Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 10/28/2025 Item #16A15 (Proposed additional language in work order under agreement #18-7432-CE))
10/28/2025 Item # 16.A.15 ID# 2025-4234 Executive Summary Request that the Board review and approve the proposed additional terms language in Work Order proposals under Agreement No 18-7432-CE “Professional Services Library Civil Engineering Category” by Jacobs Engineering Group Inc. to provide peer reviews of the fiscal neutrality analysis for Corkscrew Grove East Village, Town of Ave Maria and Town of Big Cypress 2.0 Stewardship Receiving Areas (SRAs) within the Rural Lands Stewardship Area (RLSA), deem that the proposed language does not cause potential conflict of interest, and authorize Procurement Services Director or designee to issue the associated attached Work Orders in the total amount of $149,508. OBJECTIVE: The objective of this Executive Summary is to obtain Board approval of the additional terms language in Work Order proposals under Agreement No 18-7432-CE “Professional Services Library Civil Engineering Category” by Jacobs Engineering Group Inc. (Jacobs) to allow for the peer review of fiscal neutrality analysis required for all SRAs, while not precluding the firm from bidding on future projects within the SRAs or future transportation infrastructure projects outside the SRAs mentioned within their fiscal analysis. CONSIDERATIONS: The Growth Management Plan (GMP) states that all development within the RLSA is required to provide a determination of fiscal neutrality for the horizon year. To satisfy this requirement, applicants for future SRAs are required to submit a fiscal analysis that provides for a determination on the horizon year that the SRA is fiscally neutral or positive to the County. County Staff reviewed the submittals, but out of an abundance of caution, the County used a third-party company (Jacobs) to provide a peer review of the fiscal neutrality analysis. The peer review is a review of the SRA’s economic assessment for fiscal neutrality for accuracy and completeness, and is limited to: 1. The reasonableness of the assumptions in the underlying analysis. 2. The consistency of the analysis with the underlying assumptions. 3. The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period, and the reasonableness of expenditures (capital and operating) for the appropriate forecast period. 4. The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. The additional terms contained in Jacobs’ proposals in question are italicized and provided below: 1. Future Projects/Scopes of Work/Assignments: CONSULTANT is submitting this Scope and Fee to the COUNTY with the mutual understanding that by performing these services, CONSULTANT is not precluded* from proposing on (by any method including but not limited to: RFP, Work Order, Task Order, etc.) or performing any Planning, Environmental, Design, Permitting, Construction, Construction Inspection, Construction Management Services, etc. on future projects that are within the development project area or are mentioned in the DPFG Report as potential transportation infrastructure improvements. * With regards to eligibility for future work assignments, the CONSULTANT will be held to current Collier County Ordinances as well as Federal and State statutes in place at the time of this Work Order. The CONSULTANT, as a result of this “Peer Review”, will not be privy to any information about any future projects adjacent to, or within the “Development Area” that is not shown in the County AUIR, Long Range Transportation Plan, Utility Master Plan, etc., or readily available to the public. Additionally, the subject development, Economic Assessment for Fiscal Neutrality, is presented to the Collier County Planning Commission and the Board of County Commissioners in a public forum. Staff is requesting that the Board approve the additional language and authorize the Procurement Services Director or designee to issue the attached Work Orders for Peer Review of the Economic Assessment for Financial Neutrality for Corkscrew Grove East Village, Town of Ave Maria, and Town of Big Cypress SRA 2.0 in the amount of $49,836 each for a total of $149,508. Page 1567 of 3380 10/28/2025 Item # 16.A.15 ID# 2025-4234 This request achieves a balance between environmental protection and the provision of housing that is affordable. FISCAL IMPACT: Funding in the amount of $149,508 for the above Work Orders is available in the Current Planning 138326 cost center. GROWTH MANAGEMENT IMPACT: Approval of the proposed language will allow for consistency with the Collier County Growth Management Plan (GMP). LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATIONS: To review and approve the proposed additional terms language in Work Order proposals under Agreement No 18-7432-CE “Professional Services Library Civil Engineering Category” by Jacobs Engineering Group Inc. to provide peer reviews of the fiscal neutrality analysis for Corkscrew Grove East Village, Town of Ave Maria and Town of Big Cypress 2.0 Stewardship Receiving Areas (SRAs) within the Rural Lands Stewardship Area (RLSA), deem that the proposed language does not cause potential conflict of interest, and authorize Procurement Services Director to issue the associated Work Orders in the total amount of $149,508. PREPARED BY: Mike Bosi, AICP, Director - Zoning Division ATTACHMENTS: 1. Work Order - Town of Ave Maria-signed 2. Town of Ave Maria Economic_Assessment_Scope_and_Fee_09.11.2025 3. Direct Select Town of Ave Maria - Approved 4. Work Order - Town of Big Cypress-signed/updated 5. Town of Big Cypress Economic_Assessment_Scope and Fee_09.11.2025 6. Direct Select Town of Big Cypress - Approved 9.23.25 7. Work Order - Corkscrew Grove-signed 8. Corkscrew Grove Economic_Assessment_Scope__and_Fee_09.11.2025 9. 18-7432-CEJacobsCOIexp.7.1.26_2025 10. Direct Select Corkscrew Grove - Approved Page 1568 of 3380 WORK ORDER/PURCHASE ORDER Contract 18-7432-CE, Professional Services Library: Civil Engineering Contract Expiration Date: February 24, 2026 This Work Order is for professional Civil Engineering services for work known as: Project Name: Peer Review of the Town of Ave Maria SRA Economic Assessment for Financial Neutrality Project No: 1014-138326-634999 The work is specified in the proposal dated September 11, 2025, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Jacobs Engineering Group, Inc Scope of Work: As detailed in the attached proposal and the following: • Task I Peer Review the Town of Ave Maria SRA Economic Assessment for Financial Neutrality • Task II Board Meeting Preparation and Presentation 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 CE 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 – Attachment A) Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $43,680.00 LS NTE Task II $6,156.00 T&M NTE _______________ TOTAL FEE $49,836.00 PREPARED BY: Khatuna Chkuaseli, Management Analyst I Date APPROVED BY: Michael Bosi, Division Director, Zoning Date Page 1569 of 3380 Page 2 of 2 APPROVED BY: Michael Stark, Division Director, ORM Date APPROVED BY: James French, Department Head Date 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: Jacobs Engineering Group, Inc. Ellen Patterson, VP, Operations Leader Date (Remainder of page intentionally left blank) Page 1570 of 3380 JACOBS 5811 Pelican Bay Boulevard Suite 305 Naples, FL 34108 Telephone: 239-860-4922 JACOBS SCOPE OF SERVICES FOR "PEER REVIEW OF THE TOWN OF AVE MARIA SRA ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY " PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) SEPTEMBER 11, 2025 1.0 INTRODUCTION The general objective for this task is to contract outside CONSULTANT Engineering Services from JACOBS Engineering Group Inc. (referred to hereafter as CONSULTANT) for the Collier COUNTY Growth Management Department - Zoning Division, Comprehensive Planning Section (referred hereafter as COUNTY), to provide a “Peer Review of the Town Ave Maria SRA Economic Assessment for Financial Neutrality”. CONSULTANT understands that a ‘Draft” economic assessment was prepared by Development Planning and Financing Group (DPFG), on behalf of Tarpon Blue CE Management, LLC (the “DPFG Report”) demonstrating that development of the Town of Ave Maria (the “Project”) will be fiscally neutral or positive to the COUNTY tax base. The DPFG Report considered the following public facilities and services: transportation, potable water, wastewater, irrigation water, stormwater management, solid waste, parks, law enforcement, emergency medical services, fire, and schools. 2.0 SERVICES TO BE PERFORMED The major services to be performed under this Task Order are summarized below: TASK 1 – PEER REVIEW THE TOWN OF AVE MARIA SRA ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY The Stewardship Receiving Area (“SRA”) Designation Application Package must demonstrate that its development, as a whole, will be fiscally neutral or positive to the COUNTY tax base. This task includes review of the DPFG Report . CONSULTANT will not be required to audit the data provided, and their review will be limited to the following: Page 1571 of 3380 The reasonableness of the assumptions in the underlying analysis. The consistency of the analysis with the underlying assumptions. The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. CONSULTANT’s procedures in reviewing the report will include sample verification of significant calculations, testing of consistency among underlying assumptions, data and calculation methods, and reviewing the consistency of results with the COUNTY’s current plans and forecasts. Note: CONSULTANT will not replicate or develop an independent Fiscal Impact Analysis Model (FIAM) but will review DPFG’s model and test significant and sensitive variables. CONSULTANT will utilize publicly available unit cost assumptions to assess capital and operational expenditure forecasts. Example if water and wastewater expenditures remain undetermined in DPFG’s report, they will be evaluated against average unit costs for water and wastewater infrastructure. After CONSULTANT’s review is complete, their suggested modifications will be identified and discussed with COUNTY staff prior to finalizing their written review comments. Task 1: Deliverable(s) Technical Memorandum – Draft and Final: Documentation of CONSULTANT’S review and comments on the DPFG Report - in electronic (PDF) format. TASK 2: BOARD MEETING PREPARATION AND PRESENTATION The CONSULTANT shall assist the COUNTY with developing their Board presentation and shall attend two (2) anticipated Board Meeting if requested. CONSULTANT shall make data gathered during Task 1 Services available for COUNTY use while COUNTY is preparing its PowerPoint Board Presentation. CONSULTANT s h a l l be available to assist COUNTY staff during Board Meeting Presentation. Note: COUNTY shall provide CONSULTANT a 30 Days’ notice ahead of requested Board Meeting presentation to allow sufficient time for coordination, preparation and scheduling. Page 1572 of 3380 Task 2 Deliverable PowerPoint presentation slide(s), summarizing the results from CONSULTANT review of the DPFG Report . PROJECT ASSUMPTIONS/EXCLUSIONS Note: The DPFG Report and Model will be provided to CONSULTANT, prior to or along with, project Notice to Proceed. 1.Work performed under this Task Work Order will be considered a: “Peer Review of the Town of Ave Maria SRA Economic Assessment for Financial Neutrality” 2.The intent is not to replicate or develop an independent Fiscal Impact Analysis Model (FIAM), but to review DPFG’s model regarding the fiscal neutrality of proposed development. 3.Services other than those described above Notwithstanding CONSULTANT’s review and evaluation of the DPFG Report, CONSULTANT shall not be responsible for any and all liabilities to any person or entity caused as a result of deficiencies in the DPFG Report, regardless of any allegations of negligence by CONSULTANT. COUNTY acknowledges that ultimate responsibility for deficiencies in the DPFG Report shall be attributable to DPFG irrespective of CONSULTANT’s review and evaluation of the same. Note: 1.DATA COLLECTION:CONSULTANT will reasonably rely upon the accuracy, and completeness of the information/data provided by the COUNTY or other third parties. Any data, information, and assumptions used to review any financial forecasts will be derived from published information and other appropriate sources, which will be described in CONSULTANT’s technical memorandum. CONSULTANT shall not assume responsibility for the accuracy of such data, information, and assumptions. 2.CONTRACT TERMS AND CONDITIONS:The required services are being performed under Agreement 18-7432 and services are subject to the Terms and Conditions of that Agreement. Notwithstanding anything to the contrary in any forthcoming purchase order and/or NTP referencing other terms, the terms of agreement 18-7432 will govern this work. 3.Review of Cost Opinions:In CONSULTANT’S review of any opinions of cost, financial analyses, economic feasibility projections, and schedules set forth in the DPFG Report , the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation 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 cost or schedule. Therefore, CONSULTANT makes no warranty that COUNTY's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from the DPFG Report . Page 1573 of 3380 4.Any financial forecast is subject to uncertainties. Inevitably, some assumptions used to develop the forecasts in the DPFG Report will not be realized, and unanticipated events and circumstances may occur. There will be differences between the forecast and actual results, and those differences may be material. Therefore, CONSULTANT cannot provide any form of assurance that the forecasts will be achieved. Neither CONSULTANT nor any person acting on CONSULTANT’s behalf makes any warranty, express or implied, with respect to the information or comments disclosed in the technical memorandum provided by CONSULTANT. 5.The technical memorandum prepared by CONSULTANT is to be used solely for the internal purposes of the COUNTY. The technical memorandum is not to be made available to any other party or to be used for securing financing or for any other purposes. 6.The parties acknowledge that the technical memorandum is intended solely for the benefit of the parties to the Agreement. The technical memorandum is not intended to, and shall not, provide any person not a party to the Agreement with any rights of any nature whatsoever against either of the parties to the Agreement, and no person not a party to the Agreement shall have any right, power, or privilege in respect of any party, or have any benefit or interest, arising out of the Agreement. 7.Future Projects/Scopes of Work/Assignments:CONSULTANT is submitting this Scope and Fee to the COUNTY with the mutual understanding that by performing these services, CONSULTANT is not precluded* from proposing on (by any method including but not limited to: RFP, Work Order, Task Order, etc.) or performing any Planning, Environmental, Design, Permitting, Construction, Construction Inspection, Construction Management Services, etc. on future projects that are within the development project area or are mentioned in the DPFG Report as potential transportation infrastructure improvements. * With regards to eligibility for future work assignments, the CONSULTANT will be held to current Collier County Ordinances as well as Federal and State statutes in place at the time of this Work Order. The “Peer Review” is a review of the developments Economic Assessment for Fiscal Neutrality for accuracy and completeness. As stated in this Scope of Work, the review is limited to: a)The reasonableness of the assumptions in the underlying analysis. b)The consistency of the analysis with the underlying assumptions. c)The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. d)The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. Page 1574 of 3380 The CONSULTANT, as a result of this “Peer Review”, will not be privy to any information about any future projects adjacent to, or within the “Development Area” that is not shown in the County AUIR, Long Range Transportation Plan, Utility Master Plan, etc. or readily available to the public. In addition, the subject developments Economic Assessment for Fiscal Neutrality is presented to the Collier County Planning Commission as well as Board of County Commissioners in a public forum. 3.0 STUDY REQUIREMENTS AND PROVISIONS FOR WORK Project Schedule CONSULTANT shall be ready to begin work immediately upon Notice to Proceed (NTP). Overall Work Order Schedule shall not extend beyond 365 Calendar Days from NTP unless mutually agreed to and extended by Collier COUNTY. Progress Billing The CONSULTANT shall provide written progress reports that detail the work performed on each task. Progress reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percentage complete against the actual work accomplished. Liaison Office The COUNTY will designate a Project Manager who shall be the representative of the COUNTY for this Task Work Order . The final direction on all matters remains with the Project Manager. CONSULTANTs Compensation A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $49,836.00 The COUNTY will compensate the CONSULTANT a fee of $43,680.00 for Task 1 on a LUMP SUM Basis. The COUNTY will compensate the CONSULTANT a fee of $6,156.00 for Task 2 and Expenses on a Time and Materials Basis. The hourly labor rates shown for staff reflect the Rate Schedule agreed upon under PROFESSIONAL SERVICES LIBRARY – CIVIL ENGINEERING CATEGORY, (CE) Contract No. 18-7432 (CE) – Schedule B. Page 1575 of 3380 JACOBS Engineering Group Inc. CIVIL ENGINEERING CATEGORY (CE) 9/11/2025 Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly hours Rate hours Rate hours Rate hours Rate hours Rate hours Rate TASK 1: REVIEW OF ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY (Lump Sum)16 $238.00 64 $201.00 24 $164.00 164 $130.00 0 $102.00 24 $73.00 292 $43,680.00 A. Review of Town of Ave Maria SRA Economic Assessment B. Review Assumptions C. Review Analysis and Methodology D. Determine and Comment on Reasonableness of Findings E. Prepare "Technical Memorandum of Findings" and Response to Comments TASK 2: BOARD MEETING PREPARATION AND PRESENTATION (Time and Materials)0 $238.00 24 $201.00 0 $164.00 8 $130.00 0 $102.00 4 $73.00 36 $6,156.00 A. Prepare for and attend two (2) Board Meetings M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt. 16 $3,808.00 88 $17,688.00 24 $3,936.00 172 $22,360.00 0 $0.00 28 $2,044.00 328 ETIMATED DIRECT EXPENSES Expenses (Airfare, Lodging, Transportation, Food, etc.)$0.00 TOTAL EXPENSES (Time and Materials)$0.00 Total Labor $49,836.00 Total Expenses $0.00 Total Project Cost $49,836.00 $49,836.00 TOTAL LABOR "Peer Review of the Town of Ave Maria SRA Economic Assessment for Financial Neutrality" SENIOR TECHNICIANPRINCIPALSENIOR PROJECT MANAGER SENIOR PLANNER PLANNER CLERICAL/ ADMINTASK SUMMARY FEE SHEET TOTAL HRS TOTALS PROFESSIONAL SERVICES LIBRARY PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) ATTACHMENT A - MANHOUR AND COST SUMMARY ESTIMATE Page 1576 of 3380 Page 1577 of 3380 WORK ORDER/PURCHASE ORDER Contract 18-7432 CE, Professional Services Library: Civil Engineering Contract Expiration Date: February 24, 2026 This Work Order is for professional Civil Engineering services for work known as: Project Name: Peer Review of the Town of Big Cypress SRA 2.0 (2025) Economic Assessment for Financial Neutrality Project No: 1011 1014-138326-634999 KC 10/22/2025 The work is specified in the proposal dated September 11, 2025, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Jacobs Engineering Group, Inc Scope of Work: As detailed in the attached proposal and the following: •Task I Peer Review the Town of Big Cypress SRA 2.0 (2025) Economic Assessment for Financial Neutrality •Task II Board Meeting Preparation and Presentation 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-CE 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): [g)Negotiated Lump Sum (NLS) □Lump Sum Plus Reimbursable Costs (LS+RC) [g)Time & Material (T&M) (established hourly rate -Schedule A) D Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I Task II $ 43,680.00 LS NTE $6,156.00 T&M NTE TOTAL FEE Chkuasel.l Kh Digitallys_,gnedby ChkuasehKhatuna $49,836.00 atuna Date: 2025.09.24 PREPARED BY: 10:3s:oo-04•00· APPROVED BY: Khatuna Chkuaseli, Management Analyst I Digitally signed by B • M · h I BosiMichael OSI IC ae Date 2025.09.24 11 :41 :31 -04'00' ------------------Michael Bosi, Division Director, Zoning Date Date Page 1 of2 Page 1578 of 3380 Digilally signed by StarkMichael 3l11Yi9ii[,. APPROVED BY: 12:24.46 44'ao Michael Stark, Division Director. ORM Dale APPROVED BY: Dig,tatty signed by FrenchJames 5::::!i?T:! * 14.47:4644AO James French, Department Head Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best oftheir knowledge and belief, all relevant facts conceming 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 firlly disclosed. Additionally, the Firm agrees to notif, the Procurement Director, in rvriting within 48 hours of leaming of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY:J acobs Lnr:ineerins Crouo. lnc. Ellen B lrrni""u;iif;". PatterSOn ;::*]r?;'nifi:Iii.;*:J"r.; Ellen Patterson, VP, Operations Leader Date (Remainder of page intentionally left blank) Page 2 of 2 Page 1579 of 3380 JACOBS 5811 Pelican Bay Boulevard Suite 305 Naples, FL 34108 Telephone: 239-860-4922 JACOBS SCOPE OF SERVICES FOR "PEER REVIEW OF THE TOWN OF BIG CYPRESS SRA 2.0 (2025) ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY " PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) SEPTEMBER 11, 2025 1.0 INTRODUCTION The general objective for this task is to contract outside CONSULTANT Engineering Services from JACOBS Engineering Group Inc. (referred to hereafter as CONSULTANT) for the Collier COUNTY Growth Management Department - Zoning Division, Comprehensive Planning Section (referred hereafter as COUNTY), to provide a “Peer Review of the Town of Big Cypress SRA 2.0 (2025) Economic Assessment for Financial Neutrality”. CONSULTANT understands that a ‘Draft” economic assessment was prepared by Development Planning and Financing Group (DPFG), on behalf of Tarpon Blue CE Management, LLC (the “DPFG Report”) demonstrating that development of the Town of Big Cypress (the “Project”) will be fiscally neutral or positive to the COUNTY tax base. The DPFG Report considered the following public facilities and services: transportation, potable water, wastewater, irrigation water, stormwater management, solid waste, parks, law enforcement, emergency medical services, fire, and schools. 2.0 SERVICES TO BE PERFORMED The major services to be performed under this Task Order are summarized below: TASK 1 – PEER REVIEW THE TOWN OF BIG CYPRESS SRA 2.0 (2025) ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY The Stewardship Receiving Area (“SRA”) Designation Application Package must demonstrate that its development, as a whole, will be fiscally neutral or positive to the COUNTY tax base. This task includes review of the DPFG Report . CONSULTANT will not be required to audit the data provided, and their review will be limited to the following: Page 1580 of 3380 The reasonableness of the assumptions in the underlying analysis. The consistency of the analysis with the underlying assumptions. The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. CONSULTANT’s procedures in reviewing the report will include sample verification of significant calculations, testing of consistency among underlying assumptions, data and calculation methods, and reviewing the consistency of results with the COUNTY’s current plans and forecasts. Note: CONSULTANT will not replicate or develop an independent Fiscal Impact Analysis Model (FIAM) but will review DPFG’s model and test significant and sensitive variables. CONSULTANT will utilize publicly available unit cost assumptions to assess capital and operational expenditure forecasts. Example if water and wastewater expenditures remain undetermined in DPFG’s report, they will be evaluated against average unit costs for water and wastewater infrastructure. After CONSULTANT’s review is complete, their suggested modifications will be identified and discussed with COUNTY staff prior to finalizing their written review comments. Task 1: Deliverable(s) Technical Memorandum – Draft and Final: Documentation of CONSULTANT’S review and comments on the DPFG Report - in electronic (PDF) format. TASK 2: BOARD MEETING PREPARATION AND PRESENTATION The CONSULTANT shall assist the COUNTY with developing their Board presentation and shall attend two (2) anticipated Board Meeting if requested. CONSULTANT shall make data gathered during Task 1 Services available for COUNTY use while COUNTY is preparing its PowerPoint Board Presentation. CONSULTANT s h a l l be available to assist COUNTY staff during Board Meeting Presentation. Note: COUNTY shall provide CONSULTANT a 30 Days’ notice ahead of requested Board Meeting presentation to allow sufficient time for coordination, preparation and scheduling. Page 1581 of 3380 Task 2 Deliverable PowerPoint presentation slide(s), summarizing the results from CONSULTANT review of the DPFG Report . PROJECT ASSUMPTIONS/EXCLUSIONS Note: The DPFG Report and Model will be provided to CONSULTANT, prior to or along with, project Notice to Proceed. 1.Work performed under this Task Work Order will be considered a: “Peer Review of the Town of Big Cypress SRA 2.0 (2025) Economic Assessment for Financial Neutrality” 2.The intent is not to replicate or develop an independent Fiscal Impact Analysis Model (FIAM), but to review DPFG’s model regarding the fiscal neutrality of proposed development. 3.Services other than those described above Notwithstanding CONSULTANT’s review and evaluation of the DPFG Report, CONSULTANT shall not be responsible for any and all liabilities to any person or entity caused as a result of deficiencies in the DPFG Report, regardless of any allegations of negligence by CONSULTANT. COUNTY acknowledges that ultimate responsibility for deficiencies in the DPFG Report shall be attributable to DPFG irrespective of CONSULTANT’s review and evaluation of the same. Note: 1.DATA COLLECTION:CONSULTANT will reasonably rely upon the accuracy, and completeness of the information/data provided by the COUNTY or other third parties. Any data, information, and assumptions used to review any financial forecasts will be derived from published information and other appropriate sources, which will be described in CONSULTANT’s technical memorandum. CONSULTANT shall not assume responsibility for the accuracy of such data, information, and assumptions. 2.CONTRACT TERMS AND CONDITIONS:The required services are being performed under Agreement 18-7432 and services are subject to the Terms and Conditions of that Agreement. Notwithstanding anything to the contrary in any forthcoming purchase order and/or NTP referencing other terms, the terms of agreement 18-7432 will govern this work. 3.Review of Cost Opinions:In CONSULTANT’S review of any opinions of cost, financial analyses, economic feasibility projections, and schedules set forth in the DPFG Report , the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation 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 cost or schedule. Therefore, CONSULTANT makes no warranty that COUNTY's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from the DPFG Report . Page 1582 of 3380 4.Any financial forecast is subject to uncertainties. Inevitably, some assumptions used to develop the forecasts in the DPFG Report will not be realized, and unanticipated events and circumstances may occur. There will be differences between the forecast and actual results, and those differences may be material. Therefore, CONSULTANT cannot provide any form of assurance that the forecasts will be achieved. Neither CONSULTANT nor any person acting on CONSULTANT’s behalf makes any warranty, express or implied, with respect to the information or comments disclosed in the technical memorandum provided by CONSULTANT. 5.The technical memorandum prepared by CONSULTANT is to be used solely for the internal purposes of the COUNTY. The technical memorandum is not to be made available to any other party or to be used for securing financing or for any other purposes. 6.The parties acknowledge that the technical memorandum is intended solely for the benefit of the parties to the Agreement. The technical memorandum is not intended to, and shall not, provide any person not a party to the Agreement with any rights of any nature whatsoever against either of the parties to the Agreement, and no person not a party to the Agreement shall have any right, power, or privilege in respect of any party, or have any benefit or interest, arising out of the Agreement. 7.Future Projects/Scopes of Work/Assignments:CONSULTANT is submitting this Scope and Fee to the COUNTY with the mutual understanding that by performing these services, CONSULTANT is not precluded* from proposing on (by any method including but not limited to: RFP, Work Order, Task Order, etc.) or performing any Planning, Environmental, Design, Permitting, Construction, Construction Inspection, Construction Management Services, etc. on future projects that are within the development project area or are mentioned in the DPFG Report as potential transportation infrastructure improvements. * With regards to eligibility for future work assignments, the CONSULTANT will be held to current Collier County Ordinances as well as Federal and State statutes in place at the time of this Work Order. The “Peer Review” is a review of the developments Economic Assessment for Fiscal Neutrality for accuracy and completeness. As stated in this Scope of Work, the review is limited to: a)The reasonableness of the assumptions in the underlying analysis. b)The consistency of the analysis with the underlying assumptions. c)The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. d)The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. Page 1583 of 3380 The CONSULTANT, as a result of this “Peer Review”, will not be privy to any information about any future projects adjacent to, or within the “Development Area” that is not shown in the County AUIR, Long Range Transportation Plan, Utility Master Plan, etc. or readily available to the public. In addition, the subject developments Economic Assessment for Fiscal Neutrality is presented to the Collier County Planning Commission as well as Board of County Commissioners in a public forum. 3.0 STUDY REQUIREMENTS AND PROVISIONS FOR WORK Project Schedule CONSULTANT shall be ready to begin work immediately upon Notice to Proceed (NTP). Overall Work Order Schedule shall not extend beyond 365 Calendar Days from NTP unless mutually agreed to and extended by Collier COUNTY. Progress Billing The CONSULTANT shall provide written progress reports that detail the work performed on each task. Progress reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percentage complete against the actual work accomplished. Liaison Office The COUNTY will designate a Project Manager who shall be the representative of the COUNTY for this Task Work Order . The final direction on all matters remains with the Project Manager. CONSULTANTs Compensation A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $49,836.00 The COUNTY will compensate the CONSULTANT a fee of $43,680.00 for Task 1 on a LUMP SUM Basis. The COUNTY will compensate the CONSULTANT a fee of $6,156.00 for Task 2 and Expenses on a Time and Materials Basis. The hourly labor rates shown for staff reflect the Rate Schedule agreed upon under PROFESSIONAL SERVICES LIBRARY – CIVIL ENGINEERING CATEGORY, (CE) Contract No. 18-7432 (CE) – Schedule B. Page 1584 of 3380 JACOBS Engineering Group Inc. CIVIL ENGINEERING CATEGORY (CE) 9/11/2025 Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly hours Rate hours Rate hours Rate hours Rate hours Rate hours Rate TASK 1: REVIEW OF ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY (Lump Sum)16 $238.00 64 $201.00 24 $164.00 164 $130.00 0 $102.00 24 $73.00 292 $43,680.00 A. Review of Town of Big Cypress SRA Economic Assessment B. Review Assumptions C. Review Analysis and Methodology D. Determine and Comment on Reasonableness of Findings E. Prepare "Technical Memorandum of Findings" and Response to Comments TASK 2: BOARD MEETING PREPARATION AND PRESENTATION (Time and Materials)0 $238.00 24 $201.00 0 $164.00 8 $130.00 0 $102.00 4 $73.00 36 $6,156.00 A. Prepare for and attend two (2) Board Meetings M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt. 16 $3,808.00 88 $17,688.00 24 $3,936.00 172 $22,360.00 0 $0.00 28 $2,044.00 328 ETIMATED DIRECT EXPENSES Expenses (Airfare, Lodging, Transportation, Food, etc.)$0.00 TOTAL EXPENSES (Time and Materials)$0.00 Total Labor $49,836.00 Total Expenses $0.00 Total Project Cost $49,836.00 PROFESSIONAL SERVICES LIBRARY PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) ATTACHMENT A - MANHOUR AND COST SUMMARY ESTIMATE $49,836.00 TOTAL LABOR "Peer Review of the Town of Big Cypress SRA 2.0 (2025) Economic Assessment for Financial Neutrality" SENIOR TECHNICIANPRINCIPALSENIOR PROJECT MANAGER SENIOR PLANNER PLANNER CLERICAL/ ADMINTASK SUMMARY FEE SHEET TOTAL HRS TOTALS Page 1585 of 3380 Page 1586 of 3380 Page 1 of 2 WORK ORDER/PURCHASE ORDER Contract 18-7432-CE, Professional Services Library: Civil Engineering Contract Expiration Date: February 24, 2026 This Work Order is for professional Civil Engineering services for work known as: Project Name: Peer Review of the Corkscrew Grove East Village SRA Economic Assessment for Financial Neutrality Project No: 1014-138326-634999 The work is specified in the proposal dated September 11, 2025, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Jacobs Engineering Group, Inc Scope of Work: As detailed in the attached proposal and the following: • Task I Peer Review the Corkscrew Grove East Village SRA Economic Assessment for Financial Neutrality • Task II Board Meeting Preparation and Presentation 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 CE 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 – Attachment A) Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $43,680.00 LS NTE Task II $6,156.00 T&M NTE _______________ TOTAL FEE $49,836.00 PREPARED BY: Khatuna Chkuaseli, Management Analyst I Date APPROVED BY: Michael Bosi, Division Director, Zoning Date Page 1587 of 3380 Page 2 of 2 APPROVED BY: Michael Stark, Division Director, ORM Date APPROVED BY: James French, Department Head Date 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: Jacobs Engineering Group, Inc. Ellen Patterson, VP, Operations Leader Date (Remainder of page intentionally left blank) Page 1588 of 3380 JACOBS 5811 Pelican Bay Boulevard Suite 305 Naples, FL 34108 Telephone: 239-860-4922 JACOBS SCOPE OF SERVICES FOR "PEER REVIEW OF THE CORKSCREW GROVE EAST VILLAGE SRA ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY" PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) SEPTEMBER 11, 2025 1.0 INTRODUCTION The general objective for this task is to contract outside CONSULTANT Engineering Services from JACOBS Engineering Group Inc. (referred to hereafter as CONSULTANT) for the Collier COUNTY Growth Management Department - Zoning Division, Comprehensive Planning Section (referred hereafter as COUNTY), to provide a “Peer Review of the Corkscrew Grove Economic Assessment for Financial Neutrality”. CONSULTANT understands that a ‘Draft” economic assessment was prepared by Development Planning and Financing Group (DPFG), on behalf of Tarpon Blue CE Management, LLC (the “DPFG Report”) demonstrating that development of the Corkscrew Grove East Village (the “Project”) will be fiscally neutral or positive to the COUNTY tax base. The DPFG Report considered the following public facilities and services: transportation, potable water, wastewater, irrigation water, stormwater management, solid waste, parks, law enforcement, emergency medical services, fire, and schools. 2.0 SERVICES TO BE PERFORMED The major services to be performed under this Task Order are summarized below: TASK 1 – PEER REVIEW CORKSCREW GROVE EAST VILLAGE SRA ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY The Stewardship Receiving Area (“SRA”) Designation Application Package must demonstrate that its development, as a whole, will be fiscally neutral or positive to the COUNTY tax base. This task includes review of the DPFG Report . CONSULTANT will not be required to audit the data provided, and their review will be limited to the following: Page 1589 of 3380 The reasonableness of the assumptions in the underlying analysis. The consistency of the analysis with the underlying assumptions. The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. CONSULTANT’s procedures in reviewing the report will include sample verification of significant calculations, testing of consistency among underlying assumptions, data and calculation methods, and reviewing the consistency of results with the COUNTY’s current plans and forecasts. Note: CONSULTANT will not replicate or develop an independent Fiscal Impact Analysis Model (FIAM) but will review DPFG’s model and test significant and sensitive variables. CONSULTANT will utilize publicly available unit cost assumptions to assess capital and operational expenditure forecasts. Example if water and wastewater expenditures remain undetermined in DPFG’s report, they will be evaluated against average unit costs for water and wastewater infrastructure. After CONSULTANT’s review is complete, their suggested modifications will be identified and discussed with COUNTY staff prior to finalizing their written review comments. Task 1: Deliverable(s) Technical Memorandum – Draft and Final: Documentation of CONSULTANT’S review and comments on the DPFG Report - in electronic (PDF) format. TASK 2: BOARD MEETING PREPARATION AND PRESENTATION The CONSULTANT shall assist the COUNTY with developing their Board presentation and shall attend two (2) anticipated Board Meeting if requested. CONSULTANT shall make data gathered during Task 1 Services available for COUNTY use while COUNTY is preparing its PowerPoint Board Presentation. CONSULTANT s h a l l be available to assist COUNTY staff during Board Meeting Presentation. Note: COUNTY shall provide CONSULTANT a 30 Days’ notice ahead of requested Board Meeting presentation to allow sufficient time for coordination, preparation and scheduling. Page 1590 of 3380 Task 2 Deliverable PowerPoint presentation slide(s), summarizing the results from CONSULTANT review of the DPFG Report . PROJECT ASSUMPTIONS/EXCLUSIONS Note: The DPFG Report and Model will be provided to CONSULTANT, prior to or along with, project Notice to Proceed. 1.Work performed under this Task Work Order will be considered a: “Peer Review of the Corkscrew Grove East Village SRA Economic Assessment for Financial Neutrality” 2.The intent is not to replicate or develop an independent Fiscal Impact Analysis Model (FIAM), but to review DPFG’s model regarding the fiscal neutrality of proposed development. 3.Services other than those described above Notwithstanding CONSULTANT’s review and evaluation of the DPFG Report, CONSULTANT shall not be responsible for any and all liabilities to any person or entity caused as a result of deficiencies in the DPFG Report, regardless of any allegations of negligence by CONSULTANT. COUNTY acknowledges that ultimate responsibility for deficiencies in the DPFG Report shall be attributable to DPFG irrespective of CONSULTANT’s review and evaluation of the same. Note: 1.DATA COLLECTION:CONSULTANT will reasonably rely upon the accuracy, and completeness of the information/data provided by the COUNTY or other third parties. Any data, information, and assumptions used to review any financial forecasts will be derived from published information and other appropriate sources, which will be described in CONSULTANT’s technical memorandum. CONSULTANT shall not assume responsibility for the accuracy of such data, information, and assumptions. 2.CONTRACT TERMS AND CONDITIONS:The required services are being performed under Agreement 18-7432 and services are subject to the Terms and Conditions of that Agreement. Notwithstanding anything to the contrary in any forthcoming purchase order and/or NTP referencing other terms, the terms of agreement 18-7432 will govern this work. 3.Review of Cost Opinions:In CONSULTANT’S review of any opinions of cost, financial analyses, economic feasibility projections, and schedules set forth in the DPFG Report , the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation 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 cost or schedule. Therefore, CONSULTANT makes no warranty that COUNTY's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from the DPFG Report . Page 1591 of 3380 4.Any financial forecast is subject to uncertainties. Inevitably, some assumptions used to develop the forecasts in the DPFG Report will not be realized, and unanticipated events and circumstances may occur. There will be differences between the forecast and actual results, and those differences may be material. Therefore, CONSULTANT cannot provide any form of assurance that the forecasts will be achieved. Neither CONSULTANT nor any person acting on CONSULTANT’s behalf makes any warranty, express or implied, with respect to the information or comments disclosed in the technical memorandum provided by CONSULTANT. 5.The technical memorandum prepared by CONSULTANT is to be used solely for the internal purposes of the COUNTY. The technical memorandum is not to be made available to any other party or to be used for securing financing or for any other purposes. 6.The parties acknowledge that the technical memorandum is intended solely for the benefit of the parties to the Agreement. The technical memorandum is not intended to, and shall not, provide any person not a party to the Agreement with any rights of any nature whatsoever against either of the parties to the Agreement, and no person not a party to the Agreement shall have any right, power, or privilege in respect of any party, or have any benefit or interest, arising out of the Agreement. 7.Future Projects/Scopes of Work/Assignments:CONSULTANT is submitting this Scope and Fee to the COUNTY with the mutual understanding that by performing these services, CONSULTANT is not precluded* from proposing on (by any method including but not limited to: RFP, Work Order, Task Order, etc.) or performing any Planning, Environmental, Design, Permitting, Construction, Construction Inspection, Construction Management Services, etc. on future projects that are within the development project area or are mentioned in the DPFG Report as potential transportation infrastructure improvements. * With regards to eligibility for future work assignments, the CONSULTANT will be held to current Collier County Ordinances as well as Federal and State statutes in place at the time of this Work Order. The “Peer Review” is a review of the developments Economic Assessment for Fiscal Neutrality for accuracy and completeness. As stated in this Scope of Work, the review is limited to: a)The reasonableness of the assumptions in the underlying analysis. b)The consistency of the analysis with the underlying assumptions. c)The reasonableness of the anticipated future revenue from ad valorem taxes, impact fees, and other sources for the appropriate forecast period; and reasonableness of expenditures (capital and operating) for the appropriate forecast period. d)The consistency of the recommendations and findings with generally accepted governmental accounting and finance conventions, financial forecasting and impact-fee-setting practices, balanced development concepts (growth pays for growth), and/or applicable COUNTY policies. Page 1592 of 3380 The CONSULTANT, as a result of this “Peer Review”, will not be privy to any information about any future projects adjacent to, or within the “Development Area” that is not shown in the County AUIR, Long Range Transportation Plan, Utility Master Plan, etc. or readily available to the public. In addition, the subject developments Economic Assessment for Fiscal Neutrality is presented to the Collier County Planning Commission as well as Board of County Commissioners in a public forum. 3.0 STUDY REQUIREMENTS AND PROVISIONS FOR WORK Project Schedule CONSULTANT shall be ready to begin work immediately upon Notice to Proceed (NTP). Overall Work Order Schedule shall not extend beyond 365 Calendar Days from NTP unless mutually agreed to and extended by Collier COUNTY. Progress Billing The CONSULTANT shall provide written progress reports that detail the work performed on each task. Progress reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percentage complete against the actual work accomplished. Liaison Office The COUNTY will designate a Project Manager who shall be the representative of the COUNTY for this Task Work Order . The final direction on all matters remains with the Project Manager. CONSULTANTs Compensation A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $49,836.00 The COUNTY will compensate the CONSULTANT a fee of $43,680.00 for Task 1 on a LUMP SUM Basis. The COUNTY will compensate the CONSULTANT a fee of $6,156.00 for Task 2 and Expenses on a Time and Materials Basis. The hourly labor rates shown for staff reflect the Rate Schedule agreed upon under PROFESSIONAL SERVICES LIBRARY – CIVIL ENGINEERING CATEGORY, (CE) Contract No. 18-7432 (CE) – Schedule B. Page 1593 of 3380 JACOBS Engineering Group Inc. CIVIL ENGINEERING CATEGORY (CE) 9/11/2025 Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly Man-Hourly hours Rate hours Rate hours Rate hours Rate hours Rate hours Rate TASK 1: REVIEW OF ECONOMIC ASSESSMENT FOR FINANCIAL NEUTRALITY (Lump Sum)16 $238.00 64 $201.00 24 $164.00 164 $130.00 0 $102.00 24 $73.00 292 $43,680.00 A. Review of the Corkscrew Grove Village SRA Economic Assessment B. Review Assumptions C. Review Analysis and Methodology D. Determine and Comment on Reasonableness of Findings E. Prepare "Technical Memorandum of Findings" and Response to Comments TASK 2: BOARD MEETING PREPARATION AND PRESENTATION (Time and Materials)0 $238.00 24 $201.00 0 $164.00 8 $130.00 0 $102.00 4 $73.00 36 $6,156.00 A. Prepare for and attend two (2) Board Meetings M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt.M/H Amt. 16 $3,808.00 88 $17,688.00 24 $3,936.00 172 $22,360.00 0 $0.00 28 $2,044.00 328 ETIMATED DIRECT EXPENSES Expenses (Airfare, Lodging, Transportation, Food, etc.)$0.00 TOTAL EXPENSES (Time and Materials)$0.00 Total Labor $49,836.00 Total Expenses $0.00 Total Project Cost $49,836.00 $49,836.00 TOTAL LABOR "Peer Review of the Corkscrew Grove East Village SRA Economic Assessment for Financial Neutrality" SENIOR TECHNICIANPRINCIPALSENIOR PROJECT MANAGER SENIOR PLANNER PLANNER CLERICAL/ ADMINTASK SUMMARY FEE SHEET TOTAL HRS TOTALS PROFESSIONAL SERVICES LIBRARY PROFESSIONAL SERVICES LIBRARY CIVIL ENGINEERING CATEGORY (CE) CONTRACT NO. 18-7432 (CE) ATTACHMENT A - MANHOUR AND COST SUMMARY ESTIMATE Page 1594 of 3380 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1,000,000 1,000,000 752042899 752042899 C/O Global Risk Management 555 South Flower Street, Suite 3200 Collier County Board of County Commissioners 07/01/26PROFESSIONAL LIABILITY 500,000 22667 1,000,000 43575 X PROJECT MGR: Bill Gramer. CONTRACT MGR: Bill Gramer. RE: MSA for Professional Civil Engineering Services. CONTRACT 1-212-948-1306 X as an additional insured for general liability as respects the negligence of the insured in the performance of NUMBER: 18-7432 CE. CONTRACT END DATE: 2/5/2025. SECTOR: Public. Collier County Board of County Commissioners is added insurance is excess and non-contributory. Waiver of subrogation is hereby granted in favor of cert holder for GL, AL insured's services to cert holder under contract for captioned work. Coverage is primary and certificate holder's the holder. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN and WC. General Liability coverage includes the severability of interests/Cross Suits Liability provision in favor of 07/01/25 USA 07/01/26 WCU C72792932 (OH)* Jacobs Engineering Group Inc. WLR C72792919 (AOS) SCF C72792920 (WI) 07/01/25 1-212-948-1306 1,000,000 07/01/26 X Cert_Renewal 1,000,000 X Naples, FL 34112 633 W. Fifth Street 5,000CONTRACTUAL LIABILITY INDEMNITY INS CO OF NORTH AMER ACE AMER INS CO 2,000,000 1,000,000 A 07/01/25 07/01/25 07/01/25 ISA H11371504 X 07/01/25 Los Angeles, CA 90071 USA N A A B A HDO G48977145 1,000,000A 05/28/2025 07/01/26 EON G21655065 016 07/01/26 X 1,000,000 LIC #0437153 3295 Tamiami Trail E. Los Angeles, CA 90071 USA 07/01/26 PER CLAIM/PER AGG CIRTS_Support@jacobs.com Marsh Risk & Insurance Services Page 1595 of 3380 SUPP (05/04) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Additional Description of Operations/Remarks from Page 1: Additional Information: Jacobs Engineering Group Inc. IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* 05/28/2025 *$2,000,000 SIR FOR STATE OF: OHIO Page 1596 of 3380 Page 1597 of 3380 Page 1598 of 3380 Page 1599 of 3380 Page 1600 of 3380 Page 1601 of 3380 Page 1602 of 3380 Page 1603 of 3380 Page 1604 of 3380 Page 1605 of 3380 Page 1606 of 3380 Page 1607 of 3380 Page 1608 of 3380