12 14 4 3 Wiggins Pass LGFR Application $9,098.00 8 24 12 10 4 Total Hours= 24 76 36 34 12 Rate_ $231 $177 $130 $115 $73 Cost- $5,544 $13,452 $4,680 $3,910 $876 TOTAL $28,462.00 16M1 APTIM Exhibit C Rate Schedule 1 6M 1 i ESTIMATED FEE PROPOSAL FOR 2027-2028 LOCAL GOVERNMENT FUNDING REQUEST(LGFR)PREPARATION COLLIER COUNTY,Contract No.18-7432-CZ Prepared By APTIM LABOR RATES(HOURLY) Standard 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 Specalist $167 Scientist/Geologist $115 Senior Scientist/Geologist $153 Marine Biologist/Hydrogeologist $120 Senior Marine Biologist/Hydrogeologlst $145 Senior GIS Specialist $155 GIS Specialist $115 Clerical/Administrative $73 Senior Technician $103 Technician $83 Surveyor and Mapper $125 CADD Technician $107 Survey Crew-2 man $145 Survey Crew-3 man $180 Survey Crew-4 man $215 Senior Architect $160 Architect $125 EQUIPMENT RATES(DAILY) Survey Boat 24' $790 Truck(Road Use per mile) $0.45 RTK GPS $495 GPS Integrated Underwater Video Camera $435 SCUBA Tanks(Nitrox) $t9 Dive Equipment and Insurance $75 Heave,Pitch&Roll Compensator $215 Speed of Sound Velocity Meter $63 Hypack/Hysweep Navigation System $260 Odom Hydrotrac Sounder $165 Edgetech X-Star Chirp Seismic System $1,150 Thermal Seismic Printer $130 _. Edgetech Sidescan Sonar System $695 G-881 Magnetometer $215 Enclosed 18'Trailer $78 Level $65 Digital Camera $10 John Deer Gator $105 Sonar Wizard Seismic Data Processing Package $155 Subconsultant Handli Fee _ 1.05 1 6 M 1 C Comer m:ier County Direct Select Form Please be sure to attach the fully approved form to the requisition in SAP. Direct Selects are valid for 90 days. *The approval of this Direct Select is not for services rendered under a prior Purchase Order for the continuation of previous work assignment. Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate 12/1/2025 18-7432-CZ $27,000 N/A Requested By(Use name as it appears in Outlook): Division: Andrew Miller Transportation Management/ Coastal Zone Library Category:Coastal Engineerir Vendor Name:APTIM Environmental & Infrastructure, LLC Work Assignment Title: Professional Support Services 2027-2028 LGFR Description of Requested Services: APTIM will assist the County with preparation of the 2027-2028 LGFR 9 Local Government Funding Request) for Collier County's South Marco Island Renourishment Project, North County Beach Renourishment program including Doctors Pass, and the County's inlet project at Wiggins Pass Justification(Select all that apply and explain below); © Past experience with project Previous PO#: P04500238328 ❑ *Continuation of previous work assignment Previous PO#: ❑ Unique qualifications ❑ Other Comments/Explanation of Direct Select: This request is in compliance with Fla. Stat. § 287.055, the Consultants' Competitive Negotiation Act,including the thresholds for study activity and estimated construction cost. ni®ially gneaby Signature:M i I IerAnd rewMaillleer:A2n0a2rsew1 2.01Requestor:Andrew Miller Date: 12:34:48-05'00' Digitally signna by Division Director: Signature:AhmadJaybhc107s.12.02 Date: 4e.a3161b Procurement Use Only uignany stynca uy Procurement Director/Designee: Signature:GiarimoustasViviana naGa'alimotty zoza.,,UslasVi oswana Date: ;Q.20._,e,05,0n, Notes: Rev,May 2025