Loading...
Backup Documents 06/12/2018 Item #16A26 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 A 16 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 CMG 06/12/18 4. BCC Office Board of County QS Commissioners J}� J 5. Minutes and Records Clerk of Court's Office / /,41 3, Fe' 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/Coastal Zoning 239-252-4059 Contact/ Department Agenda Date Item was June 12,2018 Agenda Item Number 16A26 Approved by the BCC Type of Document Work order with APTIM Environmental& Number of Original One Attached Infrastructure Incorporated under Contract Documents Attached No.15-6382 for time and material not to exceed$23,944 to provide professional engineering services 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 STAMP OK CMG 2. Does the document need to be sent to another agency for additional signatures? If yes, CMG 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 CMG 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 CMG 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 CMG 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 CMG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip CMG 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 June 12,2018 and all changes made during CMG the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made,and the document is ready for the P4 Chairman's signature. 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 n.139,1 -roar,-, T 'qu e 7-ragT MEMORANDUM 1 6 A 2 6 Date: June 18, 2018 To: Gail Hambright, Accountant Coastal Zone Management From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "2018-2019 LGFR Preparation" Contractor: APTIM Environmental & Infrastructure, Inc. Attached for your records is one (1) copy of the original of the document referenced above, (Item #16A26) approved by the Board of County Commissioners Tuesday, June 12, 2018. 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 MEMORANDUM 1 6 A 2 6 Date: June 18, 2018 To: Stephanie Cales, Purchasing Technician Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order for Contract #15-6382 "2018-2019 LGFR Preparation" Contractor: APTIM Environmental & Infrastructure, Inc. Attached for your records is a copy of the referenced document above, (Item #16A26) adopted by the Board of County Commissioners on Tuesday, June 12, 2018. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 16A26 WORK ORDER/PURCHASE ORDER Contract 15-6382"Grant Funded Professional Service: for Coastal Zone" Contract Expiration Date: June 8,2014 �✓ This Work Order is for professional Engineering Services for work known as: 2018-2019 Local Government Funding Request(LGFR)Preparation Project Name: 2018-2019 LGFR Preparation Project No: 195-90065 The work is specified in the proposal dated May 4, 2018 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, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I South Marco Beach LGFR Application * Task II North County Beaches& Doctors Pass LGFR Application * Task III Wiggins Pass LGRF Application✓ * Task IV Supplemental Storm Funding Application Schedule of Work: Complete work within 180 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 ‘‘ill 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) ZT me & Material (T&M) (established hourly rate-Schedule B) ❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $ 5.425.00(T&M) V Task II $9.31X.00( 1&M) 7 Task III S 5.425.00(T&M) '" Task IV $ 3.776.0O('l&M) ✓ TOTAL FEE $23,944.00(T&M) / PREPARED BY: ;'- .��t.. 1,?(� / , , - --;IVr 8 J. Gary McAlpin. CZM Manager Date APPROVED BY: L )'� lLA Crtt-'��'�,41..- r5 1 \- S/IS// S. Amttdtison. Department Director Date APPROVED BY: y; Ji��( 0�✓�/�� Thaddeus L. Cohen,Department Head GMD Date ' Page 1 of 3 1 6 A 2 6 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 �j� Y ) 1/7/7' Thomas P.Pierro,P.E. Direr or Date Page 2 of 3 1 6 A 2 6 ATTEST: BOARD OF C TY COMMIS RS :1?vyigllt .,Brock Jerk Collier Cou , Flo ' a By v Attestas to Chairman's By:___ ,,• ,.; Dep AM only. Andy of ,Chairman V\ '''ATTEST:' By: (Print Name/Title Approved as to Form and Leta , / / i / lit /I i Assistant County Atton]; Item# 6ir-t t Anda Date ( t g Date Rec'd t S is Deputy Clerk L. Page 3 of 3 16AZ6 APTIM A013 2481 NW Boca Raton Blvd. Boca Raton,FL 33431 "fit Tel +1 561 391 8102 APTIM Fax:+1 561 391 9116 www APTIM.com May 4, 2018 Gary McAlpin, Director Collier County Coastal Zone Management 2800 N. Horseshoe Drive Naples, FL 34104 Re: 2018-2019 Local Government Funding Request(LGFR)Preparation(Contract No 15-6382) Dear Gary: This letter is in response to Collier County's (County) request for a proposal for Aptim Environmental & Infrastructure, Inc. (APTIM) to support the County with submittal of the 2018-2019 Local Government Funding Requests (LGFR) and applications for state supplemental funding for Hurricane Irma repair projects. APTIM will assist the County with preparation of the 2017-2018 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. All the elements of the projects as they apply to the 62B-36 Rule and the LGFR application and guidance document will be evaluated in order to optimize Florida Department of Environmental Protection (FDEP) ranking and cost sharing opportunities where practical. Additionally, we will update the application response to account for the latest application format, rating guidelines and rules, and current project cost information. The FDEP's ranking methodology document will serve as a guide for the responses we formulate on behalf of the County. Once we have completed a draft of the LGFR applications we will provide them to Collier County for review and comment prior to submittal to the FDEP. Following application submission, the FDEP will review the application and may request additional information (RAI). APTIM will respond to FDEP's RAI and provide additional information to the FDEP on behalf of Collier County as needed. Following application review and response, the FDEP reviews the applications in detail and provides initial project rankings and initial project assessments. The applicant then has the opportunity to respond to the initial project assessment. We 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 application that may provide additional points to the County Included as Exhibits are; the Scope of Work (Exhibit A), Fee Proposal (Exhibit B), and the Rates Schedule (Exhibit C). APTIM proposes to provide these services on a time and materials basis not-to- exceed $23,944.00 under the terms and conditions of the existing Contract No. 15-6382 for Grant Funded Professional Services for Coastal Zone. Barring any unforeseen circumstances, all work will be completed within 180 days of receiving the Notice to Proceed. Very truly yours, Thomas P Pierre. P E D.CE Director of Operations Aptim Environmental& Infrastructure, Inc. cc: Tara Brenner, P G., P.E.,APTIM 1 6 A 2 6 Exhibit A Scope of Work I 1 1 6 A 2 6 2019-2020 Local Government Funding Request(LGFR) Ranking Analysis and Preparation Collier County, Florida Scope of Work Contract Number 15-6382 Introduction In order to distribute state funds for shore protection and inlet management projects, the Florida Department of Environmental Protection (FDEP) requests that counties submit an annual Local Government Funding Request (LGFR) for their projects. The FDEP has recently modified the LGFR application based on the updated 62B-36 Rule which was effective August 5, 2013 and fully implemented in 2014. This scope of work details the tasks required to assist the County with preparing and submitting the 2019-2020 Local Government Funding Requests to the FDEP and responding to both the FDEP's Application Review and Project Assessment for Collier's South Marco and County Beach Renourishment projects, and inlet maintenance projects at Doctors Pass,and Wiggins Pass. The FDEP's ranking methodology document will serve as a guide for the responses we formulate on behalf of the County. Once we have completed a draft of the LGFR application we will provide it to Collier County for review and comment prior to submittal to the FDEP. Following application submission, the FDEP will review the applications and may request additional information (RAI). APTIM will respond to FDEP's RAIs and provide additional information to the FDEP on behalf of Collier County as needed. Following application review and response, the FDEP reviews the applications in detail and provides initial project rankings and initial project assessments. The applicant then has the opportunity to respond to the initial project assessment. We 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 APTIM will assist the County with preparation of the 2019-2020 LGFR for Collier County's South Marco Island shore protection project. Building upon past LGFR applications, APTIM will update the application response to account for the latest application format, rating guidelines and rules, and current project cost information. All the elements of the projects as they apply to the 62B-36 Rule and the LGFR application and guidance document will be evaluated in order to optimize FDEP ranking and cost sharing opportunities where practical This will include research to identify public lodging establishments and updated county zoning. 2. North County Beach Renourishment Program& Doctors Pass LGFR APTIM will assist the County with preparation of the 2019-2020 LGFR for Collier County's North County beaches (Vanderbik, Park Shore, Naples Beach) and Doctors Pass projects. Building upon past LGFR applications, APTIM will update the application response to account 1 6 A 2 6 for the latest application format, rating guidelines and rules, and current project cost information. All the elements of the projects as they apply to the 62B-36 Rule and the LGFR application and guidance document will be evaluated in order to optimize FDEP ranking and cost sharing opportunities where practical This will include research to identify public lodging establishments and updated county zoning. 3. Wiggins Pass LGFR APTIM will assist the County with preparation of the 2019-2020 LGFR for Collier County's Wiggins Pass inlet maintenance project. All the elements of the projects as they apply to the 6213-36 Rule and the LGFR application and guidance document will be evaluated in order to increase FDEP ranking and cost sharing opportunities where practical Additionally, we will update maps and the application response to account for the latest application format, rating guidelines and rules, and current project cost information. 4. Supplemental Storm Funding Application In response to Hurricane Irma, the state has appropriated $11,198,282 for hurricane beach recovery projects. APTIM will assist the County in preparing documentation and coordinating with state funding managers, to apply for this supplemental funding to repair damages to the County's beaches and dunes. Applications are due to the state by October 1,2018. Summary This work will be performed on a time and materials (T&M) basis with a cost not to exceed $23,944.00 as outlined in the attached fee spreadsheet. The work will be completed within 180 days of receipt of the Notice to Proceed. 1 6 A 2 6 Exhibit B Fee Proposal 1 6 A 2 6 , 1 k 2 \�,� - G I 0E ■ I 0 ~,© .- 72k 2 f - a B i Nr $ T� � a II i . oso $ 97 i f- - - - _ � k $ . & | a. c § co e e m j § CC a. 2 & � a z re _ a u.S ~ § _§ « = ci } 0 - c ,- _ � § \ il §22 ® ° k( E 2 IIrD II ,r4 § 2 X ; 0 _ § E[( Z ■ m m m ) ca \ } , _ _ _ _ S J $ el a _ - E� $ ■ 2 Q 3 _ a kk . . \ / « / S k a | 7 , I u. 15::3 § »k � IS � � B. 2 a.a. ! § # re ° � � U. 4 74 u-# cou. kd |1f 1 a 0 & § t (O Z ) 1 6 A 2 6 Exhibit C Rate Schedule 1 6 A 2 6 SCHEDULE B RATE SCHEDULE Title Rate Principal $207.00 Senior Project Manager $173.00 Project Manager $148.00 Senior Engineer j $158.00 Engineer $124.00 Senior Inspector $97.00 Inspector $77.00 Senior Planner $140.00 Planner $111.00 Senior Designer $115.00 Designer $95.00 Environmental Specialist $110.00 Senior Environmental Specialist $135.00 Scientist/Geologist $94.00 Senior Scientist/Geologist $119.00 Marine Biologist/Hydrogeologist $111.00 Senior Marine Biologist/Hydrogeologist — $139.00 Senior GIS Specialist $146.00 GIS Specialist $103.00 Clerical/Administrative $63.00 Senior Technician $86.00 Technician $73.00 Surveyor and Mapper �-- $121.00 CAD Technician $82.00 Survey Crew-2 man $136.00 Survey Crew-3 man $172.00 Survey Crew-4 man $205.00 Senior Architect $155.00 Architect $122.00 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.