Loading...
Backup Documents 05/11/2021 Item #16A16 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO ! 6 A 16 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. 7 he 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 OfficeCiAn/ , 42,174 4. BCC Office Board of County 11ZrrV15 I $ (3c), Commissioners 5. Minutes and Records Clerk of Court's Office ci t `l24 ;ir-- 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 Jessica Arencibia/GMD 239-252-8345 Contact/ Department Agenda Date Item was 05/11/2021 Agenda Item Number 16A16 Approved by the BCC Type of Document Work Order APTIM(Wiggins_Doctors Pass 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 STAMP OK JA 2. Does the document need to be sent to another agency for additional signatures? If yes, JA 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 JA 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 JA 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 JA 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 5/11/2021 and all changes made during JA 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 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 16A16 Ann P. Jennejohn From: Ann P. Jennejohn Sent: Monday, May 17, 2021 10:08 AM To: 'ArencibiaJessica' Subject: Work Order Item #16A16 (5-11-21 BCC Meeting) Attachments: Backup Documents 05_11_2021 Item #16A16.pdf Good Morning Jessica, An executed copy of Item #16A16, from the May 11, 2021 BCC Meeting, is attached for your records. Thank you! Ann Jennejohn 13MR Senior Deputy Clerk II likgT Clerk to the Value Adjustwtent Board Ag‘` Office: 23 q-252-8406 1 Fax: 23q-252-8408 (if applicable) Ann.Jennejohn@CollierClerk.cow c Office of the Clerk of the Circuit Court r`4.R`ors .. & Cowiptroller of Collier County 32gq Tawuami Trail, Suite #401 Naples, FL 34112-5324 www.Coll ierCl erk.cowt i 16A16 WORK ORDER/PURCHASE ORDER Contract 18-7432-CZ"Professional Services Library Coastal Engineering Category" Contract Expiration Date: March 9, 2025 This Work Order is for professional Engineering Services for work known as: Project Name: 2021 Doctors and Wiggins Passes Emergency Dredging Project Nos: 90549.1 (Doctors Pass)and 80288.I (Wiggins Pass) The work is specified in the proposal dated April 1, 2021 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, 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 a Design & Coordination —Doctors Pass * Task lb Design & Coordination—Wiggins Pass * Task 2a Construction Plans & Specifications—Doctors Pass * Task 2b Construction Plans & Specifications—Wiggins Pass * Task 3a Bidding Assistance&NTP—Doctors Pass * Task 3b Bidding Assistance&NTP—Wiggins Pass * Task 4a Pre Construction Period—Doctors Pass * Task 4b Pre Construction Period—Wiggins Pass * Task 5a Construction Services—Doctors Pass * Task 5b Construction Services—Wiggins Pass * Task 6a Engineer of Record & Post-Con Report—Doctors Pass * Task 6b Engineer of Record & Post-Con Report—Wiggins Pass 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# 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 B) ❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. 16A16 Task 1 a Design & Coordination—Doctors Pass $7,869.00 T&M Task 1 b Design & Coordination—Wiggins Pass $9,331.00 T&M Task 2a Construction Plans& Specifications—Doctors Pass $12,386.00 T&M Task 2b Construction Plans & Specifications—Wiggins Pass $14,967.00 T&M Task 3a Bidding Assistance &NTP—Doctors Pass $2,692.40 T&M Task 3b Bidding Assistance &NTP—Wiggins Pass $2,740.40 T&M Task 4a Pre Construction Period—Doctors Pass $6,473.07 T&M Task 4b Pre Construction Period—Wiggins Pass $2,607.07 T&M Task 5a Construction Services—Doctors Pass $15,179.56 T&M Task 5b Construction Services—Wiggins Pass $23,432.84 T&M Task 6a Engineer of Record &Post-Con Report—Doctors Pass $7,003.07 T&M Task 6b Engineer of Record&Post-Con Report—Wiggins Pass $9,507.07 T&M Total Project Fees: $114,188.48 Digitally signed by PREPARED BY: MillerAndrew Date o2 .06 08:46:37-04'00' Andy Miller, Principal Project Manager Date APPROVED BY: Digitally signed by Patterson_a Patterson a Date:2021.04.09 10:36:51 -- -04'00' Amy Patterson, Department Director Date APPROVED By: — h �:-J Thaddeus Cohen, Department Head D to 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 Environmental & Infrastructure,LLC 6 A 16 41/137 / Nicole Sharp Date 16A16 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 Cryita4IC . 14105itlerk of Courts COLLIE OUNTY, FLORIDA By:.,-,L c...c C , By: Dal d: i 31 2 Penny Taylor,Chairperson 0 WitOiS •j,� S Name of Firm egittfilleiv rrbr►rrta-A-faJ9i ka5fMrctr-ue,41C Cleat 41 P( •(1t.1 A t By: First Witness (UAL . Signature /?r c a l e 5hcc r Coos ' 5tMaduzi r9 Tm z.,i e (-4. me Ca u(ek. TType/print signature and titlet Proyrann ftlgef TType/print witness name ,z,„;:', S o Witness et' 4 - Type/print witness name pproved to Form and Legality: ( 1, 1/11 ssistant County Attorn y Colleen M . Cx ,+ - Print Name Item# VOA t(D Agenda 6_1 1.24 Date Reced �-0"�'1. `, _ 1 Deputy C!er 4 0 CAS 1 6A 16 APTIM 6401 Congress Avenue, Suite 140 Boca Raton, FL 33487 Tel:+1 561 361 3150 A P T I N{ Cell:+1 717 578 0242 Nicole.sharp@aptim.com April 1, 2021 Andrew Miller Collier County Coastal Zone Management 2685 S. Horseshoe Drive, Unit 102 Naples, FL 34104 Re: Doctors and Wiggins Pass Emergency Dredging—Proposal Dear Andy: This letter is in response to Collier County's (County) request for a proposal for Aptim Environmental & Infrastructure, LLC (APTIM) to support the County in the design, bidding, performing during and post- construction construction professional engineering services for the emergency maintenance dredging of Doctors Pass and Wiggins Pass. APTIM will conduct a dredge analysis and design to determine dredge areas, dredge volumes and disposal areas, produce construction plans and technical specifications, coordinate with Florida Department of Environmental Protection (FDEP) for Notices to Proceed, provide bidding assistance to the County, and serve as the engineer of record to certify these projects. A detailed scope of work is attached in Exhibit A. A fee proposal is included as Exhibit B, and a rate schedule is provided as Exhibit C. We propose to perform these services on a time and material basis not to exceed $114,188.48 under the terms and conditions of the Contract No. 18-7432-CZ dated March 1, 2020 and as amended between the County and APTIM. Barring any unforeseen circumstances, all work will be completed and submitted to the County within 365 days of our receiving the County's Notice to Proceed. Any questions, please feel free to contact Nicole Sharp. Veryy truly yours, Beau C. Suthard, P.G. Program Director Aptim Environmental & Infrastructure, LLC cc: Nicole Sharp, P.E., APTIM Steve Keehn, P.E., APTIM CAS 16A16 APTIM Exhibit A Scope of Work 2 CAC I6A16 EXHIBIT A-SCOPE OF WORK DOCTORS AND WIGGINS PASSES EMERGENCY DREDGING COLLIER COUNTY,FL APRIL 2021 Introduction This scope of work is at the request of Collier County(County)for Aptim Environmental&Infrastructure, LLC (APTIM) to provide the engineering services described below to support the County in designing, bidding,performing construction services and obtaining notices to proceed from the Florida Department of Environmental Protection(FDEP) for the emergency maintenance dredging of Doctors Pass and Wiggins Pass. This proposal contains the tasks necessary to bring the project from design through the construction and regulatory reporting based on existing permit authorizations.APTIM will assist the County in preparing for construction by conducting a dredge analysis to determine dredge areas,dredge volumes and disposal areas, producing construction plans and technical specifications, coordinating with the FDEP for a Notice to Proceed(NTP), providing bidding assistance and during and post-construction engineering services to the County. The work is an emergency dredging project targeting bathymetric highs and shoals that are impeding navigation,with a post-project goal to delay the need for major dredging for another two to three years or more. Background This scope of work is based on the experiences from recent dredging of the two (2) inlets, as described below: In 2015, an emergency dredging of Wiggins Pass occurred. Mechanical dredging was used as a means to remove 9,400 cy from the ebb shoal channel, disposing of the sand in nearby disposal areas. The project was relatively inexpensive but took 153 days (22 weeks) to complete, not counting major downtime. In 2018, a moderate size dredge was used for a full maintenance dredging event of both inlets. The construction event took 111 dredging days(16 weeks)to remove 127,000 cy from both channels. A review of shoaling patterns shows that the majority of the shoaling occurs in the ebb shoal or settling basin channels for Wiggins and Doctors Passes,respectively.These shoaling areas have the greatest impact on navigation. This scope of work assumes that dredging will occur in these locations and at a narrower channel width and depth. Assuming about half the historic shoaling needs to be dredged (approximately 42,000 cy),it will take eight(8)weeks of actual dredging. The transition between the two(2)project areas took four(4)weeks in 2018. This description will be the basis for this scope of work, but will be updated for the plans and specifications. Based on recent smaller dredge performance,the specifications may need to be formulated for a moderate size dredge.APTIM will consult with the County during the design phase on the construction method and timing desired. 1. Design & Coordination The design will be based on the 2021 annual monitoring survey and report completed for the County by a third party. After review of the preliminary volume estimates using the permitted dredge templates, an engineering analysis will be conducted to adjust dredge areas, dredge volumes, and disposal areas where practicable to optimize the project. The design will not dredge the entire permit template but will be sized APTIM ENVIRONMENTAL&INFRASTRUCTURE,LLC CA 16A16 to remove the bathymetric highs and shoals to sustain navigation for approximately two to three more years, until the next major dredging event. At Doctors Pass, the maintenance dredging will likely be focused on the settling basin and inlet throat, where navigation is most impeded by the combined impact of waves and shoals. Dredging will be designed to avoid any material that requires special handling and disposal (ex: rock substrate, silt or clay) to the maximum extent practicable.At Wiggins Pass,dredging will be similarly focused on the inlet Gulf opening where the combined effect of waves and shoals impedes navigation. The disposal areas at both inlets were recently used and their existing capacity will be calculated.An economical disposal plan will be developed. Any inlet management goals may need to be addressed with the Florida Park Service or be delayed until a major dredging in the future,in order to formulate the most economical plans for this emergency dredging project. APTIM will finalize the quantities and disposal areas based on consultation with permitting agencies, consideration of concurrent County projects, capacity remaining in the disposal areas, updated calculations and approval from the County. Pre-construction coordination will be conducted with the Florida Park Service,the City of Naples,and FDEP by the County with support from APTIM. 2. Construction Plans &Specifications With the target quantities and disposal areas approved by the County, APTIM will conduct engineering design work to prepare the inlet dredging and disposal construction templates.The plans and specifications will be based on the documents used for the 2018 project,but modified for a smaller dredge area and volume suitable for an emergency project. The design will most likely concentrate on the seaward channels and settling basin of both inlet and the most economical disposal areas. The disposal areas south of Doctors Pass, including all of Lowdermilk Park and the three (3) seaward disposal areas at Wiggins Pass will be considered.APTIM's GIS/CAD professionals will work directly with APTIM engineers to update the inlet dredging plans including plan views and cross-sections of dredge and disposal templates, beach access, equipment storage areas, environmental protection areas and other information required for execution of these inlet dredging projects.The plans will identify previous areas where the rock substrate and rocky sand matrix are known to exist and require the Contractor to avoid these areas. APTIM will prepare a combined set of construction plans and specifications with the intent of awarding the work to dredge both inlets under one contract.The construction plans and dredge quantities for bidding will be based on the 2020 annual physical monitoring surveys and report using the 2018 contract format. Technical specifications developed for the project will integrate the QA/QC plans,turbidity standards,and permit conditions into the work. It will require the Contractor to provide the turbidity monitoring while the County will conduct required sea turtle and shorebird monitoring. The technical specifications and construction plans will be prepared to address nearshore and/or beach disposal based on the design analysis and coordination with the Park Service regarding Delnor Wiggins State Park. 3. Bidding Announcement and Request for FDEP Notice to Proceed Once the construction plans and technical specifications are completed, APTIM will compile and submit the items necessary to request the NTP from FDEP and provide the County with a bid package containing: construction plans, technical specifications, project permits, bid form, and contractor questions integrated into the specifications. An engineer's opinion of probable costs will be prepared. After the County bid announcement is published, APTIM staff will participate in the pre-bid meeting and assist the County in answering technical questions as needed during the bidding process. APTIM ENVIRONMENTAL&INFRASTRUCTURE,LLC Y f 16A16 4. Pre-Constructing Period Once the bids have been opened, APTIM will assist the County in reviewing the bids and preparing a recommendation for award based on a review of the bids deemed responsive by County procurement.After selection of the Contractor, APTIM will assist the County with a pre-construction meeting (in person if feasible),covering technical and environmental topics.During this period,APTIM will provide the selected Contractor with pertinent data and documents needed for construction, including the latest survey data and reports.We will coordinate with the FDEP on the NTP and address any questions they may have. We will assist the Contractor and County with surveys and mobilization via teleconference. 5. Construction Services During construction, APTIM will support the County's inspection efforts and will perform weekly site visits to observe the work and coordinate on a regular basis with County staff and inspectors to include daily reviews of Contractor and County reports.An APTIM engineer will attend the periodic-construction meetings and maintain oversight during construction by reviewing daily reports from the Contractor and County in addition to periodic site visits.APTIM will track and coordinate the use of the various disposal area options. As needed, APTIM will assist with work scope Change Orders to direct the Contractor to adapt the work or switch amongst the permitted disposal areas. The Contractor will be required to perform pre-dredge and as-built(pay)surveys as part of the construction contract. APTIM will review and approve the final construction templates and volumes. APTIM will use these surveys to calculate and verify the Contractor's pay volumes, and pay applications, and then recommend approval for payment as appropriate based on the progression of the work. The Contractor's survey results and data will also be used to assess dredge progress and monitor permit compliance. Each week, APTIM will review the results of the environmental monitoring, such as turbidity monitoring, and submit reports to regulatory agencies as required for permit compliance. Based on estimated quantities,past performance and conditions known at this time,it is expected that active construction will take approximately eight(8)weeks,during which APTIM will perform one(1)site visit per week,and that mobilization/demobilization will add up to two(2)additional site visits. Our enclosed fee estimate is based on these assumptions and assumes a total construction period not to exceed 15 weeks. The emergency dredging is based on the assumption previously described above. 6. Engineer of Record & Post-Construction Report As the engineer of record, APTIM will conduct pre-, during- and post-construction tasks necessary for certification of the project.The engineer of record will assist the County in conducting the post-construction walkthrough and preparing a punch list for project demobilization. Based on surveys, daily reports and observations made by the dredge contractor, APTIM's observations and those of the County inspectors, APTIM will prepare a post-construction certification to meet permit requirements. APTIM will prepare and submit the post-construction completion and certification reports and the monitoring data to the FDEP and the USACE within 90 days or 60 days respectively following completion of the project and as-built survey. The report will summarize construction, discuss the data and the performance of the maintenance dredge projects.Appendices will include plots of as-built survey profiles and graphical representations of volumetric and channel position changes for the monitoring area. In accordance with the Physical Monitoring Plan, post-construction topographic and bathymetric surveys of the inlets and disposal areas will be collected by the Contractor or as part of the County's annual monitoring surveys. APTIM ENVIRONMENTAL&INFRASTRUCTURE,LLC 16A16 APTIM Exhibit B Fee Proposal 3 l6A16 .003 APTIM Exhibit C Rate Schedule 4 O O f/�IW O ,0 La4 O• O I D O O V CO r N 0w N co z a i co x o sr w O) to C) ID CO or NI r sr unto sr _: -Iro Q r r 4" O uJ i N N s 3 m O n i o o a a+ r r V (D r E r ems) 6O ` w W Ts so4 lc'. 0 Sr 7 N U 49 n U Z o v v (O.) CO N N sr v m o p N p 6- u p cor N N sr N N 0 Lr)LD N P (0y)Y N gg 6. gIII u CI O (D sr N (p �{ O 01 r CO c o *.� N r) ' r N N r N- e' U W = N (+7 E aN >-u sr U , c Iz n u A m oa r N r O o, csr 7 sr (D r N N N N . f m qO w W c .0 2 a r X o a e tol N 2In C N al N Ul ro [ ,J. o $ � Ill IR m CDO m O Y O! yy (0 O fD O u7 O) M w x QNU O m V 7 M 3 U7 r0 r u) 05 ,) I 11- a ui OZEx 3 M az' N Yi Oa. o e to sr re O u 0.. 3u Y o ao W ❑a, o W (`J rn O (7 LL W a c j O et N sr O O u7 N O I Sr r p ((0 'Q N N V p m to J G'C O N N ,- r r s- r c'� ^ r r .- N p 01 a (.) N N 3 O O Y W N O N N I-'u N N Z 0 ii I o CO a0 Y ttv eel G r r r .- r '- r .- r-tor I.- `1 N csi cs 0 m g a I '9 N VI 2 N 2 N G C C ♦ b to O O o o O al U a oi o - d n m G .Y o anN'1 a WI 1; = N O "11 O A N. r of COmA K U I- N M N N N N H 1 1 - -I10 O o C O Y M a N tl W O O C M y Vi « ItCI b N C o C O c o a T" J W a, 1 . Y U C sr E V Va co E (� u m a' n a a o E n o u c D. .,5 .0 Z o) 0 o p, c yy�� Ti 2 a K Y O c01. p) 6 y o a0 C c •c c c L N so H Y Y c ID m V �_ a p v V O O E O Et O O N a S c m m = m.'C E U O 0 W W N N D N N Y 2 O N a) c 2 N A N 10 (A) N N c I (p [0 a' W•0 3 a a 0 a a W a a �2 a a o a a aja `a al L' c u L E a C c E L c u C c g I c c ' '� O '� 0) 125 � C O 'g 2 O gl Y p 1'� O W m O C O pl V O _U +C O to _ �5 OI .1 o 'g O a O E O o O .0 O o N L u (u O m (o d a N ci U N .6 W (0 d )'+ I') v ,n CO CAO 16A16 DocuSign Envelope ID:BOB82885-B471-4CCC-BC63-021FDAD6CE8B SCHEDULE B-ATTACHMENT 1 RATE SCHEDULE Ti Hearty Rate Principal $231 Senior Project Manager $203 Project Manager $160 Senior Engineer $177 Engineer $130 Senior Inspector $126 —� Inspector S93 Senior Planner $150 Planner $120 - Senior Designer $140 Designer $105 Environmental Specialist S120 Senior Environmental Specialist $167 Scientist/Geologist _ $115 Senior Scientist/Geologist $153 _ Marine Biologist/Hydrogeologist $120 Senior Marine Riologist/Hydrogeologist $145 Senior GIS Specialist $155 GIS Specialist $115 Clerical/Administrative — $?3 Senior Technician $103 f Technician Surveyor and Mapper $125 CADD Technician $107 Survey Crew-2 man $145 Survey Crew-3 man $180 Survey Crew-4 man $215 Senior Architect S160 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#18-7432-CZ Aptim Environmental&Infrastructure, LLC t Ott I6A16 Co er County Administrative Services Department Procurement Services Division Direct Select Form Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate 3-31-21 18-7432-CZ $114, 158.48 $350,000 Requested By (Use name as it appears in Outlook): Division /Department: Andrew Miller Coastal Zone Management Administrative Agent(If different from Requestor): Library Category: Coastal Engineering Vendor Name: APTIM Work Assignment Title: Doctors and Wiggins Passes Emergency Dredge Design Description of Requested Services: Professional engineering services for the design, bidding, permitting, and construction administration for potential emergency dredging of Doctors and Wiggins Passes. Justification: ❑✓ Past experience with project (Select all that apply and explain ❑ Continuation of previous work assignment below) ❑ Unique qualifications ❑ Other Comments/ Explanation of Direct Select: APTIM is very familiar with the permitted dredge templates and can quickly assess the conditions of the passes, make recommendations for solutions, and assemble plans and bid documents to be advertised quickly should either or both inlets become impassable. Digitally signed by Requestor: Si nature:MillerAndrew lerAdrey Andrew Miller g Date 2021.03 31 13 54 09 Date: -04'00' Digitally signed by Division Director: Amy Patterson si nature:Patterson_aPattersbn_a 9 Date:2021.04021D:53:24 Date: -04'00' Bi eloWCathe Digitally sig by BlgelowDatherined ne Procurement Director: Signature-rine Date:2021.04.0914:59.31 Date: -04'00' 16 Co l.Lier Comity Administrative Services Depart,rtent Procurement Services Division Direct Select Form Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate 3-31-21 18-7432-CZ $114, 158.48 $350,000 Requested By (Use name as it appears in Outlook): Division/Department: Andrew Miller Coastal Zone Management Administrative Agent(If different from Requestor): Library Category: Coastal Engineering Vendor Name: APTIM Work Assignment Title: Doctors and Wiggins Passes Emergency Dredge Design Description of Requested Services: Professional engineering services for the design, bidding, permitting, and construction administration for potential emergency dredging of Doctors and Wiggins Passes. Justification: ❑✓ Past experience with project (Select all that apply and explain 0 Continuation of previous work assignment below) ❑ Unique qualifications ❑ Other Comments I Explanation of Direct Select: APTIM is very familiar with the permitted dredge templates and can quickly assess the conditions of the passes, make recommendations for solutions, and assemble plans and bid documents to be advertised quickly should either or both inlets become impassable. Digitally signed by Requestor: Si nature:MillerAndrew"""'ef""°re"' Andrew Miller 9 Date 2021.033113:54:09 Date: -04'00' Digitally stgneo by Division Director: my Patterson Signature:Patterson_a Date r2so02n 770 4021053:24 Date: -04'00' Bi elowCathe Dlg'taIly signed by Procurement Director: 9 Date: Signature:tine Date:2021.04.D9/4:59:31 Date: _04'00' t^40