#23-8108 (Jacobs Engineering Group, Inc. - Amendment #1) FIRST AMENDMENT TO AGREEMENT No. 23-8108
FOR
DESIGN SERVICES FOR COLLIER AREA TRANSIT OPERATIONS AND MAINTENANCE
FACILITY
THIS FIRST AMENDMENT, made and entered into on this 4' day of
9.,?4-e.xygour 2025, by and between Jacobs Engineering Group, Inc. (the "Consultant") and
Collier County, a political subdivision of the State of Florida, (the "County" or"Owner") (collectively,
the "Parties"):
WHEREAS, on February 13, 2024 (Agenda Item No. 16.B.2), the County entered into Design
Services Agreement No. 23-8108, "Design Services for Collier Area Transit Operations and
Maintenance Facility" (the" Agreement"), with the Consultant; and
WHEREAS,the Parties desire to amend the Agreement to allow for the reallocation of$100,000
of the time and materials funds presently dedicated to Scope Task 8 Optional Services to Scope Tasks
1, 4, 5, 6 and 7 (along with adding another $118,900 in funds for the project as requested in Change
Order No. 2), and replace Schedule B of the Agreement with Schedule B-1 (incorporated herein below)
to reflect the reallocation and additional funding agreed upon in this Amendment and Change Order No.
2), and remove Scope Task 8, Optional Services, sub item service numbers 3, 4, 5, 7, and 8 from Scope
Task 8.
NOW, THEREFORE, in consideration of the mutual promises and covenants herein
contained, it is agreed by the Parties as follows:
1. The above recitals are hereby incorporated into this First Amendment as if fully set forth herein.
2. One hundred thousand dollars($100,000)of existing Scope Task 8 Optional Services funds shall
be reallocated, along with one hundred eighteen thousand nine hundred dollars ($118,900) of
additional funding approved under Change Order No. 2 to the Agreement for Scope Tasks 1, 4,
5, 6 and 7. The below incorporated Schedule B-1, which revises and replaces in its entirety
existing Schedule B to the Agreement, reflects the reallocation of$100,000 from Scope Task 8,
Optional Services to the Scope Tasks described above and the application of the additional
$118,900 in funds to Scope Tasks 1, 4.1, 5, 6, and 7 as provided under Change Order No. 2 to
the Agreement..
Page 1 of 4
First Amendment to Agreement No. 23-8108
CM)
SCHEDULE B-1
Tasksil®em Description Lump Sum nue and
Not-To-Exceed
1 Data Collection and Program Verification $143,452
2 Schematic Design $155,180
3 Design Development-Construction Documents(30%) $250,062
4 Construction Documents (60%) $371,334
5 Construction Documents (90%) $259,758 $
6 Construction Documents (100%) $169,659 $
7 Post Design Services $ $373,043
8 Optional Services $ $85,000
9 Reimbursable Expenses $ $46,475
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
Total Time and Materials Fee $ 504,518
Total Lump Sum Fee l 49 44 ,r $
e
GRAND TOTAL FEE $1,853,963
3. Scope Task 8, Optional Services, sub item service numbers 3, 4, 5, 7, and 8 are deleted and
removed from Scope Task 8 as struck through below.
TASK 8-OPTIONAL SERVICES
The following optional services will be provided as requested by County staff. Hours and
fees associated with each optional service will be provided to the County for review and
approval prior to commencement with the selected optional services.
1. Monitoring of contractor removal of hazardous material will be included in the scope as an
optional design service to the base scope of work. Final scope and fee will be based on the
extent of the remediation required as indicated in the report.
Page 2 of 4
First Amendment to Agreement No. 23-8108
2. Hazardous material removal completion testing will be included in the scope as an optional
design service to the base scope of work. Final scope and fee will be based on the extent of
the remediation required as indicated in the report.
3. Design of a fire pump if required will he included in the scope as an optional design service
to the base scope of work. Design of a water storage tank system for the facility will be
included in the scope as an optional design-service-to--the base scope of work.
/I. The design of off site improvements to increase the capacity of the water system,if required,
will be included in the scope as an optional design service to the base scope of work. Final
scope and fee will be based on the extent of the work required to upgrade the system.
5. The design of off site improvements to increase the capacity of the sanitary system, if
required, will--bc inc-laded-in-the-scope s-an-optional-design-ser-vice to the base scope-of
sy stem.
6. The design of off-site improvements to increase the capacity of the existing electrical
distribution system, if required, will be included in the scope as an optional design service
to the base scope of work. Final scope and fee will be based on the extent of the work
required to upgrade the system.
7. A traffic study, TIS (Trans Impact Study) if required due to increase in size of the facility,
will-be included in the scope as an optional design service to the base scope of work.
8. Design of traffic impact mitigation elements off site,depending on the findings of the traffic
scope of work.
9. Pavement rehabilitation areas outside the operations and maintenance area will be included
in the scope as an optional design service to the base scope of work. The area for the optional
design service is for the entry of the property parallel to Radio Road up to the access gates
(fence line) that enters the operations and maintenance portion of the site.
4. The attached Affidavit Regarding Labor and Services is hereby incorporated into the Agreement.
5. All other terms and conditions of the Agreement shall remain in full force and effect.
Page 3 of 4
First Amendment to Agreement No. 23-8108
IN WITNESS WHEREOF, the Parties have executed this First Amendment by an authorized
person or agent on the date and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Crystal Kinzel, Clerk of Courts
& Comptrgller......
cy. W).
By:By: `, 44.,%...A-40.4—
t L. Saunders, Chairman
q/i ' x
Dated: 4:.
Attest as to Chairman's
g signature only
• :. o ed as to F a d Legality:
Scott R. Teach, Deputy County ttorney
CONTRACTOR:
Jacobs Engineering Group, Inc.
y //,
By. .4s /il.,.
Signature
Ellen B.Patterson, Executive Director of Operations/Sr.Vice President
TType/print signature and titleT
Qi.).4 ,;)0 ---
Date
Page 4 of 4 el
First Amendment to Agreement No. 23-8108
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a
nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the
nongovernmental entity does not use coercion for labor or services.
Effective January I,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a
foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: Jacobs Engineering Group Inc.
Address: 5811 Pelican Bay Blvd.,Ste 305, Naples, FL 34108
Phone Number: 239-596-1715
Authorized Representative's Name: Ellen B.Patterson
Authorized Representative's Title: Executive Director of Operations/Sr.Vice President
Email Address: Ellen.Patterson@jacobs.com
I, Ellen B.Patterson (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that Jacobs Engineering Group Inc. (Name of Nongovernmental Entity) does not: (1) use
coercion for labor or services as defined in § 787.06, Florida Statutes,and(2)the nongovernmental entity is not(a)owned by
a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the
entity, and (c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Under.enalty, f pe ,l;d lare that I have read the foregoing Affidavit and that the facts stated in it are true.
1
(Signature of authorized representative) Date
STATE OF F'101...LC(�t
COUNTY OF 1 ( 1,?%; 1�
Sworn to(or affirmed)and subscribed before me,by mew off physical presence or 0 online notarization this
day of OW C1 20 1 by 6 11 E';� I"a ffiggbit' f Affiant),who produced his Florida Driver's License as
identification. f
(' � �I.SCE Ste "" STACEY LESSER
l r •: `„`„ *I MY COMMISSION#HH 382624
Notary Public =,';;-��p<V EXPIRES:April 3,2027
a Da
Commission Expires
Personally Known"OR Produced Identification 0
Type of Identification Produced:
Colder County
Procurement Services Change Order Form
Contract# 23-8108 co#2 Po#4500231142 Project#: 33736.3.2
Project Name: Design Services for Collier Area Transit Operations and Maintenance Facility
Contractor/Consultant Name: Jacobs
Select One:li Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: LIZ Sori ano Division Name: PTN E
Original Contract/Work Order Amount $1,735,063.00 02/13/2024;16B2 Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $1,735,063.00 03/25/2025;16.8.7 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $1,735,063.00 10/1/2025 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $118,eoo.00 6.85% Total%Change from Original Amount
Revised Contract/Work Order Total $1,853,963.00 6.85% %Change from Current BCC Approved Amount
Total Cumulative Changes 5118,900.00 6.85% %Change from Current Amount
Notice to Proceed Task 1-4;5/01/2024 Original NTP Task 1-4;252 Original Final Task 1-4;1/08/2025 Last Final 04/11/2025
Date #of Days Completion Date Approved Date
#of Days Added Task 1-4:60days Revised Final Date TBD Current Substantial Completion Date N/A
(includes this change) (if applicable)
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page. Check all that apply to this Change Order request:0 Add Time;ElAdd funds;❑Use of Allowance;
❑✓ ModifylDelete existing Task(s); ❑✓ Add new Task(s);❑ Reallocate funds; ❑Other(must be explained in detail below)
1.) Detail of change/s to be made through this Change Order.
Change order is adding 60 days to Task 1-4, reducing funds from Task 8 Optional Service items in
U' the amount of$100,000 to reallocate $75,272 for design modifications to Task 4.2 and add remaining
��ti balance of$24,728 to tasks 4.1,5,6, and 7. Requesting an additional $118,900 for tasks 1, 4.1, 5, 6,
and 7. A First Amendment to agreement is being presented to the Board in concurrence to this
change order to delete Task 8 Optional Services, items 3, 4, 5, 7 and 8.
f 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of
T.K% ays remaining or "N/A" if not applicable.
he stop work was issued of March 14, 2025 and there are 28 days remaining for Tasks 1 thru 4.
�
3.) Explain why this change was not included in the original contract/Work Order.
This change was triggered due to some design challenges that were cost prohibiting.
(a)Administration bar revisions
(b) Fleet Maintenance bay revisions
(c) South solar canopy and Photovoltaltaic panels (PV) addition to south walls
(d) Additional design services to the Administration building, add the training room and add security
improvements
•
4.) Describe the impact if this change is not processed.
If the changes are not processed we can not move forward with 60% plans to then complete 100%
design plans for the Operations and Maintenance facility.
Page 1 of 4
Change Order Form(2023_ver.1)
Cotter County
Procurement Services Change Order Form
Contract# 23-8108 co# 2 Po# 4500231142 Project#: 33736.3.2
Project Name: Design Services for Collier Area Transit Operations and Maintenance Facility
Contractor/Consultant Name: Jacobs
Change Order/Amendment Summary
(If additional spaces needed,attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
Added 50 days
1 1 50 302
Addition of 60 days; Design challenges that were cost
Addition of design for prohibited;Additional days to complete the
2 Admin building; Re-design $118,900 60 362 redesign and additional funding to include
the Administration building design to add a
of Operations and training room,lounge and security
Maintenance building improvements.
A
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
Co ter County
Procurement Services Change Order Form
Contract# 23-8108 CO#2 PO# 4500231142 Project#: 33736.3.2
Project Name: Design Services for Collier Area Transit Operations and Maintenance Facility
Contractor/Consultant Name: Jacobs
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be
subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if
the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final
settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related
to the change set forth herein, including claims for impact and delay costs.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.myflorida.com/sunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
SorianoLiz Digitally signed by SorianoLiz
Prepared by: Date:2025.07.21 14:55:16-04'00' Date: 7/21/2025
Signature-Division Project Manager
Liz Soriano
Printed Name
Digitally signed by Kevin Regalado
Accepted by: Date:2025.07.21 18:07:57-04'00' Date: 7/21/2025
Signature-Design/Engineer Professional (if applicable)
Kevin Regalado,AIA/Project Manager/Jacob Engineering Group Inc.
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Printed Name/Title/Company Name
Approved by: Date:
Signature-Division Manager or Designee(Optional)
Printed Name
SheffeyEllen Digitally signed by SheffeyEllen
Approved by: Date:2025.07.21 15:02:56-04'00' Date: 7/21/2025
Signature-Division Director or Designee(Optional)
Ellen Sheffey
Printed Name
Digitally signed by
soct ttTrion2
ScottTrinity Date:2025.07.22 Date:
Approved by: 11:13:27-04'00
Signature-Division Administrator or Designee(Optional)
Trinity
Scott
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
Goer County
Procurement Services Change Order Form
Contract# 23-8108 CO#2 PO# 4500231142 Project#: 33736.3.2
Project Name: Design Services for Collier Area Transit Operations and Maintenance Facility
Contractor/Consultant Name: Jacobs
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 723
GlarlmoustaSViviana Digitally signed by GiarimoustasViviana
Approved by: Date: 2025.08.11 10:48:12 -04'00'
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative ❑ Administrative-BCC Report ❑✓ BCC Stand-Alone ES (BCC Approval Required)
BCC APPROVAL
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER COUNTY, FLORIDA
By: P_/ • By: Af441/..AlfeAlgoad'wD
ated: quo Burt L. Saunders, Chairman
Attest at to'Chairman's
signature only(SEAL) Agenda# 103 1/1/25
=las to For nd gality>
Deputy • my Attorney
Print Name
Page 4 of 4 C)
Change Order Form(2023_ver.1)
,Jacobs. JACOBS
5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
SCHEDULE A
SCOPE OF SERVICES
For
CHANGE ORDER NO.2—DESIGN SERVICES FOR THE PARTIAL RENOVATION OF THE EXISTING
ADMINISTRATION BUILDING FIRST FLOOR AND 60%CD DESIGN MODIFICATIONS FOR THE
OPERATIONS AND MAINTENANCE FACILITY
To
Proposal for Professional Services
For
"Design Services for Collier County Area Transit Operations and Maintenance Facility"
Contract#23-8108
Purchase Order:4500231142
JULY 07, 2025
1.0 INTRODUCTION
Jacobs Engineering Group, Inc. (referred to hereafter as CONSULTANT),with CONSULTANT's
Project Team (TEAM), has been requested and retained to provide additional professional
services associated with the Operations and Maintenance Facility for Collier County(COUNTY)
Area Transit(CAT), pursuant to Contract# 23-8108, executed February 13, 2024.
These additional services are based upon a scope of work addition requested by Collier
County Area Transit.The additional scope of services addresses the following:
1. THE PARTIAL RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST
FLOOR.
The project site hosts an existing "Administration Building" for which CAT requested
that the CONSULTANT provides architecture and engineering design services, bidding
assistance, and construction administration for a partial renovation of the first floor
(+/- 1,400 square feet). The area to be renovated will have a new training room to
accommodate approximately 50 people, replacing the training room from the
existing Operations and Maintenance building which will be demolished once the new
Operations and Maintenance facility is built. A new breakdown will also be provided.
Refer to attached Exhibit 1 showing area to be renovated. In addition, security
improvements for the building such as door access control at the exterior doors on
the first floor will be provided.A hazardous materials(asbestos)survey of the existing
Administration Building is also included in this scope.
-1-
acobs- JACOBS
5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
2. 60% CONSTRUCTION DOCUMENTS DESIGN MODIFICATIONS FOR THE
OPERATIONS AND MAINTENANCE FACILITY.
CAT requested that the CONSULTANT revise the 60% plans layouts for the new
Operations and Maintenance Facility in order to accommodate some additional
program needs for both the new administration bar and the fleet maintenance areas.
The requested services are being performed under Contract 23-8108 and services are
subject to the Terms and Conditions of that Agreement. The additional scope of services
addresses the following:
❖ TASK 1 — DATA COLLECTION & PROGRAM VERIFICATION - FOR THE PARTIAL
RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
❖ TASK 4.1 — CONSTRUCTION DOCUMENTS (60% Drawings and Specs) - FOR THE
PARTIAL RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
❖ TASK 4.2—CONSTRUCTION DOCUMENTS(60%Drawings and Specs)-MODIFICATIONS
FOR THE OPERATIONS AND MAINTENANCE FACILITY
• 4.2.1 —Administration Bar Revisions
• 4.2.2 - Fleet Maintenance Bay Revisions
• 4.2.3 - South Solar Canopy and Photovoltaic Panels (PV)addition to South walls
❖ TASK 5—CONSTRUCTION DOCUMENTS(90%Drawings and Specs) - FOR THE PARTIAL
RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
❖ TASK 6 — CONSTRUCTION DOCUMENTS (100% Drawings and Specs) - FOR THE
PARTIAL RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
❖ TASK 7 — POST DESIGN SERVICES - FOR THE PARTIAL RENOVATION OF THE EXISTING
ADMINISTRATION BUILDING FIRST FLOOR
• 7.1 —Bidding Assistance
• 7.2—Construction Administration Services
2.0 SCOPE OF SERVICES
The following describes the tasks necessary and changes description to complete this scope
of work:
TASK 1 —DATA COLLECTION&PROGRAM VERIFICATION -FOR THE PARTIAL RENOVATION
OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
-2-
JACO
S
Sacobs. 5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
1. Coordinate with stakeholders, subconsultants, and TEAM to procure and review data and
documents relevant to the project, including but not limited to assessments and survey
completed under the original agreement, existing drawings and other documentation of
the existing Administration Building.
2. Conduct code review including consideration of potential required upgrades to achieve
code compliance.
3. Perform a limited asbestos survey involving destructive testing of selected materials in
areas considered readily accessible through standard survey protocol and provide report of
findings inclusive of laboratory analyses.
4. Perform on-site building assessment to identify conditions that would affect construction
techniques or materials, and discrepancies between the existing conditions and available
documentation.Take photographs, provide written documentation, sketches, notes, or
reports to confirm and record the general conditions of the existing building.
5. Conduct a multi-disciplinary programming meeting with project stakeholders to review
spatial needs and adjacencies and building renovation options. Based on the project
requirements, it is estimated that the meeting will require one day on-site with an
opportunity for stakeholders to engage in a joint meeting with the TEAM. It is anticipated
that the design meeting would require one-half day of attendance by select COUNTY staff.
First-floor layout options will be tested regarding feasibility, constructability, costs and
expansion/flexibility, and options for improvement will be presented for review with project
stakeholders.With a vetted concept in hand,the CONSULTANT will begin execution of the
design document capturing the design intent.
6. Prepare meeting minutes and a summary of the client meetings to document the results
and decisions made, including preferred options for first-floor layout.
Deliverables(Data Collection and Program Verification)
Summary documentation of code review and on-site assessment.
Meeting minutes and summary of programming meetings.
Electronic copies of the site and floor plan files in PDF and AutoCAD.
TASK 4.1 —CONSTRUCTION DOCUMENTS (60% Drawings and Specs) - FOR THE PARTIAL
RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST
Upon completion of the Data Collection and Program Verification Phase and a written
approval of the preliminary floor plan The CONSULTANT will proceed with TASK 4.1. The
specific tasks the CONSULTANT will perform are as follows:
1. Produce plans that convey the intent of the work in sufficient detail to show the scope of
work, project work areas, life safety and other code compliance, major systems and
-3-
ghigiJACOBS
a co bs. 5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
equipment,and standard details.The List of 60%drawings will be per drawing list provided
in the original contract, as applicable to this scope of work.
2. Provide updated interior finish and color selection options for stakeholders'approval.
3. Develop Technical Specifications to 60%completion level, utilizing MasterSpec software.
Specifications will be fully or partially edited depending on the level of specialization
relating to each particular section.
4. Provide Basis-of-Design report as necessary.
5. Prepare project cost estimate.
6. Provide construction schedule.
7. Conduct in-house QA/QC.
8. Prepare for and attend design review meeting with COUNTY,to discuss project progress,
review design submittals, record stakeholder comments, and prepare meeting minutes.
Deliverables (Construction Documents 60%)
Deliverables will be per as delineated in the original contract for the "TASK 4 —
CONSTRUCTION DOCUMENTS (60% Drawings and Specs)/Deliverables (60% Contract
Documents)".
TASK 4.2 — CONSTRUCTION DOCUMENTS (60% Drawings and Specs) - MODIFICATIONS
FOR THE OPERATIONS AND MAINTENANCE FACILITY
The CONSULTANT will revise the 60% construction documents to incorporate the following
revisions. Scope of services will be as delineated in the original contract for the "TASK 4 —
CONSTRUCTION DOCUMENTS (60% Drawings and Specs).
1. Administration Bar Revisions Description (see below the revisions scope delineated by
discipline):
a. Architecture/Interiors Revisions Scope
i. Create iterations for the restroom layouts and revised fleet office areas to
incorporate revised locations for the maintenance manager's office, parts
manager office and part receiving vestibule.
ii. Add a larger conference room on the first floor and shifting lobby area and
fixtures.
iii. Add shower on the first floor and reconfigure adjacent spaces.
iv. Design coordination with Client and design team for implementation of
changes above.
-4-
JACOBS
aco bs_ 5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
b. Structural Revisions Scope
i. Adjust column line 4 to ease connection design based on revised plan layouts.
ii. Re-frame layout on second floor around entrance opening to floor below.
iii. Run analysis model for reframed elements.
iv. Update any detailing necessary to accommodate changes.
v. Coordination with other disciplines and review by Engineer of Records(EOR).
c. Mechanical Revisions Scope
i. Revise multizone outside air calculation and load for updated occupancy
numbers and room sizes.
ii. Re-route ducting, plumbing, and reselect variable air volume boxes for new
design/layout.
iii. Update plumbing piping layout,calculations,and schedules to include shower
and reoriented restroom on base floor.
iv. Coordination with other disciplines and review by Engineer of Records(EOR).
d. Electrical Revisions Scope
i. Revise lighting and power layouts for first and second floors.
ii. Re-run lighting calculation for revised rooms.
iii. Revise power circuits and panel schedules.
iv. Coordination with other disciplines and review by Engineer of Records
(EOR).
e. Fire Protection Revisions Scope
i. Revise life safety calculations and travel paths.
ii. Revise fire alarm floor plan layout and riser diagram.
iii. Revise fire suppression floor plan layout.
iv. Coordination with other disciplines and review by Engineer of Records
(EOR).
f. System Engineering Revisions Scope
i. Revise Parts Storage Room configuration and equipment layout &
schedule for new room arrangement.
2. Fleet Maintenance Revisions Description:
a. Shift Fleet Maintenance structure fifteen feet to the west to align with the west end
of the Administration Bar.
-5-
acobs. JACOBS
5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
b. Add twenty-five feet wide canopy to the east side of the Maintenance Fleet.
c. All discipline drawings will be updated to accommodate the above changes.
3. South Solar Canopy and Photovoltaic Panels (PV) addition to South walls Revisions
Description:
a. Add a solar canopy to the south end of the proposed Maintenance Facility.
b. Add PV panels to the south wall of both the Fleet Maintenance structure and the
proposed Administration Bar.
Refer to the attached Exhibit 1 for revised plan layout option selected by CAT(Option
2).
Deliverables (Construction Documents 60%)
Deliverables will be per as delineated in the original contract for the "TASK 4 —
CONSTRUCTION DOCUMENTS (60% Drawings and Specs)/Deliverables (60% Contract
Documents)".
TASK 5 — CONSTRUCTION DOCUMENTS (90% Drawings and Specs) - FOR THE PARTIAL
RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
Upon completion of the 60%CONSTRUCTION DOCUMENTS Phase and a written approval to
proceed, the CONSULTANT will commence TASK 5, which entails furthering design and
construction documents to a level of approximately 90%completion,including incorporation
of comments received on the 60% documents. The specific tasks the CONSULTANT will
perform will be as follows:
1. Produce plans that convey the intent of the work in sufficient detail for approval to finalize
in the next task.90%drawings list will be per drawing list provided in the original contract,
as applicable to this scope of work.
2. Provide updated interior finish and color selection options for stakeholders'approval.
3. Develop Technical Specifications to 90%completion level, utilizing MasterSpec software.
Specifications will be fully or nearly-fully edited, with only minor information to be
confirmed in the next task.
4. Update Basis-of-Design report as necessary.
5. Prepare updated project cost estimate.
6. Provide updated construction schedule.
7. Conduct in-house QA/QC.
8. Prepare for and attend design review meeting with COUNTY to discuss project progress,
-6-
JAC
BS
aco bs. 5811�Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
review design submittals, record stakeholder comments, and prepare meeting minutes.
Deliverables(Construction Documents 90%)
Deliverables will be per as delineated in the original contract for the "TASK 5 —
CONSTRUCTION DOCUMENTS (90% Drawings and Specs/Deliverables 90% Contract
Documents)".
TASK 6 —CONSTRUCTION DOCUMENTS (100% Drawings and Specs) - FOR THE PARTIAL
RENOVATION OF THE EXISTING ADMINISTRATION BUILDING FIRST FLOOR
Upon completion of the 90% CONSTRUCTION DOCUMENTS Phase and a written approval to
proceed, the CONSULTANT will commence TASK 6, which entails furthering design and
construction documents to a level of approximately 100% completion, including
incorporation of comments received on the 90% documents. The specific tasks the
CONSULTANT will perform will be as follows:
1. Finalize plans to constitute 100% Construction Documents. 100% drawings list will be
per drawing list provided in the original contract, as applicable to this scope of work.
2. Provide final interior finish and color selections.
3. Develop Technical Specifications to 100% completion level, utilizing MasterSpec software.
4. Update Basis-of-Design report as necessary.
5. Prepare updated project cost estimate.
6. Provide updated construction schedule.
7. Conduct in-house QA/QC.
8. Prepare for and attend design review meeting with COUNTY, to discuss project progress,
review design submittals, record stakeholder comments, and prepare meeting minutes.
Deliverables (Construction Documents 100%)
Deliverables will be per as delineated in the original contract for the "TASK 6 —
CONSTRUCTION DOCUMENTS (100% Drawings and Specs/Deliverables 100% Contract
Documents)".
TASK 7 — POST DESIGN SERVICES - FOR THE PARTIAL RENOVATION OF THE EXISTING
ADMINISTRATION BUILDING FIRST FLOOR
7.1 —Advertising and Bidding
Producing Bid Documents, to be issued to solicit bids to complete the construction of the
project, assistance in evaluation of bids from contractors, and production of Conformed
-7-
JAC
BS
58110 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
Documents for permitting.Work will include the following:
1. Prepare PDF containing contract plans and specifications for bidding to be provided to
interested bidders. Based on the approved 100%Construction Documents,the
CONSULTANT will incorporate review comments as appropriate to prepare Bid Documents.
QA/QC will be conducted prior to issuing Bid Documents.
2. Assist in preparing addenda as required,to interpret, clarify, or expand Bidding Documents.
Three addenda for the construction package are assumed.
3. Review bids and qualifications.
4. Prepare Conformed Contract Documents(drawings and specifications)to include bid-
phase addenda. QA/QC will be conducted prior to issuing Conformed Documents.
5. Upon acceptance of the successful bid, CONSULTANT will provide signed and sealed
Conformed Documents to the Authority Having Jurisdiction (AHJ)for permitting.
6. Respond to and resolve any comments received during the permitting process, perform
QA/QC,and issue revisions as required by the AHJ.
7.2—Construction Administration Services
Upon receipt of the written Notice to Proceed, the CONSULTANT will commence Task 5.2
Construction Administration (CA) Services for the project, for an assumed duration of 12
months. CA Services include the following:
1. Review submittals and shop drawings from the GC and GC to maintain Log of same.The
review and response period will be ten working days. It is understood that some submittals
may need to be expedited per the GC's request; CONSULTANT will make every effort to
expedite reviews as needed.
2. Respond to Requests for Information (RFI)from GC and GC to maintain log of same.The
CONSULTANT will review and respond within five working days. It is understood that some
RFIs may need to be expedited per the contractor's needs; CONSULTANT will make every
effort to expedite these responses as needed.
3. Issue plan revisions for submittal to AHJ where necessitated by RFI/shop
drawing/submittal responses and field conditions.
4. Review and approve monthly pay apps from GC.
5. Attend bi-weekly progress meetings via teleconference unless circumstances dictate in-
person attendance or coincide with scheduled construction observation site visit.Assume
attendance by Project Manager, Project Architect, or his/her designee.
6. Review change order or contingency adjustment requests(COR/CAR) as necessary.
7. Review Quality Assurance test results.
-8-
I
JAC
BS
a co US. 5811U Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
8. Conduct monthly site visits(assume twelve monthly visits)for the purpose of construction
observation (assume attendance by up to three team members); report will be prepared
and submitted to the COUNTY only if detrimental conditions or issues are observed.
9. Attend one substantial completion inspection walk-through and prepare a "punch list"of
items to be completed or repaired prior to final inspection.Assume half-day attendance by
up to four team members.
10.Attend one final inspection walk-through and prepare final"punch list" of items to be
completed or repaired prior to final acceptance by the COUNTY. CONSULTANT will include
a rough order of magnitude cost estimate for items listed in the punch list and remaining
tasks to be performed by GC.Assume half-day attendance by up to four team members.
11. Review closeout documentation.
12. Edit electronic files to produce Record Drawings from redline drawings provided by GC.
13.Maintenance of project documents for a minimum of ten years from the date of project
completion will be conducted in conjunction with the work of, and as described in, Contract
#23-8108.
3.0 PROJECT SCHEDULE
Modification to Project Schedule
Project Schedule shall be increased by a total of 60 Calendar Days to allow sufficient time for
implementation of changes, added scope and delivery of design services required for the 60%
deliverables.A revised project schedule will be prepared to add those additional dates and
revised project milestone dates.
4.0 ASSUMPTIONS
For the purpose of providing a stipulated/lump sum fee amount,this proposal has been
based on the following qualifications and assumptions:
A. Required services to perform this scope of work are being performed under Contract
#23-8108 and services are subject to the Terms and Conditions of that Agreement,
unless otherwise stipulated herein.
B. The proposal is based on the limited area of work described herein.
C. The work for the partial renovation (including potential layout reconfiguration) of
the first floor of the existing Administration Building, including upgrading security
with access control at exterior doors, is based on the limited area of work described
-9-
JACOBS
5811 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www jacobs.com
herein. It is understood that services to and from the work area may extend beyond
the boundaries described and will only be altered as necessary to achieve the
objectives of this scope of work. Upgrades to, or extensions of existing systems,
beyond those deemed necessary by the CONSULTANT to complete this project, or
not described herein, and recommendations or design pertaining to areas of the
facility outside the scope of this document, are not included.
D. Design for the renovation of the first floor of the existing Administration Building will
be based on site visit observations and record information available at the time of
the work.Subsequent changes to the condition of the site necessitating rework are
not included.
E. Services not specifically described in this scope of work are not included.
F. COUNTY will provide CONSULTANT with available construction and/or record
drawings of the project building.
G. Access to the site will be made available during normal business hours.
H. Project will be publicly bid.
I. Procurement and Contracting Requirements and General Conditions specifications
will be provided by the COUNTY.
J. Evaluation by specialty engineers is not included but may be determined necessary
during the course of routine observational inspection; in such case, evaluation by
specialty engineers will be considered a special service and constitute a change
order.
K. Site survey and geotechnical services are not included, since those have already
been performed under the original Contract#23-8108.
L. Destructive or nondestructive testing or analysis,quality assurance sampling and
testing of materials is included only to the extent described herein;additional
testing,analysis and sampling will be considered a special service and constitute a
change order.
M. Environmental and hazardous materials assessment using destructive testing is
included as part of the limited asbestos survey; however, remediation services are
not included in this scope of work.Additionally, repair of surfaces and materials
affected by such testing are the responsibility of the COUNTY.The CONSULTANT
shall at no time take title, risk of loss or ownership of hazardous materials or wastes
encountered during the performance of this project.The COUNTY recognizes that
the CONSULTANT assumes no risk and/or liability for hazardous materials
encountered while performing any services associated with such hazardous waste.
N. Permitting fees and procurement are not included.
-i0-
JAC
BS
acobS. 5811�Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
0. Furniture, Fixtures and Equipment(FF&E) package is included,and FF&E
specification and selection will be coordinated with the COUNTY.TEAM will
Coordinate with COUNTY to provide detailed layout drawings of FF&E.
P. Attendance at, or presentation to, public hearings and/or other meetings with
municipal agencies are not included.
Q. Services do not include "design to cost".The CONSULTANT will assist the COUNTY in
evaluating and offering cost reduction strategies as requested. If any changes are
required due to the project being over budget,then the re-design required to bring
the project back within budget is not a part of the lump sum fee and shall be treated
as additional services.
R. In reviewing or providing options of cost, financial analyses, economic feasibility
projections,and schedules,the CONSULTANT has no control over cost of price of labor
and materials; unknown or latent conditions of existing equipment or structures that
may affect operations or maintenance costs; competitive bidding procedures and
market conditions; time or quality of performance by operating personnel or third
parties; and other economic and operational factors that may materially affect the
ultimate project costs or schedule. Therefore, the CONSULTANT makes no warranty
that actual project costs, financial aspects, economic feasibility, or schedules will not
vary from the CONSULTANT'S opinions, analyses, projections, or estimates.
S. The CONSULTANT will reasonably rely upon the accuracy and completeness of the
information/data provided by the COUNTY or other third parties. Certain documents
and data may have been collected in the course of the performance of the original
Contract#23-8108 and may be re-used in this effort.
5.0 COMPENSATION
An estimated budget to be utilized for the above tasks has been established and is
shown as Attachment A—Manhour and Cost Estimate Summary.A man-hour
estimate for the above Scope of Services has been prepared for the sole purpose of
establishing a fee of$218,900.00 for the services to be rendered.
• The COUNTY will compensate the CONSULTANT a fee of$143,628.00,on a LUMP
SUM Basis,for the work associated with the"PARTIAL RENOVATION OF THE
EXISTING ADMINISTRATION BUILDING FIRST FLOOR"(TASKS 1,4.1, 5,6&7).
• The COUNTY will compensate the CONSULTANT a fee of$75,272.00,on a LUMP
SUM Basis for the work associated with the MODIFICATIONS FOR THE OPERATIONS
AND MAINTENANCE FACILITY(TASKS 4.2).
-11-
aco bs. 58101 Pelican Bay Blvd.
Suite 305
Naples,FL 34108
United States
www.jacobs.com
The hourly labor rates shown for the staff reflect the Rate Schedule agreed upon and match
those recently approved under Contract No. 23-8108.
-12-
iJ.
0 ,
a__ - `i
L___ —1
- � ,cOr--ti
l [1---v ---7--
= co t
----\,. 1
r 7- -,:_
n!�
r --,r _,E
■
• . (.1
1._- \ 1
tonton z:s.,
pc :OD nn \ npn
unco -c
C c -cmc oc)•
TRAINING(50) TO C C
fl ro1205.14 SF
nnnn :a DECIOn ,
II , ,
, ,
II
s i p 4.0 :on DrJ :0 n
. , ,
cucc .. , , ,, ._
.. N 1 , ,.,.... ,. , . ,
, ,
. _s_
E.7. . .ss
..
1 .
_.,.,
. _
/� ,,,
OPTION-1 BREAK ROOM
190.08 SF
EXHIBIT 1 A be
Fr i
renovatedreasto
1 rl
1
H $l- i d ¢xsl 9 !E ll xadgn;la idlil t l Mill! "iiid 5 1! r cx
"a
4 --"HRir re:a-=w^'3I RRIJ-t A-:a=a.=1A F.,..g.=g=JE -...=--SR -__ - -- R-1,1 5
61_ mama L■RrRX aa III RrRr3S ffiRHe7R k% % 3 irAAAAR a 11
1
II -5- I- -•1- 5- 1- 5- I- 1-
i {' i` is terry�1■ ■a ■rryr aail areeerrtla sera ale mama
ya ■s aera■graasrya i
�� a�3 %%%ffiaX.Zffi AH111H 4R.a% 11;.l� 1AxA1RAA!% %11A111A d1 S:HH4ffii% %1A1%A49ffiA4X4E% I�
R NI pet t4;- p s8II�■- s.4.. ■` ■re5- r I-- ( 5- ■ y g g 5y- 5.
it 11! 111A1 5 111111Yx11 111.l1 A1111111l1 AAAAAA.. 1 111111l1 111,A11A1A111A91 I1
1{Py 1- 5- ..-5-- R` gggg1i- (f9 g9A`I-- 55- g$g q $ 1- 5-
IOW IIIII .91 RA3ARIIHA<A lja74 H11AA1A111 11111111l1 1AAAAt�R Am1AA1m1AAmRA]R II
a 'la jf a 1- (.�■ 1- ,p-5- ( ( 9q--Iyy- (�a ({■`I+- `6 g ■J. r g j 86 / 5- 5-
II 1 11111Al1 111111 1.<51 III 111111 m 11A111m a 11R111�1 1AAx11m11A%1tl1 I1
0 1- 5- .-1e 5- 5- 5- I- 1,
ii IF! 1111itlg WIND! DA i1iii1 1l1 11;11111l1 !x! !1lq in:WI D! la
%■a II g 5- 1R AF-1L IA H fyII■A Mall
F I-
5 RI II! PIMA A 1H1!8x8y8i� !PI! IWAILPI 1%1k1�11!1i S all Illm111 11:11 1!
II! INIIIJI !1IWA-4 adll! I1II1Ag111 11j11111l1 PAD! M 111!!!11l1 11
hy R III B a 5- II- ----1�- q g{a91+• q g aJ- 5- p q s a+ iv 1a
gO i Ill .i ta�BtiS ;H'�}%RA.il Otli 1:11:::1! !%llA%:111! 1A141411 0.1/R%R1::!!9%`' 11
fIP -i- - 1' -5= - I= - I. 5- 1= is
1 g 10! Ill!x1/1 1 IMI :OnWHIN)! 11!!!!!!03! ivel '11A111 1i;111 I;
114 11INILI1 Al%A%%11.l1 111l! am mmllm mmlHlmmAll mam a AAAARAmARA1A%!1 11
9 !1j II- f 5- --5-1- e B 5- a 5- ie5- 11y. J-
14 NNW 41!!?Apli ill my' R%1%11 1Aa-a-lmAAl1 !%tt'1!1 ixAR1ffiffiXAHffiml 11
IP Mill
5- a± j- -F■1ii6 6 ` 5+■- qg 55- WWII!
j `r y II- IF
ii DI 19A ill !1� ;1A1A1ff !PA I1d1111.1 y5;,g'--111l1 WWII! 1 !1111AA!!!1l! 1;
% IP 5- - 1a AR-5$ 5. - 5. 1- ...----------1= Jp
liII 1111140 iA1i1A€1i1 i1A1 1111111A11 g1g!11E101 1AAIN 111i1;1AA9�1111 01
11 1. 5= -5- 5= I- 5- ---- 5= 5■
El II! aa1!F!01 UMW Mag IIIiiIk1i BIM! UEFA 111111111111101 !a
t 11 5-11 jj- 1Y -■q--5- Ry- y Iv 1r {R- [7y�-5- ep �p epq I. 1E
i '11 1,111118�F 111a111111 il! 1111111111 11111i11'li C!1Stl ! 111111�1111€IR1 11
1I 5= Iv Rq-Ja 1= 1= 1- ^-1R 1a
1E i4 f4q' fe ! R fagae ■ aR, R,RfaRsa ! RgRRaa 4a � R■■■■ yr 1 ya
IF FFA�'! F1�FFFSFI= -lip! F_1FFF^I l:, 5RFFFFIFl± �FFFFF1{ F F F FFFFF1AXX11d 1!
7 IP „„ J- - §- -R-id - -_= 1- J _5- 5- - I° 5.
it II RBA !ASErry%1! 11 11 1d11:11S1P5 Mill! :MIN111131111111ag1 I'
II 5= I= --5= 7 I= IA I. 1= IA
$ �1 - e e
5
141 PI ' t '� II
illga Si11 t 11 11 lit i5< y [$ Q i ! p; I7y pllli� I
f0E8l II 1 E i ; 111
i I 1 I ;ill! III 4111 III/Ell ! i
l$11, fj 1 �� a p s s { ° i a1l1 1j) gg t,I E, II 1g�o$l 1.1 Ili 1 pill
! II. 11 t ' 1 / 11 ! 1' 14 ''/111 `I' ' l !
did!OW ii 1i g! Oa;; III " siclak d ii53ai d 1•al-t!} :,#}I!l lifri'i I
;���€� y� Wig 9 �� :�.�.... 5 it 5 y�-__.,..,.,.. 5 ��:� 5 5 r 95 Casa K �;�� i a
AMRC AMERICAN MANAGEMENT RESOURCES CORPORATION
5230 Clayton Court • Fort Myers • Florida • 33907 • Phone(239)936-8266
February 6, 2025
Ms. Leila Multidor-Evelyn E-Mail: Leila.multidor-evelyn@jacobs.com
Jacobs Engineering Phone:305-392-2455
5811 Pelican Bay Blvd.,Suite 305
Naples, FL 34108
Reference: Limited Asbestos Survey of 1 Commercial Structure
8300 Radio Road, Naples,FL 34104
American Management Resources Corporation (AMRC) proposes to perform a limited asbestos survey of
one structure located at 8300 Radio Road in Naples, Florida. The information provided indicates the 1st
floor of"Building 1"will be renovated, apart from the bathrooms.Typical suspect materials to be
sampled according to EPA regulations include, but are not limited to:
• Ceiling Tile • Floor Tile/Mastic • Cove Base Mastic • Hard Coat Exterior
• Wall Coatings • Wall Systems • Ceiling Coatings • Ceiling Systems
• Fire Doors& Frames • Carpet Mastic • Transite Panels •Thermal Barriers
• Sink Insulation • Linoleum/Mastic • Acoustical Coatings • Roof Materials
Assuming no unusual circumstances are encountered during the inspection,we propose the following:
Asbestos Survey with written report(1 electronic copy) and
Laboratory Analysis(includes up to 16 Samples*) TOTAL $1,100.00**
*Note:Any additional samples-$20.00 each
**Payment for services must be rendered prior to the release of a report. Payment made by credit card
bill!inrlTr a 51 c rflnuenicnrc fpa,Th're is no additional charge for payment by check,cash,or EFT.
Samples will be submitted for analysis to a NVLAP accredited laboratory independent of AMRC. The
sampling protocol involves destructive testing of the material;therefore,the client will be responsible for
the repair of sample locations which may be affected,such as wall systems. The sampling does not intend
to acknowledge, imply, or warrant the inspection for all Asbestos-Containing Materials in areas not
normally considered readily accessible through standard survey protocol. These areas include but are not
limited to inaccessible spaces below floor levels, ground surface or concrete slab, areas considered
inaccessible or unsafe, attic spaces, materials covered by other types of building materials, mirrors,
equipment,or heavy objects.
AMRC appreciates this opportunity to be of service to you. To authorize the proposal,sign and return to
cassie@amrcfl.com. Should you have any questions, please contact us at your convenience.
Sincerely,
AMERICAN MANAGEMENT RESOURCES CORPORATION
C
Cassie Rahe
Director of Operations
Signature of Approval (MUST MATCH ADDRESSEE) Date
ENVIRONMENTAL • ENGINEERING • CONTRACTING t,i,t ,
JOHNS42 siNCE 1946,___
ENGINEERING
— An Apex Company —
June 27,2025
Leila Multidor-Evelyn,AIA, SARA,NCARB
Jacobs Engineering Group
5801 Pelican Bay Boulevard Suite 505
Naples Florida,34108
Re: Design Services for Collier Area Transit(CAT)Operations and Maintenance Facility
Additional Services for FSA#148055209
Dear Ms.Multidor-Evelyn:
Please accept this letter as our proposal to provide Jacobs Engineering Group(CONSULTANT)
additional civil design services in support of the above reference project.
JOHNSON ENGINEERING(SUB-CONSULTANT) SCOPE OF SERVICES:
Task 3—Collier County Site Development Plan(Civil Design)
SUB-CONSULTANT will provide additional Civil design services associated with the modifications
requested by Collier Area Transit to move the fleet building 15'to west to align with the west end of the
Administration Building.
Lump Sum Fee: $6,138.00
Change Order Summary Table
CO# Additive(+) Deductive(-) Current Amount New Amount
1 $6,138.00 $78,331 $84,469
Task 3 Lump Sum Lump Sum
Thank you for the opportunity to provide professional services for this project.We sincerely appreciate it
and look forward to continuing to work with you.
Sincerely,
JOHNSO./ NGINEERING,LLC
ro
2350 Stanford Court•Naples,Florida 34112•(239)434-0333
www.johnsonengineering.com