Loading...
HomeMy WebLinkAbout2024-60 MTH Relocate Rwy 7-25 Phase II 12/11/2024 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: December 20, 2024 TO: Beth Leto, Business Manager Airports April Pearson Florida Keys Marathon International Airport FROM: Liz Yongue, Deputy Clerk SUBJECT: December 11, 2024 BOCC Meeting The following items have been executed and added to the record: I11 Task Order No. 2024-60 with Jacobs Project Management Co. in the amount of $697,896.00 for construction administration and resident project representative services during the Runway 7/25 Relocation project at the Florida Keys Marathon International Airport. The Task Order will be funded with Airport Operating Fund 403. I12 Task Order No. 2022-71 with Jacobs Project Management Co. in the amount of $124,959.00 for services to obtain a conceptual permit from the South Florida Water Management District for the Key West International Airport. All costs will be paid from Airport Operating Fund 404. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 MASTER AGREEMENT FOR PROFESSIONAL SERVICES: • .TASK ORDER FORM . . U on�Execution �. ' Effective Date p Task Order No. � ' '• . Client Project No. .403-63501-SC_00038 Engineer Project No. E X .7960 This Task Order is entered into oni the effective :date :noted above pursuant to: :the "Master- :: : Agreement:for Professional.Services" between Monroe County; Florida:("Client") and:JACOBS : ' PROJECT MANAGEMENT CO. ("Consultant"), dated February 16, 2022 ("Agreement") The . :Agreement is incorporated herein and:forms an integral part of this Task Order,: : : . Services Authorized-MTH Relocate RWY 7-25,Phase 2 :Construction Client.authorizes Consultant to: perform the Services described in Exhibit A:attached hereto and : : incorporated herein,:which Exhibit:A is marked with the:above:noted Task Order No..and.consists : • _.pgO • of _24. : ae.s • Pricing _ . . .. .. . :. N/A Time and Expense per.Agreement and:Appendix B to the Agreement. . • X Firm Fixed:Price.of$_ 697,896M ..: : . : : .. : . . . :: . . : . : • ,�. • • : . �N/A Other•(Describe)::� � . • : UN.NROE COMITY ATTOflNEY : • . . � •. .• ArOVE Pi. �FORM! .. ce ue • ' PED-O J: UNTY A : • :Services may commence on : : Execution hssc �, �vRti�Y :. 162 d Date :11/20/24 Services will cease by : aYs : . . : : : .: ' : e.: ,i0..i 0 (da.: : : : ' : ' : . i • : . : . . . ' : . . : . . • : . ' : : . : . : : i,f t . om aunv.�L ,, i % .�. ��:R :OF.MONROE COUNTY,FLORIDA tt 1 : I(4 makok,Clerk ' -;. :ti% tee. y. 4"2.. .f. r**f� :Ma o ames: C Schi11 . . 1 *��, �ti as De ty ClerkIIFF r y. J �wr c •? ••' 4:(- . rn . CONSULTANT: : JA MANAGEIVIEN��COOBS PROJECT Vi Digitally signedby.Vinay,U..�it. . hay DN:cn=Nina Uchil,'c=US, . :;'''..7 - y o=Jacobs,ou=P&PS,.. MT>■. ,fir,.:.• . ii,:a . ■ in',..7,Y--at.zsilniu,id,i.`'.'",!liquil'EL-,,,acobs. eline Rossh email=vinay.uchil@jacobs.com ' s,c=us,o=Jacobs, . . UC ,1 I - Date:2024.11.19.15:54:30-05:00'Jacqueline ui EL-, By Reason:I agree to the terms defined by the placement of my signature on th(s document OS S Location:Palm Beach Date:2°24.11."17:33:14-o5Q0' • , ice realen Witness Title: : : : . File: MSTR APS-Monroe:County: Page 1 of Exhibit A—Scope of Work Monroe County Florida Keys Marathon International Airport Relocate Runway 7-25 Construction Support and RPR Services SCOPE OF WORK Jacobs Project Management Co. (Jacobs) will provide construction support and resident project representative (RPR) services for the "Relocate Runway 7-25" project at Florida Keys Marathon International Airport(MTH). These construction services will provide the following: ASSUMPTIONS ■ Construction phase services are based on an anticipated duration of 162 calendar days of construction in the field. In the event the construction duration exceeds the calendar days listed above, Jacobs reserves the right to revise our proposal. ■ Jacobs will invoice on a percent complete to compensate the level of effort required for each assignment. ■ All as-built drawings to be provided to Jacobs in electronic (AutoCad) format and hard copy (printed) format. ■ Construction Support services are based upon the following: 60 shop drawings/product submittals. Our assumption is 20% of submittals will be approved on the first review and 80% will require re-submittal for further review; respond to 40 Contractor RFI's. ■ This scope of services and pricing is provided based upon and shall be performed under base agreement "Master Agreement for Professional Services". The Master Agreement for Professional Services is between Monroe County Florida and Jacobs Project Management Co. with an execution date of February 16, 2022 (together the base agreement Master Agreement for Professional Services and any amendments thereto are defined as the "Agreement"). Notwithstanding anything to the contrary contained or referenced in this Scope of Services, the terms and conditions of the Agreement shall govern all staff augmentation under this Scope of Services. ■ Construction is anticipated to start no later than June 2025. ARTICLE D—CONSTRUCTION ADMINISTRATION SERVICES 1. Prepare and issue conformed drawings for construction. 2. Prepare and issue construction contract to the awarded low bidder. 3. Issue a "Notice to Proceed," on behalf of the Airport, to the Contractor. 4. Review the Contractor's construction schedule. 5. Prepare for and attend the Pre-Construction conference. Page 1 of 4 6. Review all shop drawing submittals for conformance to the plans and specifications and respond to the Contractor and Airport with detailed summary of the applicability and acceptability of the shop drawing. 7. Respond to Contractor's RFI's. 8. Attend site visits and weekly progress meetings. Weekly progress meetings will be attended virtually utilizing Microsoft Teams. Site visits will observe work in progress and provide reports to Owner. Assume 18 site visits throughout the course of the construction project (two per month, totaling 12 site visits) for the PM/Civil and six additional visits for the (5 visits) Electrical and (1 visit) Drainage Engineer. 9. Prepare construction management plan. 10. Prepare Field Sketches, as necessary. 11. Provide general supervision and administrative support for resident project representative (RPR). 12. Review and approve estimates submitted by the Contractor for progress/final payments. 13. Prepare and negotiate change orders, as necessary. Assume 5 change orders. 14. Attend substantial completion walkthrough and review punch-list. 15. Attend final inspection walkthrough and meeting. 16. Review Closeout Documentation. 17. Review quality assurance testing results. 18. Obtain as-built data from Contractor, prepare record drawings and provide hardcopies and electronic files to the Airport. 19. Prepare and submit FAA closeout documentation and prepare and process final change order. 20. Coordination with permitting agencies as applicable to closeout permits (SFWMD and Monroe County) 21. Geodatic data oversight and QA/QC 22. FAA Coordination for REILS and PAPI installation and flight checks. Services for Article D will be provided under a lump sum basis. ARTICLE E - RESIDENT PROJECT REPRESENTATIVE (RPR) AND QUALITY ASSURANCE (QA) SUPPORT SERVICES 1. Attend pre-construction conference. Page 2 of 4 2. Coordinate and attend progress meetings with the contractor, Airport, and any other interested parties, as required prior to construction (e.g. Staging area coordination, setting up Contractor's trailer.). 3. Provide full-time RPR services for the work associated with the project. The RPR's for the project shall have field experience in the type of work to be performed, be fully qualified to make interpretations, decisions, field computations, and have knowledge of testing requirements and procedures. The RPR shall be responsible for the following: • Checking of construction activities to ensure compliance with the plans and specifications. • Inform the contractor and County of any work that is in non-compliant. • Coordinate quality assurance tests and verify they have been performed at the frequency stated in the specifications. • Review certifications for conformance with the specifications. • Document quantities of materials used on the project by actual measurements and computations in a field notebook or computer printout retained in a folder. • Maintain a set of working drawings on the job site, which can be used to prepare "As-Built" drawings. • Review the test reports and certifications for conformance with the specifications and maintain a file for all reports and certifications. • Inform the County of deficiencies so corrections can be made, and retesting performed. • Jacobs does not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures of construction or for safety precautions and programs in connection with the work, since these are solely the Contractor's responsibility under the contract for construction. • Jacobs shall make every reasonable effort to ensure that the Contractor completes the work in accordance with the current approved schedule and carries out the work in accordance with the contract documents. • Review close out documentation. • Review payment requests and certified payrolls from the contractor. • Maintain a diary, which will contain entries made and signed by the resident engineer. Each entry should include the following, plus any additional pertinent data: a. Date and weather conditions b. Names of important visitors C. Construction work in progress and location d. Size of contractor's work force and equipment in use Page 3 of 4 e. Number of hours worked per day for contractor and subcontractors f. Detailed information on testing (if applicable to work activities that day) g. Summary of quantities completed that day (if applicable) 4. Quality Assurance Testing of Construction Materials will be provided by our subconsultant, Tierra South Florida. See attached scope for further service details. 5. O'Neal Surveying and Mapping will provide survey services to support as-built data collection and collect geodetic control information related to ADIP updates filing. See attached scope for further service details. 6. Sightline, Inc. will provide project airfield marking document reviews and quality assurance services through the life of the project. See attached scope for further service details. 7. It is anticipated that agency staff(SFWMD or Monroe County) will conduct periodic inspections of the construction site at the Airport. It is assumed that 2 agency coordination site visits cannot be scheduled in conjunction with other tasks, so 2 agency coordination site visits (trips) are included in this task. Miscellaneous coordination with agency staff re: status of construction or compliance with also be provided. 8. Attend Substantial Completion inspection and create punch list. 9. Attend follow up site visit to confirm Final Completion of punch list items. 10. Provide 1 year follow up inspection. This work shall be performed prior the expiration of the 1- year warranty period. Services for Article E will be provided under a lump sum basis. Page 4 of 4 JACOBS ENGINEERING GROUP JOB HOUR AND FEE ESTIMATE Monroe County Airport: Florida Keys Marathon International Airport Project: Relocate Runway 7-25-Construction Support and RPR Services FEE SUMMARY BASIC SERVICES Hours Fee DBE AMOUNT Article D:Construction Phase Services 1,227 $ 196,168 $ - Article E: RPR and QA Services 1,352 $ 265,461 $ - Total Basic Services Lump Sum Fee 2,579 $ 461,629 $ - SPECIAL SERVICES Hours Fee DBE AMOUNT Article E: RPR and QA Services O'Neal Surveying and Mapping,Inc.-Survey $ 53,748 $ 53,748 Tierra-Geotechnical $ 142,119 $ 142,119 Sightline, Inc. $ 40,400 $ 40,400 Total Special Services Lump Sum Fee 0 $ 236,267 $ 236,267 TOTAL LUMP SUM PROJECT FEE 2,579 $ 697,896 $ 236,267 rr MAPPINC: , INC::_ t 6400 Manatee Ave., Suite L113 Bradenton, FL 34210 Ph.: (941)375-4470 2002 Old St. Augustine Rd., Bldg. A20 Suite 116 Tallahassee, FL 32301 Ph.:(850)270-2138 June 6, 2024 RE: The Florida Keys Marathon International Airport (MTH) Relocation of Runway 7-25. Limits of Survey are depicted on the attached Exhibit A (provided by the client) Pages C-401 through C-406 O'Neal Surveying and Mapping, Inc. (OSM) is pleased to provide you with a scope of services forthe above referenced project in Marathon, Florida. Objectives and Background for this project were provided to OSM by the client and are stated as follows: Currently MTH has a runway design code of B-II. To meet the required runway centerline to taxiway centerline separation for the FAA's B-II standards, a separation distance of 240 feet must be met. Currently that separation is substandard at MTH, where the runway centerline to taxiway centerline separation is 40- feet short. To correct this, a 40- foot shift of Runway 7-25 towards the north is planned. This proposal is to verify and/or establish Geodetic Control and provide an As-Built Survey. Project Datum: North American Datum of 1983 (NAD83 (2011) Florida State Plane Coordinate System—East Zone North American Vertical Datum of 1988 (NAVD88) United States Survey Feet SURVEY SCOPE OF SERVICES: TASK 1 —Geodetic Control— 1st deployment The following per FAA AC150/5300-13B • Prepare Geodetic Control Plan • Prepare Survey and Quality Control Plans • Prepare Final Report Validate/utilize these monuments to serve as the project tie to the NSRS. If the existing PACS/SACS monuments are determined to be damaged or the validation is unsuccessful OSM will establish temporary geodetic control points, as required. Geodetic data will be tied to the NSRS using the latest published adjustment (2011). Complete all required FAA Survey forms, documentation and photography at all existing and any newly established control stations and points including FAA Station Location &Visibility Diagrams, GPS Observation Sheets, Station Description/Recovery Form and minimum of 3 photos of tripods or bipods with equipment over stations as well as close ups of each station utilized. Following are the specific PACS &SACS locations to be used: Station Type Designation PID Horizontal Vertical Datum GEOID Datum PACS C121 AA0318 NAD83(2011) NAVD88 GEOID18 SACS MTH A AA1646 NAD83(2011) NAVD88 GEOID18 SACS MTH C AA1762 NAD83(2011) NAVD88 GEOID18 TASK 2 -As-Built Survey—2nd deployment • Runway ends/thresholds • Monument runway ends/thresholds • Document runway ends/thresholds • Identify and survey any displaced thresholds • Monument displaced thresholds • Document displaced thresholds locations • Determine or validate runway length and width • Determine runway profile using 10 foot stations • Determine the touchdown zone elevation (TDZE) • Determine or validate and document the position of navigational aids • Determine or validate and document the position of runway abeam points of navigational aids • Collect and document runway and taxiway lighting • Determine elevations of roadways at the intersecting point of the RPZ or runway centerline extended • Collect position and type of runway markings • Collect position and type of taxiway markings •Verify/establish OSM control points (Benchmarks)that may have been destroyed or disturbed by construction Deliverables: • Survey information will be provided in Civil 3d format. Survey information will be separated into multiple layers (i.e. Drainage, marking, building, major site features, contour, elevation, point, description, etc.). Benchmarks will be located within the survey grid. Each point will have full descriptions. All pertinent surface files and a drawing file (fully contoured, 1-2 ft intervals, as requested by the client) containing all of the survey data, including the point files, shall be provided. An ascii comma delineated point file will be provided (number, northing, easting, elevation, and description) Survey Accuracy: Elevations of pavement, structures, inverts, and paved swales to the nearest 0.03 foot at 95% confidence level. Spot elevations on hard surfaces will be depicted to the nearest 0.01 feet. Elevations of non-paved areas to the nearest 0.1 foot. 2 14"' agr Horizontal location of all features to the nearest 0.1 foot. The horizontal location of utility structures, lights, and small slabs shall be referenced to the center of structure. All vertical controls shall be referenced to the North American Vertical Datum of 1988 (NAVD1988). All horizontal controls shall be referenced to the NAD1983 State Plane Coordinate System. Use the Airport's Primary and Secondary Airport Control Stations (PACS and SACS). Miscellaneous Requirements: All OSM vehicles operating within the secured AOA shall be marked with company logos and have flashing lights. OSM staff will coordinate with the Owner to arrange access to the site. If applicable, OSM staff will coordinate with Jacobs to arrange for background data, drawings, and records on existing conditions and underground utilities. Plans to be provided to OSM in digital Civil3D format. Items Excluded From this Proposal: This proposal assumes that no badging will be required. Boundary survey work. Excavation and probing for underground lines, conduits, or obstructions. Utility locations will be taken from plans provided to OSM, other than those utilities clearly visible above ground, or marked and uncovered by others. Aerial photography of the sites. Weather delays, or airport operations and administrative delays caused by others, of no more than 4 days (Monday thru Friday). Delays in excessive of 4 days, by weather or others) will extend the schedule proportionally for number of days the survey is delayed. Schedule: Upon Notice to Proceed, OSM will have two weeks to mobilize and begin the field survey. All work is to be completed within 60 consecutive calendar days, once the project has begun. The As-Built portion of this survey will require an addition 45 consecutive days once the As-Built survey has begun. Task 1 $ 10,880.00 Task 2 $ 42,868.00 Total Lump Sum Survey Fee $ 53,748.00 3 If"' agr Project Assumptions 1. This is strictly a daytime operation and with the exception of weather, crews will be allowed to work for up to 10 hours per day, Monday through Friday. 2. Notice to Proceed is not expected until the spring of 2025. Work Zone Safety: All work zone and Airport safety, rules and procedures as required by MTH will be observed and strictly adhered to by OSM. All survey activity will be coordinated with Jacobs staff prior to and during commencement. Any and all vehicles to be utilized in said survey activities will be authorized by and registered as required. Said vehicles to have current decal, display company name/identification and maintain proper lighting requirements. Quality Control/Quality Assurance and Field Review: Verification of the field conditions as related to the collected survey data prior to any topographic survey data submittal. All activities required to supervise and coordinate the survey project will be performed by the OSM project supervisor, a Florida P.S.M. or their delegate. OSM will implement their QA/QC plan to include review, response to comments and any resolution meetings if required, preparation of submittals for reviews, etc. Thank you for this opportunity and please do not hesitate to call if you have any questions or concerns. Sincerely, O'Neal Surveying & Mapping, Inc. d' Mary E. Neal, PSM President 4 If"' agr NOLOna1SNOO SO ION-CIS JOi U3nSSI "Al my3o� ti sgo�e� Nv' d v 11 SNU JVLN 1N3W3nbd if U (ZOIr0133HS 33S)09+£I'V1S 31\I1HOlVW LU e } o Y g+ F o z -0, � U ma r v J r r y i r I r U +0 00+N,L 3 WS,Lb.ZZS O` �S"0 l=l Qos�r Z w W AV MI_ r o C..z ono r w r . ���� a i 7 IIIIIIIIIIIIII OFIIIIIII IIIIIIIII v r � y y y o � a v � O 5y � O _ n W — r r F rc d o � � Q ? i� — o W Fzi C] Ld a No �-, W 0 0 ¢ eo-ro-brc..am nre amp prime�w�vw iNavene�ooror�maaavome�Ea�mx���roaszorroamao Idxb�lr NOLLOnJISNOO SO ION-CISJOJ 43nSSl "Al my3�o� ti sgo3e- Need C SNU JVLM 1N3W3nbd if U (£0-O iD3HS 33S)00+SZ'V1S 3N11HOlVW o 000a zw zw 2 CL w Y h a m a y r _ r' U r o Z i r i y r i c 0 t N+ UI y I o e w � rc 1 � F w p a O o a ti Z U z U o� ¢ +. a p w F zi p LU O g Li w (10t-O iD3HS 33S)0+£l'V1S 3NI`IHOlVW f m 0 0 ¢ eo-ro-brc..am nra amp erlme�w>2vw iNavene�ooror+maaavom��Ea�mx���roaszorroamao i�xnrn NOLOnalSNOO SO ION-CISJOJ U3nSSI "Al my3�o� ti sgo3e- NV d SNU JVLM 1N3W3nbd if U (b0t-0 iD3HS 33S)09+9E'V1S 3NI1HOlVW C _ o ws W m mF Y h o �w �x y y + N a� m i y o a a 0 o a a a I� �t U ?+ a ry I 1 � q o w w a'ooz w m o ¢ Y LU � azw w w d r w py as Q rc a Nz Z � 4 3..9b'9Z Ab�ZS F w a n w OS'ObZ l Z Q w Z'd AVMIXb'1 W 0� — 6 NP\ ( —9� P Z W w� W 1 (ZOIrO iD3HS 33S)00+SZ'V1S 3NI`IHOlVW 0 0 ¢ echo-b-c..arn—a—erime�w>z�w iNavene,-oo>oua�aaa�o�i�E,iNx��si roye__orroamao l�xnrn NOLLOnJISNOO SO ION-CISJOJ 43nSSl "Al my3�o� ti sgo3e- NV d v SNU JVLM 1N3W3nbd if U (SO-0 iD3HS 33S)00+0''V1S 3NI1HOlVW � r 0 a Tq Y al I of � ffII1 I U i y r y r w oD= w �� of � Z 1 J � a l S F W w d p . O p o tip z wp WW N N ao �Q i2 O D d a v a U r � � W Z W �z vp W 2 =y p~ p W '.a __ Z W W W sK CD �£O1rO iD3HS 33S)09+9E'V1S 3NI`IHOlVW 0 0 eo-ro-brc..am nre amp prime�w�vw yNavene�ooror+maaavome�Eaymx���roaszorroamao iexnrn NOUSna1SNOO SO ION-CIS JOi U3nSSI "Al my3�o� ti sgo3e- NV d SNU IVLM 1N3W3nbd if U (901r0 iD3HS 33S)09+65'V1S 3NI1HOlVW Jm r r Z a _ 5 Z�a a LU Ue � U ga+OOb 00+Lpb 3 WSZ Lb=s 0 lb Ob OS'ObZ=I 1 'r bV AVMIxb'1 I m + w r r r Via•. t r \ z w 0 f U r o f y y wl/ 3 z y r �} Z } I U I �m y y U v U U y i r U U a 3.9b'SZ Lb 2ZE OS'pbZ=� rl EV AVMIXb'1 ,pp z — ...,N'Yy, — n ^ zw r z� 0 w tiw Y< — O }III e� � FO pa n a w r r or z OF .22.3 W p LLI � f NO n� W (b01r0 iD3HS 33S)00+9b'V1S 3NIIHOlVW 0 0 emo-b�c..31Y]1_raa lNV Nw Vw 1N3venec0000L�dA4O]vo�LS5[aLNx�3�Li3ro�JdczoZvoyd�ao Idxb�1L NOLLOnJISNOO SO ION-CIS JOJ 03nSSI "Al my3�o� ti sgo3e- NV d v SNU JVLM 1N3W3nbd if U z 5 e a w - LUa `I / i 3 e c3 y � i c"n w a �m mf 3� o ea r ° zw a i h zW � azw 00+09 00+109 3 +� 00+£09 �( OS 96'9Z lb eZZS o � b 8L'9£=l SY AtlMIXb'1 p 57 (Izw o zw zw y I U --- ---- �a �a w m V a m} 1, � w a a w ti w 3 LU f Imo, a ti y y y 1 Y z wzo �z 0 w h � a a n F F I a e z z �o > w w z w i w .10 -_ Z { LU 1. W w (SM-0 iD3HS 33S)09+69'V1S 3NI`IHOiVW 0 0 eo-o-b�c..amnee—prime�w vw iNavene�oo�ora��aaa�ome�Ea�mx��sLaroae_-orroamao IdxbO� April 29, 2024 Ms. Kaly Queiroz, P.E. Project Manager& CSL Jacobs 3300 PGA Blvd, Suite 780 Palm Beach Gardens, FL 33410 Email: kaly.queirozaiacobs.com Phone: 561-674-6440 Subject: Proposal for Construction Material Testing Services Marathon International Airport (MTH) Relocate Runway 7-25 9400 Overseas Highway Marathon, Florida 33050 TSFGeo Proposal No. 2404-300 Dear Kaly: TSFGeo is pleased to submit the proposal for providing construction material testing (QA) services for the above-referenced project in Key West, Florida. Our proposal is based on information provided to our office, we understand that the project in general will consist of improvements to the existing Runway 7-25 at the Marathon International Airport (MTH) in Marathon, Florida. The total construction duration is 158 days with 54 days of nightwork expected. The runway improvements include grading,paving, and concrete testing. The following scope of services will be required for this project. • Provide nuclear density tests on structural fill, backfill, subgrade and base materials, along with LBR tests, gradation, Proctor tests, Atterberg Limits. • Provide nuclear density tests on base materials, gradation, Proctor tests, and Atterberg Limits. • Provide senior engineering technician to assist with asphalt field and plant inspections during test strip and production. • Provide senor engineering technician for miscellaneous concrete testing. • Provide Senior Engineer for report review, coordination, sign and seal reports. TSFGeo will provide experienced technical personnel to perform the necessary testing and inspection services in accordance with the project specifications. We propose to accomplish the scope of our services on a unit rate basis in accordance with the attached rate schedule. TSFGeo's 2765 Vista Parkway,.`suite 10*West Palm Beach,Florida 33411 61-687-8536 e www'l'Si'Geo.com State of Por•ida Professional Lraciineers License#28073 Marathon International Airport Relocate Runway 7-25 TSFGeo Proposal No. 2404-300 fees will be determined by the actual amount of technical time expended for this project and the amount of laboratory testing performed. TSFGeo's laboratory and personnel fully comply with the standards of ASTM, ACI, AASHTO, AISC, AWS and FAA standards. Our laboratory maintains CMEC and FDOT certification and is staffed by experienced and certified field and laboratory personnel. ESTIMATED COST We proposed to accomplish the above services on a rate schedule basis using the attached rates with a not to exceed amount of$142,119.00. We appreciate the opportunity to offer our services for your project. Should you have any questions or need additional information, do not hesitate to contact me at(561) 687-8536. Respectfully submitted, Steph4jk, Wilson Gonzalez Consuction Services Manager Construction Operations Manager Attachments: Unit Fee Schedule Marathon International Airport Relocate Runway 7-25 TSFGeo Proposal No. 2404-300 Fees Breakdown for Construction Materials Testing Services I Laboratory Testing Services Moisture-Density(Modified Proctor Test), 6 tests @ $105.00/each $ 630.00 LBR Tests, 3 tests @ $300.00/each $ 900.00 Sieve Analysis Test, 6 tests @ $104.00/each $ 624.00 Organic Content Tests, 6 tests @ $50.00/each $ 300.00 Atterberg Limits Tests, 6 tests @ $95.00/each $ 570.00 SUBTOTAL: $3,024.00 II Construction Services-Soil Testing Nuclear density tests, 25 trips @ $1,500.00/trip $37,500.00 Concrete testing, 10 trips @ $1,500.00/trip $15,000.00 Transportation to Marathon Key+Per Diem, 10 trips $1,500.00 $15,000.00 Sample pick-up, 10 trips @$1,500.00/trip $15,000.00 SUBTOTAL: $82,500.00 III Construction Services Asphalt Inspection/Testing/Professional Services Asphalt Field Inspection, 1 night,test strip @$1,500.00/night $ 1,500.00 Asphalt Plant Inspection, 1 night,test strip @$ 910.00/night $ 910.00 Asphalt Field Inspection, 21 nights @ $1,500.00/night $31,500.00 Asphalt Plant Inspection,21 nights @ $9 1 0.00/night $19,110.00 Senior Engineer, PE, 15 hours @ $165.00/hour $ 2,475.00 Administration, 20 hours @ $55.00/hour $ 1,100.00 SUBTOTAL: $56,595.00 TOTAL CONSTRUCTION MATERIALS TESTING SERVICES: $142,119.00 Airfield Marking Plan & Specification Review & QA Jacobs Florida Keys Marathon International Airport t o7a o o � �„ w,� Yil%l�✓''fir h"a✓ ",' 11)I u���� /����� iacobs rn N4igher Standards. 54ghtline,Inc *imwmghtlirreus 1,5483 Enter I)rise'A aV,C,'uIpep er,,VA 22701 �540)212 4544 johr ne./fax Christopher Bowker, PE April 29, 2024 Manager I Aviation Jacobs (904) 636-5432 christopher.bowker@jacobs.com Chris, Thank you for the opportunity to submit a proposal to provide project airfield marking document review and Quality Assurance services part of your project to rehabilitate Runway 7-25 at Florida Keys Marathon International Airport (MTH). I appreciate your confidence in our expertise and am excited about the opportunity to work with Jacobs again to ensure a quality airfield marking project for your client. Please contact me directly in regards to this proposal. Sincerely, Michael W Speidel Vice President Sightline, Inc. 15483 Enterprise Way Culpeper, VA 22701 (540) 212-4544 office (540) 272-3583 mobile Notice: This proposal is proprietary in nature and shall not be used to develop requests for qualifications (RFQ), requests for proposals (RFP), etc. to solicit alternate pricing. Jacobs I Florida Keys Marathon International Airport I Airfield Marking Document Review & CIA Introduction Sightline, Inc. is a Disadvantaged Business Enterprise (DBE Certified) woman-owned consultant specializing in airfield pavement markings. We do not paint— our involvement in your projects will improve quality, safety, performance and life-cycle of the markings — adding value to your client's project. Scope of Work Sightline will perform tasks in the design and construction phases related to the airfield markings during the : TASK 11 Project Plan & Specification Review (Remote) Sightline's team will perform a complete review of project documents related to the airfield markings to verify plan drawings and tailor specifications for MTH. TASK 2 1 Quality Control and Quality Assurance (On-Site) One technician will conduct on-site quality control during temporary and permanent airfield marking installation and quality assurance to ensure specifications are met to include: 1) Verifying accurate marking layouts/placement of temporary markings. 2) Verifying surface is properly prepared for marking installation. 3) Collecting material certifications and retains. 4) Establishinga baseline for quality priorto permanent marking installation. 5) Continuously monitoring application quality. 6) Routinely quantifying/calculating material coverage rates. 7) Inspecting airfield marking retro-reflectance in conformance with FAA AC 5370-10 and ASTM E1710, as modified for airports. A final summary report, including marking reflectivity analysis per FAA guidance, will be delivered 10 days of the Technician's departure from the project site. Jacobs I Florida Keys Marathon International Airport I Airfield Marking Document Review & CIA Cost Proposal TASK 11 Project Plan & Specification Review (Remote) Description Unit Cost Qty. Ext. Project Principal $300/hour 8 $ 2,400 TOTAL FOR TASK 1 2 400 TASK 2 1 Airfield Marking Quality Assurance (On-site) Description Unit Cost Qty. Ext. TASK 2.11 Temporary Application Senior Project Manager $4,000/day 3 $ 12,000 TASK 2.2 1 Permanent Application Senior Project Manager $4,000/day 6 $ 24,000 Reflectivity Equipment $2,000/each 1 $ 2,000 TOTAL FOR TASK 2 S 38,000 GRAND TOTAL $40,400 Payment Terms: All pricing in US Dollars. Net 30 days upon receipt of invoice. 100% paid upon deliveryof each task.An executed contract will be required prior to scheduling services. Jacobs I Florida Keys Marathon International Airport I Airfield Marking Document Review & CIA Requirements The requirements for this proposal are as follows: 1) Client shall provide a point of contact for logistic support 2) Client shall ultimately be responsible for the enforcement of the project's specifications as they relate to the contractor and its performance 3) Client shall advise the applicators of the Technician's role in the project, and shall ensure cooperation byall partiesto the greatest extent possible Jacobs I Florida Keys Marathon International Airport I Airfield Marking Document Review & CIA Qualifications Sight Iinle, Inc. is a specialty consultant committed to improving airfield marking performance around the world. Owned and operated by Donna J.Speidel,we are based in Warrenton,Virginia. Our experts bring over 70 years of experience to this specialized field. At its core, we are a training organization dedicated to educating the aviation industry about the proper methodology associated with designing and maintaining highly effective airport marking systems. From our knowledge base, we have developed services, including the Airfield Marking Audit, Quality Assurance,and Training, to facilitate safer, more sustainable markings systems. In 2006, we were awarded a research project to author a Best Practices Airfield Marking Handbook for the Innovative Pavement Research Foundation through a Cooperative Research Agreement with the Federal Aviation Administration (FAA). The manual, published in 2008, provides the industrywith definitive guidance on the details of applying airfield markings properly. The publishingof the Handbook has positioned us as the recognized authorityon the subject. The Handbook is currently used as the course literature in Airfield Marking Symposiums;trainingcourses we present around the world. We have had the honor oftrainingthe Part 139 airport safety certification inspectorsatthe FAA's recurrent training in 2010, and many FAA employees continue to use our experts as a resource for markings. Our clients are airports of every size, some are the busiest airports in the world including ATL, LAX, DFW, DEN, CLT, JFK, SFO, BOS, etc. References to these and other organizations may be available upon request. imp mleyo Horn ,� ` %Ja III Mo �m���� mow. I1 All �fORLANDO uuu1u��aoti�oro .°" INTERNATIONAL �Clhuarllo'tte-Da,lu fay. BNA 0AIRPORT iw,r&I'll�rgC)E<nR d,a Ak Vi(I.I Y AC . CERTIFICATE OF LIABILITY INSURANCE 06/03/20224YY) Il 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. 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). PRODUCER LIC #0437153 1-212-948-1306 CONTACT NAME: Marsh Risk & Insurance Services PHONE FAX CIRTS Support@jacobs.com A/C No Ext: A/C,No: 1-212-948-1306 E-MAIL 633 W. Fifth Street ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Los Angeles, CA 90071 USA INSURERA: ACE AMER INS CO 22667 INSURED INSURER B: INDEMNITY INS CO OF NORTH AMER 43575 Jacobs Project Management Co. INSURER C C/O Global Risk Management INSURERD: 555 South Flower Street, Suite 3200 INSURERE: Los Angeles, CA 90071 USA INSURERF: COVERAGES CERTIFICATE NUMBER: 750930225 REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY HDO G4892007A 07/01/24 07/01/25 EACH OCCURRENCE $ 1,000,000 � OCCUR DAMAGE TO CLAIMS-MADE PREMISES(Ea occurrence) ccurrence) $ 500,000 X CONTRACTUAL LIABILITY MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 1,000,000 X POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OPAGG $ 1,000,000 JECT OTHER: $ A AUTOMOBILE LIABILITY ISA H10739585 07/01/24 07/01/25 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident HIRED NON-OWNED )' m...®.-. .- $ UMBRELLA LIAB OCCUR 6 4.24 _. -' EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE Millli, ..r AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION WLR C5072041A (AOS) 07/01/24 07/01/25 X STATUTE OERH AND EMPLOYERS'LIABILITY Y/N A ANYPROPRIETOR/PARTNER/EXE 1U N/A WCU C57256564 (OH)* 07/01/24 07/01/25 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? 07/O1/25 1,000,000 A (Mandatory in NH) SCF C57256710 (WI) 07/01/24 E.L.DISEASE-EA EMPLOYEE $ A If ESCRIPTIONOFO WLR C57256667 (AZ) 07/01/24 07/01/25 E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below A PROFESSIONAL LIABILITY EON G21655065 015 07/01/24 07/01/25 PER CLAIM/PER AGG 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) OFFICE LOCATION: Jacksonville, FL 32202. PROJECT MGR: Ryan Forney. CONTRACT MGR: Jack Renton. SENIOR CONTRACT MGR: Christopher Bowker. RE: Monroe County Airports - General Consulting Services Master Agreement with Jacobs Project Management Company for Professional Services at Key West International Airport and The Florida Keys Marathon International Airport. SECTOR: Public. The Monroe County Board of County Commissioners, its employees and officials are added as an additional insured for general liability & auto liability as respects the negligence of the insured in the performance of insured's services to cert holder under contract for captioned work. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street AUTHORIZED REPRESENTATIVE �� Key West, FL 33040 / — USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Cert_Renewal 750930225 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 06/03/2024 NAME OF INSURED: Jacobs Project Management Co. Additional Description of Operations/Remarks from Page 1: LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO SUPP(05/04) 4 NOTICE TO OTHERS ENDORSEMENT- SCHEDULE - EMAIL ONLY Named Insured ,Jacobs Solutions Inc. Endorsement Number 8 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO �G4892007A 07/01/2024 To 07/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685(01/11) Page 2 of 2 7 NOTICE TO OTHERS ENDORSEMENT- SCHEDULE - EMAIL ONLY Named Insured ,Jacobs Solutions Inc. Endorsement Number 2 Policy Symbol P0739585 icy Number Policy Period Effective Date of Endorsement SA 07/01/2024 To 07/01/2025 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685(01/11) Page 2 of 2 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number JACOBS SOLUTIONS INC. 555 S. FLOWER STREET SUITE 3200 Policy Number LOS ANGELES CA 90017 Symbol: WLR Number:C5072041A Policy Period Effective Date of Endorsement 07-01-2024 TO 07-01-2025 07-01-2024 Issued By(Name of Insurance Company) INDEMNITY INS.CO.OF NORTH AMERICA Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. NOTICE TO OTHERS ENDORSEMENT- SCHEDULE- EMAIL ONLY A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium,we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, IME, NC, NJ, NM,TX and WI. WC 99 03 68(01/11) Page 1 Authorized Representative WC 99 03 68(01/11) Page 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Endorsement Number Jacobs Solutions Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement EON G21655065 015 07/01/2024 to 07/01/2025 07/01/2024 Issued By(Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT—SCHEDULE A. If We cancel or non-renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non-renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C. The Schedule must be in a format that is acceptable to Us and must be accurate. D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non-renewal is mailed or delivered to You. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non-renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non- renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non-renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non-renewal date and will not negate any cancellation or non-renewal of the Policy. G. We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. MS-36362 (04/19) 9XJ0ZHN J.�LUPICA. President Authorized Representative