Loading...
HomeMy WebLinkAbout25294AGREEMENT INFORMATION AGREEMENT NUMBER 25294 NAME/TYPE OF AGREEMENT WSP USA INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS GROUP 2 RFQ NO. 22- 23-002/F I L E ID: 16372/R-24-0307/MATTER ID: 24-2143 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: WSP USA Inc. EXT. 1913 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 2,500,000.00 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 WSP USA Inc. under RFQ No. 22-23-002 Citywide Program Management Support Services for Stormwater Infrastructure Improvements - Group 2 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 by FVP. OK to proceed. September 9, 202nnio Perez,CPPO 5 EDT SIGNATURE: ,—DocuSigned by �� t RISK MANAGEMENT September 13, qq harp 20 r�13s 30: 5 EDT SIGNATURE: C ,—D°5c42gned by FKAiak t CITY ATTORNEY /s/TMF 24-2143 Matter ID# 24-2143 November 22, 2024 George K. \ / son III I 15 :18 : 53 EST SIGNATURE: `-27395C6318214 i—DocuSigned by a{,brot, Z 1/4-88T7E Funding is determined upon PO BUDGET OFFICE issuance & available funds in project LEM November 22, Marie Gouin 2024 1 15:56:43 EST SIGNATURE: FE8824 ,--DocuSigned by: '-'I1 p ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 27, 7024� 1 11. 47.14 EST SIGNATURE: 5 F-6'E 81179'6c5"4F �DocuSigned by: lAini SpVl ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: — C'0E726'02B97E54 ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 3, 2024 Asael Marrero I 08:06:17 EST SIGNATURE: ,--DocuSigned by: `;:V - \--LC®F Brae DEPUTY CITY MANAGER December 5, 2024 Natasha Colebrook -Williams 16:01:11 EST SIGNATURE: ,—DocuSigned by: Ne444 Ca `— CITY MANAGER December 10, Arthur Noriega V 2024 1 13:49:54 EST SIGNATURE: 846700'97'gCiE7fi4" i—DocuSigned by: 'I tVTu ��_ ' NOV `— CITY CLERK December 10, 20T29dd 1-19 Zr�:16 EST SIGNATURE: 850CF6-C372DD4 DocuSigned by: r,_, E46D7560DCF145 68... IMt17 7... 8B... D4... 5A.. -w. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24244 Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 AMENDMENT OVERVIEW PSA TITLE: RFQ 22-23-002 Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2 — WSP USA 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 $2,500,000.00. 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 manage the Program, coordinate, and integrate multiple, concurrent projects, at specific stages from assignment through completion. This shall include, but is not limited to, (1) program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment; (2) project initiation and program monitoring, controlling and reporting; (3) project/construction management throughout the project phases (planning, design, bidding, construction, closeout, warranty or related services); (4) as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement ("Procurement"), and in accordance with governing state law and City ordinances and policies; (5) assisting the City in coordinating with outside agencies, and construction inspection; (6) as needed, providing professional and technical expertise, such as architectural, environmental, and engineering services and construction administration, CADD operator and construction inspector capabilities; (7) assisting the City in the development of funding programs including bonding, grants, loans and public/private partnerships, grant compliance and performance audits; and (8) as needed, providing program support services such as public relations, budgeting, permitting and finance staff augmentation. Other services may include value engineering analysis, plans reviews, review of environmental documents, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Stormwater Master Plan and Capital Improvements Program. Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Department of Resilience and Public Works 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? February 4, 2027 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $338,452.00 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 CITY OF MIAMI DEPARTMENT OF RESILIENCE AND PUBLIC WORKS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH WSP USA INC. FOR CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS — GROUP 2 CONTRACT RFQ NO. 22-23-002 This Amendment No. 1 to the Professional Services Agreement dated February 5, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and WSP USA Inc. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of citywide program management support services for stormwater infrastructure improvements — Group 2 ("Services") for the Department of Resilience and Public Works ("DRPW") is entered into this loth day of December , 2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 22-23-002, 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 $2,000,000.00, thereby increasing the Agreement value from $500,000.00 to an amount of $2,500,000.00; 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: Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 Amendment No. 1 to the Professional Services Agreement with WSP USA Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2. 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 Two Million Five Hundred Thousand Dollars ($2,500,000.00) 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. 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 Amendment No. 1 to the Professional Services Agreement with WSP USA Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: ignature /4. Jbhi t on1&.#+,OC ✓P Print Name, Title ATTEST: Consu "Se " tary Hillary Jassey (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: F4nrn'FnDCF1459 Todd B. Hannon, City Clerk Signed by: WSP USA Inc., a Foreign Profit Corporation Signature Christine Mehle, Vice President, Local Business Leader Print Name, Title (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida L850CF6C3Z2DD42A Arthur Noriega V, City Manager DocuSigned by: arTu Ar Navitia APPROVED AS TO INSURAt APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: LDocuSigned by: FralAk Gcoitiij 27395G%418€14€7 .. Ann Marie Sharpe, Director Risk Management Department ,-DocuSigned by: Gt,,6 , ill(isalA Ill 887768E9F George .4 ysong III, City Attorney Ds 24-2143 Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 Amendment No. 1 to the Professional Services Agreement with WSP USA Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF C• -P - I• •.LLC„1 I HEREBY CERTIFY that ' - .' = = "`� of 'inb Board of Directors of WSP USA Inc. , a corporation organized and existing under the laws of the State of New York , held on the 4th day of August , 2020 a resolution was duly passed and adopted authorizing (Name) Christine Mehle as (Title) Vice President Florida Local Business Leader 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. 1 further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of 20 24 . Secretary: Print: Hillary F. Jassey CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 1 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. 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 partners: Name Street Address City State Zip Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 Amendment No. 1 to the Professional Services Agreement with WSP USA Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2. 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) 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 Florin, COUNTY OF M I im I - ) SS: } The foregoing instrument was acknowledged before me this _ day of , 2024 by Chip,1 , who is personally known to me or who has produced as identification and who (did 1 did not) take an oath. IGNATUR NOTARY PUBLIC STATE OF 55et4 J- MP. -erar) PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC NESENALAN _ Notary PubJUNE State of Florida Commission i NH 426719 . , MY Corm. Expires Sep 6, 2027 Bonded through National Notary Assn. Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 ($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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 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: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 A E® CERTIFICATE OF LIABILITY INSURANCE [DATYY) 4/29/2024 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 Arthur J. Gallagher Risk Management Services, LLC 300 Madison Avenue, 28th Floor New York NY 10017 CONTACT JGevce learn NAME: ASi PHONE A/c.No):212-994-7074 (A/r. Ne. Extl: 212-994-7020 ADDRESS: GGB.WSPUS.CertRequest@ai4.com INSURER(S) AFFORDING COVERAGE NAIC N INSURER A: QBE Specialty Insurance Company 11515 INSURED WSPGLOB-01 WSP USA Inc. One Penn Plaza New York, NY 10119 INSURER B INSURER c: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1799533658 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 ADDLSUBR tuen WVE1) POLICY NUMBER POLICYEFF (MM/DD/YYYY1 POLICY EXP (MM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY Approved by Frank Gomez 04/30/i,O24 EACH OCCURRENCE I $ DAMAGE TO RETED PREMISES (Ea occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'LAGGREGATEPI P POLICY OTHER: �ITAPPLIESPER: JECT LOC GENERAL AGGREGATE $ PRODUCTS-COMP/OPAGG $ $ I AUTOMOBILE I I LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ IUMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE I $ AGGREGATE $ DED I I RETENTION$ I $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNE R/EXECUTIVE OFFICER/MEM BEREXCLUDED9 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below y / N NIA I PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability CLAIMS -MADE QPL0022630 11/1/2023 10/31/2024 Per Claim Aggregate $2,000,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) THIRTY (30) DAYS NOTICE OF CANCELLATION RE: Project Number: Opportunity No.: 202218767. Project Description: Federally Funded - Stormwater Infrastucture Improvements. Retro Date: Full Prior Acts CERTIFICATE HOLDER CANCELLATION The City of Miami, Florida 444 SW 2nd Avenue, 8th Floor Miami FL 33130 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ti © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 .�AC®RlO�DATE - CERTIFICATE OF LIABILITY INSURANCE (MM/DDYYYY) 4/29/2024 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 Arthur J. Gallagher Risk Management Services, LLC 300 Madison Avenue 28th Floor New York NY 10017 CONTACT NAME: AJG Service Team PHONE FAX Na ExU: 212-994-7020 (AC, No): RESS: GGB.WSPUS.CertRequestsaajg.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Liberty Insurance Corporation 42404 INSURED WSPGLOB-01 WSP USA Inc. One Penn Plaza New York, NY 10119 INSURER B : Zurich American Insurance Company 16535 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:338893481 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. ILT R LTR TYPE OF INSURANCE ANRII w n POLICY NUMBER EFF (MM/DD YYYYI (OLICY MM/DD/YYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY Y GLO 9835819-11 Approved by Frank Gomez 5/1/2024 04/30/2 5/1/2025 EACH OCCURRENCE $ 3,500,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 3,500,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 3,500,000 GEN'L AGGREGATE LIMIT APPLIES JECOT PER: LOC GENERAL AGGREGATE $7,000,000 PRODUCTS - COMP/OP AGG $4,000,000 24 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 1 AS7-621-094060-034 5/1/2024 5/1/2025 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION$ 1 $ A A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N NIA WA7-62D-094060-014 WA7-62D-095609-074 WC7-621-094060-914 5/1/2024 5/1/2024 5/1/2024 5/1/2025 X STATUTE �RH 5/1/2025 5/1/2025 E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule, may be attached if more space is requi ed) TH RTY (30) DAYS NOTICE OF CANCELLATION. The City of Miami, Florida is included as Additional Insured with respect to the General Liability and Automobile L ability policies as required by written agreement, pursuant to and subject to the policy's terms, definitions, conditions and exclusions. The coverage provided by the General Liability and Automobile Liability policies is primary and any other coverage shall be excess only, not contributing. CERTIFICATE HOLDER CANCELLATION The City of Miami, Florida 444 SW 2nd Avenue, 8th Floor Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 From: Gomezlr„ Francisco (Frank) To: Caseres, Luis; Ouevedo, Terry; Aviles, Yesenia Subject: RE: Proof of Insurance for WSP USA Inc.- The City of Miami, Florida Date: Tuesday, April 30, 2024 6:45:33 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: Monday, April 29, 2024 3:57 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Proof of Insurance for WSP USA Inc.- The City of Miami, Florida Good afternoon, Please review and approve. Best regards, Luis Caseres Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 (305) 400-5335 Lcaseres@miamigov.com Visit us online Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 DIVISION OF CORPORATIONS \'\af J%11 ///// pp/Eulof rr V� � .J rPD r) 1rrCJ1,�L on official 5l ik of Florida website Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation WSP USA INC. Filing Information Document Number 829626 FEI/EIN Number 11-1531569 Date Filed 03/05/1973 State NY Status ACTIVE Last Event AMENDMENT Event Date Filed 09/19/2023 Event Effective Date NONE Principal Address One Penn Plaza 4th Floor New York, NY 10119 Changed: 03/07/2023 Mailing Address One Penn Plaza 4th Floor New York, NY 10119 Changed: 03/07/2023 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 07/02/1992 Address Changed: 07/02/1992 Officer/Director Detail Name & Address Title Secretary Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 Jassey, Hillary F. One Penn Plaza 4th Floor New York, NY 10119 Title Director Benz, Gregory P. One Penn Plaza 4th Floor New York, NY 10119 Title Treasurer Esposito, Andrew C. One Penn Plaza 4th Floor New York, NY 10119 Title VP Lynn, Andrew J One Penn Plaza 4th Floor New York, NY 10119 Title VP Reed, Kevin B. One Penn Plaza 4th Floor New York, NY 10119 Title Director Baker, Dennis J. One Penn Plaza 4th Floor New York, NY 10119 Title President & CEO Odeh, David J. One Penn Plaza 4th Floor New York, NY 10119 Title VP Gardiner, Charles One Penn Plaza 4th Floor Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 New York, NY 10119 Title Assistant Vice President Hudspeth, Gregg One Penn Plaza 4th Floor New York, NY 10119 Title Assistant Vice President Barrett, Jeffrey A. One Penn Plaza 4th Floor New York, NY 10119 Annual Reports Report Year Filed Date 2022 04/29/2022 2023 03/07/2023 2024 01/05/2024 Document Images 01 /05/2024 -- ANNUAL REPORT 09/19/2023 -- Amendment 03/07/2023 -- ANNUAL REPORT 04/29/2022 -- ANNUAL REPORT 04/18/2021 --ANNUAL REPORT 02/24/2020 -- ANNUAL REPORT 02/20/2019 -- ANNUAL REPORT 11/05/2018 -- AMENDED ANNUAL REPORT 04/06/2018 -- ANNUAL REPORT 08/14/2017 -- AMENDED ANNUAL REPORT 07/07/2017 -- AMENDED ANNUAL REPORT 05/02/2017 -- Name Change 04/12/2017 -- ANNUAL REPORT 06/20/2016 -- AMENDED ANNUAL REPORT 03/22/2016 -- ANNUAL REPORT 04/23/2015 -- ANNUAL REPORT 06/04/2014 -- AMENDED ANNUAL REPORT 04/07/2014 -- ANNUAL REPORT 01 /18/2013 -- ANNUAL REPORT 02/24/2012 -- ANNUAL REPORT 12/08/2011 -- ANNUAL REPORT 11/03/2011 -- Name Change 04/13/2011 -- ANNUAL REPORT 02/17/2010 -- 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 Docusign Envelope ID: 8B2FD4BC-2793-48A4-8657-D088D0B964F5 03/13/2009 -- ANNUAL REPORT 02/06/2009 -- ANNUAL REPORT 04/24/2008 -- ANNUAL REPORT 02/13/2007 -- ANNUAL REPORT 11 /20/2006 -- Name Change 02/17/2006 -- ANNUAL REPORT 02/09/2005 -- ANNUAL REPORT 02/25/2004 -- ANNUAL REPORT 03/20/2003 -- ANNUAL REPORT 03/15/2002 -- ANNUAL REPORT 05/07/2001 --ANNUAL REPORT 03/20/2001 --ANNUAL REPORT 02/10/2000 -- ANNUAL REPORT 04/14/1999 -- ANNUAL REPORT 04/02/1998 -- ANNUAL REPORT 05/19/1997 -- ANNUAL REPORT 05/15/1996 -- ANNUAL REPORT 02/14/1995 -- 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 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: Caseres, Luis Sent: Wednesday, December 11, 2024 9:44 AM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Roberts, Frankeetha; Fossler, Thomas Subject: Document Distribution - RFQ 22-23-002 - Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2 - WSP USA Inc. Attachments: Amendment_No_1_to_RFQ_22-23-002_CPMSS-Stormwater-Group 2-WSP USA Inc - 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. Frankeetha You may now close this Matter ID 24- 2143 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Amendment No. 1 First Party: City of Miami Second Party: WSP USA Inc. Program/Purpose: Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 2 Effective Date: 12/10/2024 Best regards, 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