Loading...
HomeMy WebLinkAbout25287AGREEMENT INFORMATION AGREEMENT NUMBER 25287 NAME/TYPE OF AGREEMENT JACOBS ENGINEERING GROUP INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS RFQ NO. 21-22- 016/F I L E ID: 16372/R-24-0307/MATTER ID: 24-1852 EFFECTIVE DATE December 10, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/10/2024 DATE RECEIVED FROM ISSUING DEPT. 12/11/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE fjR4O ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse EXT. 1913 CITY OF MIAMI DOCUMENT ROUTING FORM NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Jacobs Engineering Group, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ $1,000,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 1 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Jacobs Engineering Group Inc. under RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements COMMISSION APPROVAL DATE: 07/25/2024 FILE ID: 16372 ENACTMENT NO.: R-24-0307 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed/OK to proceed. Fernando V. Ponassi September 20, ZU2iPler33 :CdP28 EDT SIGNATURE: Ann M rie Sharppe 2024 14:07:53 EDT SIGNATURE: ,—DocuSigned t ��` `� i `-89540EB73CA pDocuSignedb Dtini t `-55349B495F2E DocuSignedb ` 73- RISK MANAGEMENT September 20, Funding is determined as needed BUDGET OFFICE upon PO issuance LEM 10/25/24 October 25, 202 (; ar'e Yel:V 5:47 EDT SIGNATURE: CITY ATTORNEY /s/TMF 24-1852 Matter ID No. 24-1852 November 22 , 2 rge . W o I �� I 2 : �sb :� ST SIGNATURE: 5F6E831796C ,-DocuSigned b at-tol t, `-813776.EgrE ,—DocuSigned (Anil Y Sp \=C D726'02=E ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 27, 2024 Larry M. Springg, Jr., CPA I 11: 52-:24 EST SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS n/a Barbara Hernandez, MPA n/a SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 3, 2024 Asael "Ace" Marrero, AIA I 07:51:15 EST SIGNATURE: �DocuSigned b) , 9, SeFhP DEPUTY CITY MANAGER b Decemer 5, 209sh.6C�lgbr�8k-�/�(i�iams SIGNATURE: DocuSignedb 1/414. h „ CITY MANAGER December 10, 2024 Arthur Noriega V 1 14:33:14 EST SIGNATURE: Hes,5 DocuSigned b ''/I��_ Q.VTu' December 10, 26251d ra2o1? 5:54 EST 850CF6CC372LJ DocuSignedb CITY CLERK SIGNATURE: Q E46D7560DCF 480... 495... 48B... Y: 54D4.... 45A.. 41 B... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24211 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements — Jacobs Engineering Group Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ Z City Manager - Authority level of $ 500,000.00 ❑ City Commission - RESOLUTION No. N/A 2. PROCUREMENT METHOD: L RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Yes, Amendment No. 1 increases the capacity of the contract to $1,000,000.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? L YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 24-0307 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Department of Resilience and Public Works and Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? July 15, 2026 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $0.00 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH JACOBS ENGINEERING GROUP INC. FOR MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS CONTRACT RFQ NO. 21-22-016 This Amendment No. 1 to the Professional Services Agreement dated July 16, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Jacobs Engineering Group Inc. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of miscellaneous engineering services for citywide capital improvements ("Services") for the Office of Capital Improvements ("OCI") is entered into this 10th day of December , 2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 21-22-016, the City Manager executed an Agreement with Consultant for an amount of $500,000.00; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the City's outstanding and foreseeable future services; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate outstanding and foreseeable future assignments; and WHEREAS, this Amendment No. 1 to the Agreement increases the capacity of the Agreement by $500,000.00, thereby increasing the award value from $500,000.00 to an amount of $1,000,000.00; and WHEREAS, the City Commission has adopted Resolution No. 24-0307, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, "Compensation and Payments," attached hereto; provided, however, that in no event shall the amount of compensation exceed One Million Dollars ($1,000,000.00) in total over the term of the Agreement including any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act for Continuing Contracts, and other limitations on compensation, as applicable. Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Amendment No. 1 to the Professional Services Agreement with Jacobs Engineering Group Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Amendment No. 1 to the Professional Services Agreement with Jacobs Engineering Group Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Jacobs Engineering Group Inc., a Foreign Profit Corporation Signature Stacey Lesser, Administrative Assistant Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: -DocuSigned by: I=F4RD.75FQDCF Todd B. Hannon, City Clerk APPROVED AS TO INSURAN Signed by: Signature Ellen B. Patterson, Executive Director of Operations and Vice President. Print Name, Title (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida �DocuSigned by: avvameNaviu a. -850CF6C372DD42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,-DocuSigned by: 1 y �SF� vJ Ann Marie Sharpe, Director Risk Management Department PDocuSigned by: LOT, RiSb 111 8876&E9F1882486... George K. Wysong III, City Attorney DSA 24-1852 lVILF Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Jacobs SECRETARY CERTIFICATE I, Justin Johnson, Secretary of Jacobs Engineering Group Inc. (the "Company"), hereby certify that: Ellen Patterson is Executive Director of Operations of the Company and Vice President and has been granted authority, by the board of directors to execute documents on behalf of the Company. Dated this 12th day of September 2024. Justin Johnson, Secretary Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Amendment No. 1 to the Professional Services Agreement with Jacobs Engineering Group Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of , 20_ a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. 20 IN WITNESS WHEREOF, I have hereunto set my hand this _ day of Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , 20_ a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of aartners: Name Street Address City State Zip Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Amendment No. 1 to the Professional Services Agreement with Jacobs Engineering Group Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Signed: Print: NOTARIZATION STATE OF F 4 ) ;�_ _A ) SS: COUNTY OF l OWCO- ) The foregoing instrument was acknowledged before me this day of 113 , 20 A( by E t (ev 6 , Pock-6,513-n , who is personally known to me or who has produced as identification and who (did / did not) take an oath. S6ara,� Lse- SIGNATURE OF NOTARY PUBLIC STATE OF crztCt PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE City of Miami Legislation Resolution Enactment Number: R-24-0307 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16372 Final Action Date:7/25/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING AN INCREASE IN CONTRACT CAPACITY TO THE PROFESSIONAL SERVICE AGREEMENTS ("AGREEMENTS") WITH THE SUCCESSFUL REQUEST FOR QUALIFICATIONS ("RFQ") RESPONDENTS ("CONSULTANTS") AS LISTED IN EXHIBIT "A," ATTACHED AND INCORPORATED, FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS SOLICITED UNDER RFQ NO. 16-17-063, MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS SOLICITED UNDER RFQ NO. 21-22-016, AND MISCELLANEOUS ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS SOLICITED UNDER RFQ NO. 21-22-017, IN THE AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THESE AGREEMENTS FROM FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) TO ONE MILLION DOLLARS ($1,000,000.00) PER AGREEMENT INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES SOLICITED UNDER RFQ NO. 19-20-019, IN THE AMOUNT OF ONE MILLION FIVE HUNDRED THOUSAND DOLLARS ($1,500,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THE INITIAL TERM OF THESE AGREEMENTS FROM FIVE MILLION DOLLARS ($5,000,000.00) TO SIX MILLION FIVE HUNDRED THOUSAND DOLLARS ($6,500,000.00) PER AGREEMENT INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES SOLICITED UNDER RFQ NO. 21-22-018, IN THE AMOUNT OF TWO MILLION DOLLARS ($2,000,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THE INITIAL TERM OF THESE AGREEMENTS FROM THREE MILLION DOLLARS ($3,000,000.00) TO FIVE MILLION DOLLARS ($5,000,000.00) PER AGREEMENT; INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS, SOLICITED UNDER RFQ NO. 22-23-002, IN THE AMOUNT OF TWO MILLION DOLLARS ($2,000,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THESE AGREEMENTS FROM FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) TO TWO MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00) PER AGREEMENT; ALLOCATING FUNDS FROM THE APPROPRIATE DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY CONTRACT CAPACITY INCREASES, Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE AMENDMENTS, RENEWALS, EXTENSIONS, AND/OR REPLACEMENT CONTRACTS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on December 18, 2017, the City of Miami ("City") Department of Procurement ("Procurement"), on behalf of the City's Office of Capital Improvements ("OCI") and Department of Resilience and Public Works ("RPW"), issued Request for Qualifications ("RFQ") No. 16-17-063, under full and open competition, for the provision of Civil Engineering Services for Miscellaneous Projects; on January 29, 2018, Procurement received twenty-five (25) proposals in response to said RFQ; on April 12, 2018, said responsive and responsible proposals were evaluated and ranked by an Evaluation Committee ("Committee"); and, on or about August 2018, twenty (20) Agreements were executed with the successful RFQ respondents ("Consultants") as listed in Exhibit A, attached and incorporated; and WHEREAS, on February 12, 2020, Procurement, on behalf of OCI and RPW, issued RFQ No. 19-20-019, under full and open competition, for the provision of Citywide Program Management Support Services; on May 13, 2020, Procurement received four (4) proposals in response to said RFQ; on December 17, 2020 said responsive and responsible proposals were evaluated by a Committee; and, on or about July 2021, two (2) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on April 26, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-016, under full and open competition, for the provision of Miscellaneous Engineering Services for Citywide Capital Improvements; on October 7, 2022, Procurement received nineteen (19) proposals in response to said RFQ; said responsive and responsible proposals were evaluated by a Committee; and, on or about March 2024, nineteen (19) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on September 9, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-017, under full and open competition, for the provision of Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements; on February 2, 2023, the eleven (11) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about July 2023, eleven (11) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on June 10, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-018, under full and open competition, for the provision of Capital Improvements Program Support Services; on October 20, 2022 and December 1, 2022, the two (2) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about June 2023, two (2) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on September 14, 2023, the City Commission approved an increase of Two Million Five Hundred Thousand Dollars ($2,500,000.00), plus an additional One Million Dollars ($1,000,000.00) per renewal year, for each RFQ No. 21-22-018 Agreement, via Resolution No. 23-0400, for a total amount of Three Million Dollars ($3,000,000.00), plus One Million Dollars Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE ($1,000,000.00) per renewal year for each of these Consultants; and WHEREAS, on November 18, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 22-23-002, under full and open competition, for the provision of Citywide Program Management Support Services for Stormwater Infrastructure Improvements; on June 12, 2023, the six (6) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about December 2023, six (6) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, the City Manager executed Agreements with the Consultants for the provision of Civil Engineering Services for Miscellaneous Projects, Miscellaneous Engineering Services for Citywide Capital Improvements, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements, Capital Improvements Program Support Services, and Citywide Program Management Support Services for Stormwater Infrastructure Improvements in an amount of Five Hundred Thousand Dollars ($500,000.00) with each of these Consultants, respectively; and WHEREAS, the current compensation limit is insufficient to address the costs associated with the City's outstanding and foreseeable future services; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ Nos. 16-17-063, 21-22-016, and 21-22-017, by Five Hundred Thousand Dollars ($500,000.00) per Agreement, increasing the current contract capacity from Five Hundred Thousand Dollars ($500,000.00) to One Million Dollars ($1,000,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 19-20-019, by One Million Five Hundred Thousand Dollars ($1,500,000.00) per Agreement, increasing the current contract capacity from Five Million Dollars ($5,000,000.00) to Six Million Five Hundred Thousand Dollars ($6,500,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 21-22-018, by Two Million Dollars ($2,000,000.00) per Agreement, increasing the current contract capacity from Three Million Dollars ($3,000,000.00) to Five Million Dollars ($5,000,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 22-23-002, by Two Million Dollars ($2,000,000.00) per Agreement, increasing the current contract capacity from Five Hundred Thousand Dollars ($500,000.00) to Two Million Five Hundred Thousand Dollars ($2,500,000.00) per Agreement; and WHEREAS, the proposed increases are intended to accommodate outstanding and foreseeable future assignments; and WHEREAS, funds are to be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Section 2. An increase in contract capacity to the Agreements with the Consultants as listed in Exhibit "A," attached and incorporated, for the provision of additional work concerning Civil Engineering Services for Miscellaneous Projects solicited under RFQ No. 16-17-063, Miscellaneous Engineering Services for Citywide Capital Improvements solicited under RFQ No. 21-22-016, and Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements solicited under RFQ No. 21-22-017, in the amount of Five Hundred Thousand Dollars ($500,000.00) per Agreement, thereby increasing the current contract capacity of these Agreements from Five Hundred Thousand Dollars ($500,000.00) to One Million Dollars ($1,000,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Citywide Program Management Support Services solicited under RFQ No. 19-20-019, in the amount of One Million Five Hundred Thousand Dollars ($1,500,000.00) per Agreement, thereby increasing the current contract capacity of the initial term of these Agreements from Five Million Dollars ($5,000,000.00) to Six Million Five Hundred Thousand Dollars ($6,500,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Capital Improvements Program Support Services solicited under RFQ No. 21-22- 018, in the amount of Two Million Dollars ($2,000,000.00) per Agreement, thereby increasing the current contract capacity of the initial term of these Agreements from Three Million Dollars ($3,000,000.00) to Five Million Dollars ($5,000,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Citywide Program Management Support Services for Stormwater Infrastructure Improvements, solicited under RFQ No. 22-23-002, in the amount of Two Million Dollars ($2,000,000.00) per Agreement, thereby increasing the current contract capacity of these Agreements from Five Hundred Thousand Dollars ($500,000.00) to Two Million Five Hundred Thousand Dollars ($2,500,000.00) per Agreement; is hereby authorized. Section 3. Funding shall be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute any and all documents, including any contract capacity increases, amendments, renewals, extensions, and/or replacement contracts, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: tor -v 7/16/2024 1 The authorization herein is further subject to compliance with all regulations that may be imposed by the City Attorney including, but not limited to, those prescribed by the applicable City Charter and City Code provisions. Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCBO-34043F4E33FE ACCPRI'? CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD 06/03/20 4YY) 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 633 W. Fifth Street Los Angeles, CA 90071 USA CONTACT NAME: PHONE FAX Ext): (A/C,No): 1-212-948-1306 E-MAIL E-MAILIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:ACE AMER INS CO 22667 INSURED Jacobs Engineering Group Inc. C/O Global Risk Management 555 South Flower Street, Suite 3200 Los Angeles, CA 90071 USA INSURERB:INDEMNITY INS CO OF NORTH AMER 43575 INSURER C : INSURERD: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER: 750906358 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 G4892007A Approved byFrank gomez ~~ 07/01/24 06/26/2024 07/01/25 EACH OCCURRENCE $ 3,000,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) $ 500, 000 X CONTRACTUAL LIABILITY MED EXP (Any one person) $ 5, 000 PERSONAL &ADV INJURY $ 3,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PEA PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $ 3,000,000 $ A AUTOMOBILELIABILITY X ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY ISA H10739585 07/01/24 07/01/25 COMBINED SINGLE LIMIT (Ea accident) $ 3,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ B A A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes,DESCRIPTION IPTIONOFO DESCRIPTION OF OPERATIONS below Y / N N N/A WLR C5072041A (AOS) WCU C57256564 (OH)* SCF C57256710 (WI) WLR C57256667 (AZ) 07/01/24 07/01/24 07/01/24E.L.DISEASE-EAEMPLOYEE 07/01/24 07/01/25 07/01/25 07/01/25 07/01/25 X STATUTE OTH- ER E.L.EACHACCIDENT $ 2,500,000 $ 2,500,000 E.L.DISEASE-POLICYLIMIT $ 2,500,000 A PROFESSIONAL LIABILITY EON G21655065 015 07/01/24 07/01/25 PER CLAIM/PER AGG 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT MGR: Alex Meitin. CONTRACT MGR: Diana Francois. RE: The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project a the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue Mih Floor Miami, FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEDREPRESENTATIVE ACORD 25 (2016/03) Cert Renewal 750906358 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 06/03/2024 NAME OF INSURED: Jacobs Engineering Group Inc. Additional Description of Operations/Remarks from Page 1: apply for, but not of Homeland Service A detailed SCOPE basis performance of CONTRACT END & auto holder under Retro date CONDITIONS, TERMS, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. Consultants shall process, and obtain permits from various environmental regulatory agencies having jurisdiction including, limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Security ("DHS"), and Army Corps of Engineers ("ALOE"), as required for City projects. The Professional Agreement (PSA or Agreement) may detail the deliverables that will be required of the Consultant. of work will be developed for each work order issued. Projects will typically be issued on a rotational factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, previous work orders issued, and expertise and experience to assume new work orders to be assigned. DATE: 2025-11-30. SECTOR: Public. City of Miami is added as an additional insured for general liability liability as respects the negligence of the insured in the performance of insured's services to cert contract for captioned work. Coverage is primary and certificate holder's insurance is excess and non-contributory. Waiver of subrogation is hereby granted in favor of cert holder for GL and AL. until September 30, 2022 - Full prior acts coverage applies for Professional Liability. *THE TERMS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO SUPP (05/04) Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE ADDITIONAL INSURED - AUTOMATIC STATUS Named Insured Jacobs Solutions Inc. Endorsement Number 17 Policy Symbol HDO Policy Number G4892007A Policy Period 07/01/2024 TO 07/01/2025 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person or organization for whom any Named Insured is required by written contract or agreement to provide insurance, entered into prior to the loss, where such written contract or agreement does not expressly identify a particular Insurance Service Organization Form to be applied to their additional insured status. Who Is An Insured (Section II) includes as an additional insured the person or organization shown in the Schedule, but the insurance shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of the coverage and/or limits required by said contract or agreement; and, if such additional insured's scope of coverage is not expressly stated in such contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insured's ongoing operations. This insurance shall be primary insurance to the extent required by said contract or agreement, and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the Named Insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of coverage required by said contract or agreement Notwithstanding anything to the contrary, the coverage provided an additional insured under this endorsement shall be limited to the minimum coverage limits required to be provided by the Named Insured under the written contract or agreement. MS-15992 (07/18) ©Chubb. 2016. All rights reserved. Page 1 of 1 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE 4 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE — EMAIL ONLY Named Insured Jacobs Solutions Inc. Endorsement Number 8 Policy Symbol HDO Policy Number G4892007A Policy Period 07/01/2024 To 07/01/2025 Effective Date of Endorsement 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 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE 7 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE — EMAIL ONLY Named Insured Jacobs Solutions Inc. Endorsement Number 2 Policy Symbol ISA Policy Number H10739585 Policy Period 07/01/2024 To 07/01/2025 Effective Date of Endorsement 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 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Workers' Compensation and Employers' Liability Policy Named Insured JACOBS SOLUTIONS INC. 555 S. FLOWER STREET SUITE 3200 LOS ANGELES CA 90017 Endorsement Number Policy Number Symbol: WLR Number: C5072041A Policy Period 07-01-2024 TO 07-01-2025 Effective Date of Endorsement 07-01-2024 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. NOTICE TO OTHERS ENDORSEMENT - SCHEDULE - EMAIL ONLY A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM,TX and WI. WC 99 03 68 (01 /11) Page 1 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Authorized Representative WC 99 03 68 (01 /11) Page 2 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Jacobs Solutions Inc. Endorsement Number Policy Symbol EON Policy Number G21655065 015 Policy Period 07/01/2024 to 07/01/2025 Effective Date of Endorsement 07/01/2024 Issued By (Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT — SCHEDULE A. If We cancel or non -renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non -renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C. The Schedule must be in a format that is acceptable to Us and must be accurate. D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non -renewal is mailed or delivered to You. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non -renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non - renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non -renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non -renewal date and will not negate any cancellation or non -renewal of the Policy. G. We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. MS-36362 (04/19) JOHN J. LUPICA, President Authorized Representative Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE From: Gomez Jr.. Francisco (Frankl To: Caseres. Luis' Ouevedo. Terry' Aviles. Yesenia Subject: RE: Delivery by CertificatesNow - Jacobs Engineering Date: Wednesday, June 26, 2024 7:04:57 AM Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management (305) 416-1740 Office (305) 416-1760 Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" Original Message From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, June 25, 2024 3:48 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Delivery by CertificatesNow - Jacobs Engineering Good afternoon, Please review and approve. Best regards, Original Message From: certificatesnow@ebix.com <certificatesnow@ebix.com> Sent: Monday, June 3, 2024 10:47 AM To: Sagesse, Max <msagesse@,miamigov.com> Subject: Delivery by CertificatesNow CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. This insurance document was sent to you from Jacobs Cert Renewal (mailto:CIRTS Supportajacobs.com ) via CertificatesNow. This document was brought to you by CertificatesNow. If you have questions regarding the content of this document, please contact the Producer/Agent listed on the certificate of insurance or the Insured listed on the notice of cancellation/reinstatement. If you have any questions regarding this Certificate of Insurance, please email CIRTSSupport@jacobs.com. To find out how you can send and receive all of your certificates of insurance either by email, high speed fax or standard mail, email customercare@confirmnet.com or visit our website at https://urldefense.com/v3/http://www.confirmnet.com:!!Ei5NnPD8gA!jghVRFjPKKhScgO5DetT8sK6m7BaWwmbjmcElzwp1d8N3iJ- SJti8jwUxFelJg-L VvZA3gNnYHvhBhK sz_zBCg WrjQ$ cc: Diana Francois (EMAIL), Julee Payne (EMAIL), Alex Meitin (EMAIL) The attachment is an Adobe Acrobat PDF file. To open the PDF file, you need Adobe Acrobat Reader, which can be easily downloaded by going to https://urldefense.com/v3/ http://www.adobe.com/prodindex/acrobat/readstep.html :!!Ei5NnPDBgA!jghVRFjPKKhScLOSDetT8sK6m7BaWwmbjmcElzwp1d8N3iJ- SJti8jwUxFelJg-LVvZA3gNnYHvhBhKsz zwsPxfyQ$ . After completing Adobe's simple 3-step process, just double-click on the file to open it. The data included in this notice and in the attached document is confidential to ConfirmNet and the party responsible for bringing you this information. Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE DIVISION OF CORPORATIONS �tyniJS`I of rl rPJ r1rrC`J1,�L on official 5l ik of Florida websire Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation JACOBS ENGINEERING GROUP INC. Filing Information Document Number P13217 FEI/EIN Number 95-4081636 Date Filed 02/12/1987 State DE Status ACTIVE Last Event AMENDMENT Event Date Filed 02/26/1990 Event Effective Date NONE Principal Address 1999 Bryan Street Suite 3500 Dallas, TX 75201 Changed: 02/20/2024 Mailing Address 1999 Bryan Street Suite 3500 Dallas, TX 75201 Changed: 02/20/2024 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 06/30/1992 Address Changed: 06/30/1992 Officer/Director Detail Name & Address Title Treasurer Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Carlin, Michael 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title Secretary JOHNSON, JUSTIN 1999 Bryan Street Dallas, TX 75201 Title VP BUNDERSON, MICHAEL 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title Director, President Pragada, Robert 1999 Bryan Street Dallas, TX 75201 Title Authorized Representative NEIN, BRETT 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP WATSON, KATUS 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP UCHIL, VINAY 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP Lazaro, Alberto 1999 Bryan Street Suite 3500 Dallas, TX 75201 Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCB0-34043F4E33FE Title VP Patterson, Ellen 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP Ashman, David 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP Stejskal, David 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title Authorized Representative Kirby, Daniel 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title Authorized Representative Jones, Keith 1999 Bryan Street Suite 3500 Dallas, TX 75201 Title VP Jones, Dale 10 Tenth Street Suite 1400 Atlanta, GA 30309 Title Sr. Vice President Thom, Chrissy 1851 Alexander Bell Drive Suite 100 Reston, VA 20191 Title VP Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCBO-34043F4E33FE Meinhart, Tom 1999 Bryan Street Suite 3500 Dallas, TX 75201 Annual Reports Report Year Filed Date 2023 02/15/2023 2023 02/28/2023 2024 02/20/2024 Document Images 02/20/2024 -- ANNUAL REPORT 11 /21 /2023 -- AMENDED ANNUAL REPORT 11/08/2023 -- AMENDED ANNUAL REPORT 02/28/2023 -- AMENDED ANNUAL REPORT 02/15/2023 -- ANNUAL REPORT 01 /13/2022 -- ANNUAL REPORT 09/28/2021 -- AMENDED ANNUAL REPORT 06/07/2021 -- AMENDED ANNUAL REPORT 01/14/2021 --ANNUAL REPORT 02/05/2020 -- ANNUAL REPORT 02/08/2019 -- ANNUAL REPORT 09/26/2018 -- AMENDED ANNUAL REPORT 05/21/2018 -- AMENDED ANNUAL REPORT 04/18/2018 -- AMENDED ANNUAL REPORT 04/08/2018 -- AMENDED ANNUAL REPORT 04/05/2018 -- ANNUAL REPORT 08/11/2017 -- AMENDED ANNUAL REPORT 01 /19/2017 -- ANNUAL REPORT 05/17/2016 -- AMENDED ANNUAL REPORT 04/28/2016 -- ANNUAL REPORT 04/17/2015 -- ANNUAL REPORT 05/28/2014 -- AMENDED ANNUAL REPORT 04/15/2014 -- AMENDED ANNUAL REPORT 01 /27/2014 -- ANNUAL REPORT 03/05/2013 -- ANNUAL REPORT 07/10/2012 -- ANNUAL REPORT 02/09/2012 -- ANNUAL REPORT 09/30/2011 -- ANNUAL REPORT 06/30/2011 -- ANNUAL REPORT 02/08/2011 -- ANNUAL REPORT 03/31/2010 -- ANNUAL REPORT 11 /05/2009 -- ANNUAL REPORT 01 /28/2009 -- ANNUAL REPORT 04/02/2008 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Docusign Envelope ID: 5E1 DC75F-378C-48C4-BCBO-34043F4E33FE 04/26/2007 -- ANNUAL REPORT 05/02/2006 -- ANNUAL REPORT 05/03/2005 -- ANNUAL REPORT 04/27/2004 -- ANNUAL REPORT 05/02/2003 -- ANNUAL REPORT 04/17/2002 -- ANNUAL REPORT 05/03/2001 --ANNUAL REPORT 05/03/2000 -- ANNUAL REPORT 05/08/1999 -- ANNUAL REPORT 04/30/1998 -- ANNUAL REPORT 04/25/1997 -- ANNUAL REPORT 04/23/1996 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Wednesday, December 11, 2024 8:34 AM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn Document Distribution RFQ 21-22-016 Misc. Eng. Services for Citywide Capital Improvements - Jacobs Engineering Group, Inc. Amendment_No_1_to_RFQ_21-22-016 - Misc Eng Sys -Jacobs -Executed 12-10-2024.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Reinike You may now close this Matter ID 24-1852 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Amendment No. 1 City of Miami Jacobs Engineering Group, Inc. Misc. Eng. Services for Citywide Capital Improvements 12/10/2024 i Lu,i - Cc e re - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2