Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item I02
COUNTY of MONROE The Florida Keys BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Regular Meeting February 18, 2026 Agenda Item Number: I2 26-0338 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland AGENDA ITEM WORDING: Approval of Jacobs Project Management Co. Task Order 2022-93 in the amount of $200,799.00 for the development of construction documents to relocate AT&T's platform away from the location of the future consolidate rental car facility (CONRAC) at the Key West International Airport. The Task Order is funded by Airport Operating Fund 404-CFC CONRAC funding. ITEM BACKGROUND: The AT&T Platform at EYW needs to be relocated away from the location of the future CONRAC. PREVIOUS RELEVANT BOCC ACTION: Approval of Jacobs Project Management Co. Master Agreement on February 16, 2022. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New Task Order. STAFF RECOMMENDATION: Approval DOCUMENTATION: Jacobs PSO 2022-93 EYW AT&T Platform Relocation FINANCIAL IMPACT: $200,799.00 Effective Date:02/18/2026 Expiration Date: 02/17/2028 Total Contract Dollar Value: $200,799.00 Total Cost to County: $0 Current Year Portion: n/a Budgeted: Yes Source of Funds: Airports Operating Fund 404- CFC CONRAC Funding I2. Approval of Jacobs Project Management Co. Task Order 2022-93 in the amount of $200,799.00 for the development of construction documents to relocateAT&T's platform away from the location of the future consolidate rental car facility (CONRAC) at the Key West International Airport. The Task Order is funded by Airport Operating Fund 404-CFC CONRAC funding. MASTER AGREEMENT FOR PROFESSIONAL SERVICES TASK ORDER FORM Effective Date February 18, 2026 Task Order No. 2022 - 93 Client Project No. 404-63101-530310-SC 00038 Engineer Project No. EGXM7993 . This Task Order is entered into on 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 — EYW ATT Platform Relocation 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 of 9 page(s). Pricing N/A Time and Expense per Agreement and Appendix B to the Agreement. X Firm Fixed Price of $ 200,799.00 N/A Other (Describe): Schedule Services may commence on Execution Services will cease by 730 days Other (SEAL) ATTEST: KEVIN MADOK, CLERK am as Deputy Clerk CONSULTANT: Oigi�ally signed by Jacqueline Ross Jacqueline ON cn-Jacqueline Ross, -US o-Jacobs, mall=lacquellne., 11,1,ac,1,1 m Reesan: l agree ro [be terms defined rbe placement of my signature on tbls docu. ment Witness OSS o-1116.01.2,ao ae:,p- 5-0 File: MSTRAPS—Monroe County BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA 1-3 Mayor/Chairman JACOBS PROJECT MANAGEMENT CO Title Sr. Vice President/Director of Operations NROE COUNTY A :OV�E�,,�/7 FOFVA Page I of I P;POO iMMcA ASS[ rATTORNEY Da i • Jacobs Exhibit A — Scope of Work (2022-93) Monroe County Airports Key West International Airport (EYW) AT&T Platform Relocation SCOPE OF WORK Jacobs will deliver comprehensive project management services, stakeholder engagement, preparation of detailed construction design documents, and construction oversight for the relocation of the AT&T platform at Key West International Airport (EYW). The proposed relocation is intended to reroute utilities away from the proposed CONRAC facility. This scope encompasses the development of construction documents required to establish the infrastructure necessary for the AT&T platform relocation. Additionally, Jacobs will define the processes and procedures essential for successful execution, ensuring effective coordination with key stakeholders, including the City of Key West, Monroe County, Keys Energy, and AT&T. The existing AT&T platform location is illustrated in Figure 1. Figure No. 1 Page - 1 Jacobs GENERALSCOPE Jacobs will develop distinct design packages for this project and provide the following services as requested: Phase 1 — Data Collection and Field Services 1. Comprehensive project management from initial data collection through design, bid opening, contract award, and construction completion. 2. Records research for the applicable project area. 3. One (1) site visit to Key West International Airport (EYW) for data collection. Phase 2 — Stakeholder Coordination Services 1. Identification of permitting and easement processes and procedures with relevant agencies, including Keys Energy, AT&T, Monroe County. o Coordination with agencies to advance development of construction documents. o Facilitation of stakeholder meetings. o Preparation of meeting agendas and minutes. o Tracking of agency service billings. 2. Two (2) site visits to EYW for stakeholder engagement. Phase 3 — Design for AT&T Platform Relocation 1. Development of construction documents and technical specifications. 2. One (1) site visit to EYW during the design phase. 3. Preparation of a detailed construction cost estimate. Phase 4 — Construction Phase Services 1. Assistance with bidding and contract award. 2. Preparation of a construction schedule. 3. Provision of construction administration services. Assumptions/Design Parameters 1. Jacobs will reasonably rely on the accuracy and completeness of information and data provided by AT&T and other third parties. 2. Record drawings and as -built documentation will be delivered in 2D PDF format. 3. For the relocated platform design, Jacobs will prepare plans, specifications, and a construction cost estimate at the 75% and 100% design stages for review by EYW and stakeholders. 4. Jacobs will produce a final contract set of plans, specifications, construction schedule, and construction cost estimate for bidding purposes. Page - 2 Jacobs 5. This proposal excludes the preparation and submittal of permit or easement applications, as well as associated costs or fees. 6. Drainage design and installation of new drainage structures are not included in this scope. 7. Financial feasibility analyses, benefit -cost analyses, return -on -investment calculations, and payback period estimations are excluded. 8. Jacobs' opinions of cost and related financial analyses are based on available information; Jacobs does not control labor or material costs, unknown site conditions, bidding practices, market fluctuations, or third -party performance. Therefore, Jacobs makes no warranty that actual project costs or schedules will align with its estimates or projections. 9. Record drawings/as-builts will be based in part on information provided by others and may not represent exact locations or construction details. Jacobs is not responsible for errors or omissions in third -party information. 10. Construction administration services assume a construction duration of twelve (12) months. 11. AT&T will provide Jacobs with power and communications requirements for the relocated platform facility. 12. AT&T will provide Jacobs with dimensional requirements for the relocated platform facility. 13. The project schedule assumes AT&T will provide a two -week turnaround for each design submittal review. 14. The project does not include quality assurance materials testing. 15. A Construction Safety and Phasing Plan (CSPP) is not required for this project. 16. FAA 7460 case submissions will be required for this project. 17. Preparation of lease exhibits is excluded from this proposal. 18. Subsurface conditions may vary significantly; Jacobs is not responsible for cost or schedule impacts resulting from unforeseen underground conditions. 19. Jacobs will not assume title, risk, or liability for hazardous materials or waste encountered during the project. 20. Requests for additional agency information are assumed to be for clarification or readily available data and do not include redesign or additional data collection. 21. Monroe County will provide access to all project areas. 22. Monroe County will coordinate directly with adjacent businesses throughout the design process, including FedEx, Customs, and car rental facilities (Avis and Dollar). 23. Analysis or relocation of Lift Station "L" and the sanitary sewer system is excluded from this scope of work. 24. The project kickoff meeting will be conducted virtually via Microsoft Teams. 25. Utility locate services are not required. Page - 3 Jacobs 26. It is assumed that this work will be issued as a change order to an existing construction contract. 27. Jacobs will provide bidding support services under the following terms: A. The client appoints Jacobs as its agent to perform bid/procurement services on its behalf in connection with the project, and Jacobs accepts this appointment. 28. Jacobs' performance of construction support services shall be subject to the following provisions: A. Jacobs shall not assume responsibility or liability for defects or deficiencies in the construction work, nor for failure to detect such issues. However, Jacobs will promptly notify the client of any observed defects or deficiencies. Jacobs will not inspect or review the construction contractor's safety programs or procedures, nor verify compliance with safety standards. B. When requested to review contractor submittals, Jacobs will review and take appropriate action on shop drawings, product data, and samples solely to verify conformance with the information provided and the design intent expressed in the contract documents. Reviews will be conducted with reasonable promptness to avoid delays while allowing sufficient time for professional evaluation. Jacobs' review will not include verification of dimensions, quantities, installation instructions, or performance criteria, which remain the contractor's responsibility. Approval of submittals does not constitute approval of safety precautions, construction means, methods, techniques, sequences, or procedures, nor does approval of an individual item imply approval of an entire assembly. C. Jacobs shall not assume responsibility or liability for the performance of construction services, site safety, or compliance with applicable federal, state, and Local laws, regulations, and codes during construction. D. All services performed by others, including contractors and subcontractors, shall be warranted solely by those parties and not by Jacobs. Construction phase services are based on an anticipated duration of 184 calendar days. Should the construction period exceed this duration, Jacobs reserves the right to revise its proposal accordingly. E. All as -built drawings shall be provided to Jacobs in both electronic (AutoCAD) and hard copy formats. F. Construction support services are based on the following assumptions: review of 12 shop drawings/product submittals (with 80% approved on first review and 20% requiring resubmittal) and responses to three (3) contractor RFIs. G. The scope of services and pricing shall be governed by the base agreement, Master Agreement for Professional Services, executed January 16, 2022, between Monroe County, Florida, and Jacobs Project Management Co., including any amendments thereto (collectively referred to as the "Agreement"). Notwithstanding any contrary provisions in this Scope of Services, the terms and Page - 4 Jacobs conditions of the Agreement shall apply to all services performed under this scope. H. Construction is anticipated to commence in January 2027. ARTICLE A — DATA COLLECTION AND FIELD SERVICES Data Collection: AT&T Platform Relocation 1. Prepare for and participate in the project design kick-off meeting, which will be conducted virtually via Microsoft Teams. 2. Coordinate with subconsultants, including but not limited to the Geotech team and other project team members. 3. Perform geotechnical investigation for the design of the new AT&T platform. 4. Research record drawings for underground utilities (e.g., sewer, water, electric, gas, communications) within the proposed project area. 5. Conduct one (1) site walkthrough survey to identify any special conditions that may impact construction techniques or materials. Document findings through photographs, written notes, sketches, and reports to confirm existing site conditions. Field -verify that all features were captured during the survey. 6. Perform QA/QC review. 7. Provide overall project management. Services for Article A will be provided on a Lump sum basis. ARTICLE B — STAKEHOLDER COORDINATION SERVICES Based on information collected under Article A, Jacobs will engage applicable stakeholders. 1. Prepare exhibits for stakeholder meetings using collected data, illustrating existing and proposed infrastructure and equipment layout locations. 2. Agency Coordination a. Coordinate with applicable agencies based on detailed site review and data collection, including: Page - 5 Jacobs i. AT&T ii. Keys Energy iii. Monroe County b. Prepare for and attend two (2) stakeholder meetings to review existing site conditions and discuss utility configurations, as well as processes and procedures for required easements or permits. c. Track billing of services rendered by various agencies. 3. Perform QA/QC review. 4. Provide overall project management. Services for Article B will be provided on a lump sum basis. ARTICLE C — DESIGN Based on the information collected under Article A and the results of stakeholder coordination described in Article B, Jacobs will provide the following design services: 1. Design Review Meetings o Prepare for and attend two (2) design review meetings with the airport to discuss project progress, review design submittals, and summarize stakeholder engagement. Meeting minutes will be documented and provided. 2. Development of Design Plans Jacobs will prepare the following anticipated plan sheets: o Title Sheet (1) o Index of Drawings / General Notes / Summary of Quantities (1) o General Plan (1) o Survey Control Plan (1) o General Phasing and Safety Plan (1) o Existing Conditions Plan (1) o Demolition Plans and Details (3) o Proposed Plans and Details (3) Total: 12 Sheets 3. Specifications o Develop comprehensive project specifications. 4. Cost Estimates o Prepare construction cost opinions at the 75%, 100%, and Issue for Pricing submittal stages. 5. Document Distribution Page - 6 Jacobs o Coordinate, distribute, and print the following for each design submittal: • Two (2) sets of plans (one full-size, one half-size) • Two (2) copies of specifications ■ Two (2) copies of the engineer's cost opinion 6. Quality Assurance / Quality Control (QA/QC) o Conduct an in-house QA/QC review prior to each submission. Reviews will be performed by an experienced independent professional for the relevant discipline to ensure accuracy and completeness of plans, specifications, and estimates. Time will be allocated for corrections identified during QA/QC. 7. Comment Resolution o Address and incorporate comments received from each design submittal review. 8. Project Management o Provide overall project management throughout the design phase. Services for Article C will be provided on a lump sum basis. ARTICLE D — BIDDING PHASE SERVICES — Assumed to be a change order under an existing contract. Upon completion of the construction documents and at the Airport's request, Jacobs will prepare the project documents for bidding and provide bidding support services under the following terms: 1. The County appoints Jacobs as its agent, and Jacobs accepts this appointment to perform bid and procurement services on the County's behalf for this project. 2. All services will be performed under the County's direction and in accordance with forms, terms, and conditions provided by the County, including any modifications or revisions as instructed. Procedures will be mutually agreed upon by the County and Jacobs. 3. Jacobs shall not have authority to accept or bind the County to any changes, modifications, or deviations requested by vendors or contractors. Any such deviations will be submitted to the County for review and approval by the County's Purchasing Manager or designated representative. Jacobs will only accept deviations upon receiving written authorization from the County. 4. All documents issued by Jacobs shall be signed on behalf of the County if directed. Ownership and title of all purchased items will pass directly from the seller to the County; Jacobs will act solely as the County's agent and will not assume ownership or liability. The County reserves the right to revoke Jacobs' authority at any time, with or without cause. The County will remain directly responsible for all payments to vendors and contractors. 5. The County shall hold Jacobs and its employees harmless from any claims, suits, or liabilities arising from contractor, vendor, or supplier performance under any contract or purchase order issued by Jacobs. Page - 7 Jacobs Bid Phase Tasks: 1. Submit Plans to the Contractor for Pricing. 2. Respond to Requests for Information (RFIs) during the pricing phase of the project. 3. Review cost proposal. 4. Provide a recommendation for award. Services for Article D will be provided on a lump sum basis. ARTICLE E — CONSTRUCTION ADMINISTRATION SERVICES Jacobs will provide construction administration services as follows: 1. Prepare and issue conformed drawings for construction. 2. Review the contractor's construction schedule. 3. Prepare for and attend the pre -construction conference. 4. Review all shop drawing submittals for conformance with plans and specifications; provide detailed responses to the contractor and Airport regarding applicability and acceptability. 5. Respond to contractor RFIs. 6. Attend weekly progress meetings virtually via Microsoft Teams. 7. Conduct site visits to observe work in progress and provide reports to the Owner. Assume two (2) site visits by the PM and Electrical Engineer. 8. Prepare field sketches as necessary. 9. — Assume No RPR. Review and approve contractor payment estimates for progress and final payments. 10. Prepare and negotiate change orders as necessary (assume two (2) change orders). 11. Attend the final inspection meeting. 12. Review closeout documentation. 13.Obtain as -built data from the contractor, prepare record drawings, and provide hard copies and electronic files to the Airport. 14. Prepare and submit closeout documentation and process the final change order. Services for Article E will be provided on a lump sum basis. Page - 8 Jacobs Project Schedule The tentative complete project schedule from the Notice to Proceed is as follows: Item Duration Data Collection 70 days from NTP Stakeholder Coordination 90 days from Data Collection completion 75% Design Deliverable 60 days from Stakeholder Coordination completion 100% Review Comments 60 days Upon Receipt and Resolution of 75% Stakeholders Comments Final for Review (If Needed) 14 days Upon Receipt and Resolution of 100% Stakeholders Comments Bidding Phase Services TBD Construction Administration TBD Page - 9 JACOBS ENGINEERING GROUP Monroe County Airports Airport: Key West International Airport (EYW) Project: AT&T Platform Relocation FEE SUMMARY BASIC SERVICES JOB HOUR AND FEE ESTIMATE Hours Fee DBE AMOUNT Article A: Data Collection and Field Services 66 $ 11,080 $ 25,000.00 Article B: Stakeholder Coordination 135 $ 21,729 $ - Article C: Design 568 $ 80,730 $ - Article D: Bidding Phase Services 22 $ 3,588 $ - Article E: Construction Administration 314 $ 58,672 $ - Total Basic Services Lump Sum Fee 1,105 $ 175,799 $ 25,000 SPECIAL SERVICES Hours Fee Article A: Data Collection - Subconsultants Tierra South Florida N/A $ 25,000 $ 25,000 Article D: Construction Administration - Special Services As -Built Drawing Preparation - Lump Sum N/A $ - $ - Total Special Services Lump Sum Fee $ 25,000 $ 25,000 Hours Fee DBE Amount Grand Total 1,105 $ 200,799 $ 25,000 DBEPercentage 12.45% AC"'" CERTIFICATE OF LIABILITY INSURANCE �. DATE (MM/DD/YYYY) 05/28/2025 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 Marsh Risk & Insurance Services CIRTS Support@jacobs.com — CONTACT NAME: PHONE FAX A/C No Ext: A/C No: 1-212-948-1306 E-MAIL 633 W. Fifth Street ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:ACE AMER INS CO 22667 Los Angeles, CA 90071 USA INSURED INSURER B: INDEMNITY INS CO OF NORTH AMER 43575 Jacobs Project Management Co. INSURER C INSURER D: C/O Global Risk Management INSURERE: 555 South Flower Street, Suite 3200 INSURERF: Los Angeles, CA 90071 USA COVERAGES CERTIFICATE NUMBER: 752000346 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 LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY HDO G48977145 07/01/25 07/01/26 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGETORENTED PREMISES Ea occurrence $ 500,000 X MED EXP (Any one person) $ 5,000 CONTRACTUAL LIABILITY PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 POLICY PRO JECT LOC X PRODUCTS - COMP/OP AGG $ 1,000,000 $ OTHER: A AUTOMOBILE LIABILITY ISA H11371504 07/01/25 07/01/26 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY A ISK� `p PROPERTY DAMAGE Per accident $ ,.., $ 2 5__ WAMP WAX" — UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERB WLR C72792919 (AOS) 07/01/25 07/01/26 X STAPERTUTE EERH AND EMPLOYERTIONS' AND EMPLOYERS' LIABILITY Y / N E.L. EACH ACCIDENT $ 1,000,000 A ANYPROPRIETOR/PARTNER/EXECUTIVE SCF C72792920 (WI) 07/01/25 07/01/26 A OFFICER/MEMBEREXCLUDED? (Mandatory in NH) N/A WCU C72792932 (OH) *07/01/26 07/01/25 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 A PROFESSIONAL LIABILITY EON G21655065 016 07/01/25 07/01/26 PER CLAIM/PER AGG 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be 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 ACORD 25 (2016/03) Cert_Renewal 752000346 ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 05/28/2025 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 (05104) 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 �G48977145 07/01/2025 To 07/01/2026 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: L 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 Policy Number Policy Period Effective Date of Endorsement SA H 11371504 07/01 /2025 To 07/01 /2026 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: L 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: C72792919 Policy Period Effective Date of Endorsement 07-01-2025 TO 07-01-2026 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 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: L 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, ME, 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 Jacobs Solutions Inc. Endorsement Number Policy Symbol Policy Number Policy Period Effective Date of Endorsement EON G21655065 016 07/01 /2025 to 07/01 /2026 07/01 /2025 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) JOHN J. LUPICA, President Authorized Representative