Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item I06
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: I6 26-0377 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland AGENDA ITEM WORDING: Approval to proceed with design of the Terminal Renovations and Expansion at the Florida Keys Marathon International Airport in order to renovate facilities to accommodate commercial airline service at MTH, and approval of Jacobs Project Management's Task Order #2022-101 in the amount of S188,002.00 for Schematic Design. The Task Order will be paid from MTH Operating Fund 403. ITEM BACKGROUND: In order to accommodate commercial airline service at the airport, the terminal needs to be renovated and expanded. Jacobs task order for schematic design is based on the need for new ticket counters, airline offices, baggage service office, in -line baggage screening room, baggage claim hall, baggage chute, rental car counters, rental car offices, security checkpoint, TSA offices and second floor office reconfiguration. PREVIOUS RELEVANT BOCC ACTION: Approval of Jacob's Project Management's Master Agreement for Professional Services on February 16, 2022. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New task order. STAFF RECOMMENDATION: Approval. DOCUMENTATION: Jacobs PSO 2022-101 (MTH Terminal Schematic Design) FINANCIAL IMPACT: Effective Date: 2/18/2026 Expiration Date: 2/17/2026 Total Dollar Value of Contract: $188,002.00 Total Cost to County: $0 Current Year Portion: $188,002.00 Budgeted: Yes Source of Funds: MTH Operating Fund 403 CPI• N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: No If yes, amount: Grant: No County Match: No Insurance Required: Yes I6. Approval to proceed with design of the Terminal Renovations and Expansion at the Florida Keys Marathon International Airport in order to renovate facilities to accommodate commercial airline service at MTH, and approval of Jacobs Project Management's Task Order #2022-101 in the amount of $188,002.00 for Schematic Design. The Task Order will be paid from MTH Operating Fund 403. TIME APPROXIMATE 11:05 A.M. MASTER AGREEMENT FOR PROFESSIONAL SERVICES TASK ORDER FORM Effective Date February 18, 2026 Task Order No. 2022 - 101 Client Project No. 403-63501-530310-SC_00038 Engineer Project No. EGXN2401 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 — MTH Terminal Renovation & Expansion - Schematic Design 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 4 page(s). Pricing N/A Time and Expense per Agreement and Appendix B to the Agreement. X Firm Fixed Price of S 188,002.00 N/A Other (Describe): Schedule Services may commence on Execution Services will cease by 730 days Other (SEAL) ATTEST: KEVIN MADOK, CLERK 101 as Deputy Clerk CONSULTANT: Olgl,ally elgned by Jacqueline Ross Jacqueline " on,leegueline Roaa FI15 R acobs alltiacquenne.roe,1-, 1,1 pl'b": agree to,M1e terms th,,d by,be Witness Ross Placemen, of my¢iyna,ure on,his document Laca,ion: P21m Beacl, Eat. _....zUze'm�N'ti'f3-LS'� File: MSTR APS—Monroe County BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Mayor/Chairman JACOBS PROJECT MANAGEMENT CO Title Senior Vice President Page 1 of 1 Exhibit A — Scope of Work (2022-101) Monroe County Florida Keys Marathon International Airport (MTH) MTH Terminal Renovation & Expansion - Schematic Design SCOPE OF WORK Jacobs will provide comprehensive schematic design services for the expansion and renovation of the existing terminal facility at Florida Keys Marathon International Airport (MTH), in Marathon, Florida. The design intent is to renovate the facility to accommodate commercial airline service. Design work shall be in accordance with applicable codes and regulations, including but not limited to: Florida Building Code 2023, NFPA 101, and Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5210-15A. The schematic design will be based on the concept and space summary being developed in the Airport Layout Plan and Narrative Report, being prepared by Jacobs/Ricondo for Monroe County. Refer to Attachment "A" & `B". The existing facility will be renovated to include new ticket counters, airline offices, baggage service office, in -line baggage screening room, baggage claim hall, baggage chute, rental car counters, rental car offices, checkpoint, TSA offices and second floor office reconfiguration. A new storage / elevated vehicle facility and a new fire service line / removal of the existing water tank are also included. Aircraft location accommodation within the existing apron, with minor modifications will be advanced as well. Refer to Attachment "C". This option will be further developed with program verification and schematic design (approximately 15% level of completion) of Civil engineering, Architecture, Structural, Mechanical, Fire Protection, Plumbing, and Electrical engineering. A rough order of magnitude cost will be provided. The Design Team will include Jacobs project management and coordination, civil, architecture, structural, mechanical, fire protection, plumbing, electrical, telecom/security, cost estimating, Tierra South Florida (TSF GEO, geotechnical engineering) and Optimal Surveying & Mapping (OSM, survey). The following Description of Work outlines the tasks that will be performed by the Design Team to complete the schematic design phase: Program Verification and Schematic Design. Each article will include project management and coordination, and quality control reviews. DESCRIPTION OF WORK Article A — Program Verification Kick -Off Meeting: Conduct a meeting with representatives from Monroe County and the Design Team to review goals and criteria for the schematic design phase of the project; attendance on -site by six members of Design Team, agenda and minutes by Design Team. Validation analysis: Confirm and expand code research completed in previous phase, review data gathered in previous phase, analyze existing documents including record drawings, survey, geotechnical and other reports. Program Verification: Develop final spatial program identifying needed spaces, adjacencies and sizes, in tabular and diagrammatic formats. A review meeting via teleconference will be held to Page 1 of 4 obtain comments from stakeholders; attendance by four members of Design Team, agenda and minutes by Design Team. Geotechnical Engineering: Prepare geotechnical engineering report to include geotechnical borings within the project site. Coordinate with MTH for dig permits for the proposed geotechnical investigation. Geotechnical investigation to assist in determining the existing soil stratum that exists at the location of the new vertical structures. The geotechnical data will be used for the structural design of the proposed facility expansion. The investigation will include a total of 7 different locations. Survey: OSM team will verify positions on published Primary and Secondary Airport Control points and on control points which were previously established by OSM and others. OSM will establish new control as may be required for this survey. All survey control will be referenced to North American Datum 1983 (NAD83) (2011 Adjustment) and North American Vertical Datum 1988 (NAVD88). Scope of work on the survey will include the following: • Locate the west side of Concourse A (a new structure that has not been previously surveyed) extending eastward at least 25 feet so as to clearly show the building outline. • Survey will extend westward to boundary line of ARFF facility, or fence line and southerly to include the adjacent paved roadway and an additional 50 feet into the triangular shaped area just south of the pavement. • Locations Horizontal and Vertical/Elevations will be shot for: o All improvements within the "orange" survey limits (Refer to Exhibit "A" within OSM proposal) o Pavement elevations measured on a 25' Grid. o Concrete pavement elevations measured at 4 corners at each joint. o Ground elevations measured on a 50' grid. o Provide edge of pavement. o Survey significant grade break lines within limits of survey, otherwise contours within the survey limits will be determined from a 50' grid. o Vegetation, trees and tree lines within limits of survey. o Provide locations of visible major structures such as manholes, taxiway edge lights, drainage structures, taxiway signs/foundations, concrete duct markers, pavement markings, aircraft tie downs. o Elevations for light fixtures to be measured at top of foundations o Elevation of sign foundations shall be measured at four corners o Elevations of structures shall be measured at the center o Provide drainage structure invert elevations and bottom of structure elevations o Locate the exterior envelope of all existing buildings and any overhangs. o Locate the thresholds of all exterior doorways that open into the limits of survey. These will include the finish floor elevations at each doorway. o Locate all above ground utilities and any evidence of underground utilities that are visible. Page 2 of 4 o Locate all sidewalks, concrete pads, fences, gates and all electronic devices that may operate gates, etc. o Locate all parking spaces including striping and curb stops. o Locate all electrical machinery such as meters, AC units, generators. Pavement marking locations with type/color Services for Article A will be provided on a lump sum basis. Article B — Schematic Design Upon written approval of the Program Verification, the Design Team will proceed with Schematic Design of the facility renovation and expansion, including associated support areas, and site improvements. The Design Team will prepare Schematic Design (15%) documents, including design narrative, schematic drawings, list of technical specifications, and rough order of magnitude (ROM) cost estimate (ASTM E 2516-06 Class 4 +50/-30%). Deliverables include the following: 1. Basis of Design Narrative 2. Schematic Design Drawings: a. Civil: Existing conditions, selective demolition, site geometry, preliminary grading plans, marking plans, and preliminary utility concepts b. Architectural: Site plan, proposed phasing plans, selective demolition, floor plans, reflected ceiling plans, roof plan, elevations, building sections, vertical circulation enlarged plans c. Structural: Foundation plan, framing plans, roof framing plan d. Mechanical: Floor plans, roof plan, preliminary equipment schedules e. Fire Protection: Life safety plans, fire alarm plans, fire sprinkler plans f. Plumbing: Floor plans, preliminary riser diagram g. Electrical: Floor plans for power, preliminary one -line diagram h. Telecom/Security: Floor plans, preliminary one -line diagram 3. Geotechnical Report 4. Survey 5. Outline Specifications (Table of Contents) 6. ROM Class 4 cost estimate 7. On -site Meeting to present 15% Deliverable Services for Article B will be provided on a lump sum basis. QUALIFICATIONS AND ASSUMPTIONS For providing a stipulated fee amount, this proposal has been based on the following qualifications and assumptions: Services not described in this Scope of Work are excluded. As -built and record documents have been provided by the owner. Recent hydrant flow test results (per NFPA 291) will be provided by owner; no site visit anticipated for same. Page 3 of 4 In providing opinions of cost, financial analyses, economic feasibility projections, for the project, Jacobs 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, Jacobs makes no warranty that Client's actual project costs, financial aspects, economic feasibility, will not vary from Jacobs' opinions, analyses, projections, or estimates and Jacobs shall have no liability for such variances. Items identified as not included or limited in the scope of services can be provided or expanded upon as additional services under a separate agreement or supplemental to this agreement. COMPENSATION See attached spreadsheet. SCHEDULE We anticipate completion of the deliverables in accordance with the following schedule: Article Duration (Business Days) A. Program Verification 20 business days from agreement authorization B. Schematic Design 30 business days after approval of work of Article A Page 4 of 4 51 Jacobs JOB HOUR AND FEE l Monroe County Airport: Florida Keys Marathon International Airport (MTH) Project: MTH Terminal Renovation & Expansion - Schematic Design BASIC SERVICES FEE SUMMARY DBE Percentage 24.28% Hours Fee DBE Article A - Program Verification 216 $ 34,894 $ - Article B - Schematic Design 685 $ 102,208 $ - Expenses $ 5,250 TOTAL BASIC SERVICES LUMP SUM FEE 901 $ 142,352 $ SPECIAL SERVICES Tierra South Florida, Inc. (TSF GEO) $ 18,000 $ 18,000 Optimal Surveying & Mapping (OSM) $ 27,650 $ 27,650 TOTAL SPECIAL SERVICES LUMP SUM FEE $ 45,650 $ 45 tag; 0 TOTAL LUMP SUM PROJECT FEE 901 $ 188,002 $ a�ii�i/%%/iiii������� ,�i����������%jiii��oioiia�///ice///iiiiiiil��i�, a f„f V....._.,...... pm ,.,. .. .�. January 27, 2026 Mr. Kevin Regalado, AIA, FARA, LEED AP Director of Architecture Jacobs 3150 SW 38"' Avenue, Suite 700 Miami, Florida 33146 Email: Kevin.Regalado(a jacobs.com Phone: 305-302-1 140 Re: Proposal for MTH Project Key Marathon International Airport Monroe County, Florida TSF Proposal No.: 2601-057 Dear Kevin: As requested, TSFGEO is pleased to submit this proposal for the above -referenced project. This proposal includes an outline of our proposed scope of work, an estimate of the total fees, and our anticipated schedule for completion of the work. PROPOSED SCOPE OF WORK As requested, we propose to perform three (3) SPT borings to a depth of 40 feet below existing grade. Two (2) exfiltration tests in accordance with South Florida Water Management District (SFWMD) specifications to a depth of 20-feet each test. Additionally, we have requested to perform two (2) pavement cores. The test locations will be performed within locations provided by Jacobs. Test location will be approximately located in the field by our personnel by measuring distances with a tape from known reference points. Prior to drilling at the project site, TSFGEO will notify the local utility companies and request that underground utilities be marked. Our experience, however, is that the utility companies will not mark privately owned utilities. Our proposal assumes that private utility lines, if any, will be located in the field by others prior to mobilization of the drill rig. TSFGEO will recommend a utility line locating service upon request. Upon completion of the field exploration, a geotechnical engineer will evaluate the field data. A report will be issued that contains the exploration data, a discussion of the site and subsurface conditions, foundation recommendations, and some construction considerations. Additionally, a data report will be issued with the hydraulic conductivity (k value) tests and pavement core results. TSFGEO have assumed that the site is accessible to truck mounted drilling equipment 2765 Vista 11ar way, Suite 10 a West Palm Beach, Florida 3341.1. 561-6 7-8536 • wwww A'Si'`Geo.coin State of Florida Professional L'ngineers License #2807.3 Marathon International Airport TSFGEO Proposal No. 2601-057 ESTIMATED FEES PA It is proposed that the fee for the performance of the services outlined above is determined on a lump sum price basis and that the work be performed pursuant to TSFGEO's General Conditions enclosed herewith and incorporated into this proposal. On the basis of the proposed quantities, the total lump sum fee will be $18,000.00. Our estimate covers the work needed to present our findings. Not included are reviews of foundation drawings, preparation of construction specifications, special conferences and any other work requested after submitting our report. This fee assumes that the site is open and accessible to our truck -mounted drilling equipment. SCHEDULE AND AUTHORIZATION TSFGEO will proceed with the work after receiving a signed copy of this proposal. With our present schedule, we can commence work within several days of project approval (weather permitting) and fieldwork will take 2 to 3 days to complete. The results can be submitted about 2 weeks after completion of the field exploration. We at TSFGEO appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you should have any questions concerning our proposal, please contact our office. Respectfully submitted, TSFGEO Raj Krishn my, P.E. President RK/KV: Attachments: TSFGEO's General Conditions loam °; k mar Vedula,'P.E. Principal Engineer " AUTHORIZED BY: INVOICE TO: Firm: Firm: Name: Name: Title: Address: Date: Phone #• Fax #: TSFGvw's General Conditions 1. SCOPE OF WORK Work means the specific geoteehnieal, analytical, testing or other service to be performed by TSFGeo asset forth in TSFGeo's proposal, Client's acceptance of the scope of work and these General Conditions. Additional work ordered by Client shall also be subject to these General Conditions. "Client" refers to the person or business entity ordering the work to be done by TSFGeo. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of TSF(ieo's work. TSFGeo shall have no duty or obligation to any third party greater than that set forth in TSFGeo's proposal, Client's acceptance of TSFGeo's proposal and these General Conditions. The ordering of work from TSFGeo, or the reliance on any of TSFGeo's work, shall represent acceptance of the terms cf TSFGeo's proposal and these General Conditions, regardless ofthe terms of any subsequently issued document. 2. RIGHT -OF -ENTRY -The client will provide right -of -entry for TSFGeo and all necessary equipment in order to complete the work, While TSFGeo will take all reasonable precautions to minimize any damage to the property, it is understood by Client that in the normal course of work some damage may occur; the correction of which is not part of this agreement. 3. DAMAGE TO EXISTING MAN-MADE OBJECTS -The Client, will provide the location of all underground utilities or obstructions to TSFGeo who, in the prosecution oftheir work, will take all reasonable precautions to avoid damage or injury to any such subterranean structure or utility. The Owner agrees to hold TSFGeo harmless for any damages to subterranean structures which are not called to TSFGeo's attention and correctly shown on the plans furnished and will reimburse TSFGeo for any expenses in connection with any claims or suits including reasonable attorney fees at the trial and appellate levels. 4. IN -PLACE MATERIALS TESTING - TSFGeo will not be responsible for repair or damage to portions of structures designated for in -place materials testing. Repairs can be made for aesthetic reasons if requested in advance ofthe work to be performed. The cost for labor and materials would be charged. 5. SAMPLE RETENTION-TSFGeo will retain all soil and rock samples obtained for geotechnical explorations for 30 days. Samptes subjected to Construction Materials and Laboratory testing are disposed ofsubsequentto testing. Further storage or transfer of samples can be made at Clients expense upon written authorization. 6. DEFINITION OF RESPONSIBILITY (OBSERVATION SERVICES)- The presence ofour field representative will be for the purpose ofprovdding observation and field testing. Carworkdoes not include supervision or direction ofthe actual work of the contractor, his employees or agents. The contractor for this project should be so advised. The Contractor should also be informed that neither the presence of our field representative or the observation and testing by our firm shall excuse him in any way for defects discovered in his work. It is understood that TSFGeo will not be responsible for the Contractor's job or site safety on his project. That will be the sole responsibility ofthe contractor. 7. STANDARD OF CARE -Service performed by TSFGeo under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. No other warranty, expressed m implied, is made. Client recognizes that subsurface conditions may vary from those encountered at the location where borings, surveys or explorations are made by TSFGeo and that the data, interpretations and recommendations of TSFGeo are based solely on the information available to it TSFGeo shall not be responsible for the interpretation by others of information developed. 8. ORAL AGREEMENTS -No oral agreement, guarantee, promise, representation or warranty shall be binding. 9. OWNERSHIP OF DOCUMENTS -All reports, boring logs, field data and notes, laboratory test data, calculations, estimates and other documents prepared by TSFGeo, as instruments of service, shallremain the property of TSFGeo until final payment is received and a letter of copyright transfer been executed. 10. BASIS OF PAYMENT -Payment is due within 30 days of date ofinvoice. Payments not made when due shall bear interest at eighteen(18) percent annum or at the maximum rate allowed by law fromthe date ofthe invoice until same is paid. 10.1. If the Client fails to make any payment due to TSFGeo for service and/or expenses within 60 days of date of invoice, TSFGeo may, after giving seven days' written notice to Client, suspend services until all outstanding amounts have been paid to TSFGeo in full. Further, TSFGeo may, in addition to withholding services, or singularly, withhold reports, plans and other documents not paid in full by the Client. In the event that final pa) mentfor completed work is not made, TSFGeo shall request that all copyrighted documents which were submitted to client be returned and all information used in project plans be removed from project documents. 10.2. In the event it is necessary to take legal action to effect collection, whether or not litigation is commenced, the Client agrees to reimburse TSFGeo for expenses in connection with any claims or suits, including reasonable attorney's fees, including but not limited to the trial and appellate levels. 10.3. This contract shall be governed by the taws ofthe State of Florida. 11. CONSTRUCTION REVIEW - TSFGeo cannot accept responsibility for any design work unless the work includes services for construction review to determine whether or not the work performed is in substantial compliance with TSFGeo's conclusions and recommendations. 12. INDEMNIFICATION -TSFGeo agrees to hold harmless and indemnify Client from and against liability arising out of TSFGeo's negligent performance ofthe work. Client agrees to indemnify and hold TSFGeo harmless from all liability including all costs, attorney's fees and expenses of defense for any claims by any other person or corporation which may arise out ofthe performance or breach ofthis contract for which TSFGeo was not solely negligent. 13. LIMITATION OF LIABILITY -The Client/Owner agrees to limit TSFGeo's liability for negligent professional acts, errors or omissions, such that the total aggregate liability ofTSFGeo shall not exceed $50,000 or the total fee for the services rendered on this project; whichever is greater. The Owner further agrees to require the contractor and his subcontractors a similar limitation of (iability suffered bythe contractor orthe subcontractors arising from TSFGeo's negligent professional acts, criers or omissions. 13.1. If Clientprefers to have higher limits unprofessional liability, TSFGeo agrees to increase the limits up to a maximum of S 1,000,000 upon Client's written request at the time of accepting ourproposal provided that Client agrees to pay an additional consideration of 5 percent of our total fee. The additional charge for the higher liability limits is because of the greater risk assumed and is not strictly a charge for additional professional liability insurance. 14. INSURANCE -TSFGeo represents and warrants that it and its agents, staff and consultants, employed by it are protected by Worker's Compensation insurance and Employer's Liability Insurance in conformance with applicable state laws. TSFGeo has such coverage under public liability and property damage insurance policies that TSFGeo deems to be adequate. \Certificate ofinsurance can besuppliedevidencing such coverage upon request. 14.1. Within the limits and conditions of such insurance, TSFGeo agrees to indemnify and save clientharmless from and against any loss, damage or liability arising from any negligent acts by TSFGeo, its agents, staff and consultants employed by it. TSFGeo shall not be responsible for any loss, damage or liability beyond the amounts, limits and considerations of such insurance. TSFGeo shall notbe responsible for any loss, damage or liability arising from any acts by clients, its agents, staff and other consultants employed by it. 14.2. Cost ofthe above coverage is included in our quoted fees, ffadditional coverage or increased limits ofliability are required, TSFGeo will endeavor to obtain the requested insurance and charge separately for costs associated with additional coverage or increased limits. 15. TERMINATION -This agreement maybe terminated by either party upon seven days written notice in the event of substantial failure by the other party to perform in accordance with the terns thereof. Such termination shall not be effective if the substantial failure has been remedied before expiration of the period specified in the written notice. Lithe event of termination, TSFGeo shall be paid for services performed to the termination notice date plus reasonable termination expenses. 15.1. In the event of termination or suspension for more than three months, prior to completion of all reports contemplated by this Agreement, TSFGeo may complete a report on the services performed to the date of notice of termination or suspension. The expenses of termination or suspension shall include all direct costs for TSFGeo in completing such analyses, records and reports. 16. CLIENT'S OBLIGATION TO NOTIFY TSFGeo- Client represents and warrants that it has advised TSFGeo ofany known or suspected hazardous materials or conditions, utility lines and pollutantsatany site at which TSFGeo is to do work hereunder, and unless TSFGeo has assumed in writing the responsibility of locating subsurface objects, structures, lines or conduits, Client agrees to defend, indemnify and save TSFGeo harmless from all claims, suits, losses, costs and expenses, including reasonable attorney's fees as aresult ofpersonal injury, death orproperty damage occurring with respect to TSFGeo's performance ofits work andresuldrig to or caused by contact with subsurface or latent objects, structures, lines or conduits where the actual or potential presence and location thereof were not revealed to TSFGeo by Client. 17. HAZARDOUS MATERIALS -This agreement shall not be interpreted as requiring TSFGeo to assume the status of an owner, operator, generator, storer, transporter, treater or disposal facilityas those terms appear within RCRA or within any Federal or State statute or regulation governing the generation, transportation, treatment, storage and disposal of pollutants. Initial i 254 E. 611 Ave., Suite 102 ■ Tallahassee, Florida 32303 6400 Manatee Ave. W., Suite L-113 ■ Bradenton, Florida 34209 Ceirtlffbd Woiraiaain Owned Mliiraoirlity/IDli:sa vairiiafed Il:3 usiir ess January 27, 2026 Mr. Kevin Regalado Project Manager — Aviation Jacobs RE: Marathon Airport Terminal Expansion and Rehab Survey Proposal Optimal Surveying and Mapping, Inc. (OSM) is pleased to provide you with a scope of services and proposal for the above -referenced project in Marathon, Florida. HORIZONTAL $ VERTICAL CONTROL OSM team will verify positions on published Primary and Secondary Airport Control points and on control points which were previously established by OSM and others. OSM will establish new control as may be required for this survey. All survey control will be referenced to North American Datum 1983 (NAD83) (2011 Adjustment) and North American Vertical Datum 1988 (NAVD88). • Locate and verify existing site control as previously established and/or establish new control as necessary for this project. TOPOGRAPHIC SURVEY The OSM team will provide a Topographic for all improvements lying within the Limits of Survey as depicted on the attached Exhibit "A", provided by the client (highlighted). Tasks for this proposal include: • Pavement elevations measured on a 25' Grid. • Concrete pavement elevations measured at 4 corners at each joint. • Ground elevations measured on a 50' grid. • Provide edge of pavement. • Survey significant grade break lines within limits of survey, otherwise contours within the survey limits will be determined from a 50' grid. • Vegetation, trees and tree lines within limits of survey. • Provide locations of visible major structures such as manholes, taxiway edge lights, drainage structures, taxiway signs/foundations, concrete duct markers, pavement markings, aircraft tie downs. • Elevations for light fixtures to be measured at top of foundations • Elevation of sign foundations shall be measured at four corners • Elevations of structures shall be measured at the center • Provide drainage structure invert elevations and bottom of structure elevations • Locate the exterior envelope of all existing buildings and any overhangs. • Locate the thresholds of all exterior doorways that open into the limits of survey. These will include the finish floor elevations at each doorway. • Locate all above ground utilities and any evidence of underground utilities that are visible. • Locate all sidewalks, concrete pads, fences, gates and all electronic devices that may operate gates, etc. • Locate all parking spaces including striping and curb stops. • Locate all electrical machinery such as meters, AC units, generators. PLEASE NOTE: • This project is scheduled as daytime operations with pull back when required. Jacobs will provide badged Airport escort or arrange for Airport Operations Escort for OSM survey crews. • This survey is scheduled for a single deployment and may include one or more weekend days if necessary, but normal schedule will be 7am until 5pm weekdays. • This proposal excludes deployment of survey crews within a week of any Federal holiday and during Lobster season. • This proposal is valid only for Notice To Proceed with within one year of acceptance. Lump Survey Fee $ 27,650.00 WORK ZONE SAFETY: All work zone and Airport safety, rules and procedures as required by the Marathon International Airport 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 may be 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. Deliverables will include the ACAD Civil 3D digital files of the topographic survey, Signed and sealed copies of survey as required. Thank you for this opportunity and please do not hesitate to contact me if you have any questions. Sincerely, a Mary E. O'Neal, PSM President Optimal Surveying & Mapping, Inc. a Q Q Z a Q z z �I Q ¢ w VG m w m ¢ O w K LL p � K LU 0 Q y O w z z ¢ gy m O Q O m m O 0 > � ry z m w LL y W ¢ z ¢ F n ¢ Oz O va oQF � LL r o O z ¢ ¢ U � LL LL F O �O Qj Oruw �zo w m�O �¢o O � w w GG � NmU� v�miK� 2 ¢ w � I w w o LL w LL y � O w O W a o LL o z 3 o g w zo o LL op�¢E73o Saw o w¢�K `nn Qo 0 0o wQzzwo z om oo'w ��� mz���3z>�i�J oox 3w a -� I LLzzoaQ o w a z F _... o¢��domm sioLL��ax000 ��z �a �aai¢a� -¢�� mLL�maF owo N 0 x� I ao�oawa a"ai��aLL¢vw,wo ao� �z a LL w �a� � w Y a Q LU LU U) 0 a 0 a_ a A" V 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 Su ort@ . acobs . com — pp 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 INSURER F: 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 PREM SES Ea oNcur ante $ 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 AIPPF7 SXt. ' PROPERTY DAMAGE Per accident $ BY__� _. .. $ 5 2 pA'.fi:,.„,._....,._8 . 2 5 _._...... ...._...-. WAMP Wh- yW ' UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERB TION WLR C72792919 (AOS) 07/01/25 07/01/26 X STATUTE EORH AND EMPLOYERS' AND EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 A ANYPROPRIETOR/PARTNER/EXECUTIVE SCF C72792920 (WI) 07/01/25 07/01/26 A OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA WCU C72792932 (OH) * 07/01/25 O7 / O1 /2 6 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 I 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: 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. ell 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 Endorsement Number Jacobs Solutions Inc. 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) 9ZJOZHN J. �LUPICA. President Authorized Representative