Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25494
AGREEMENT INFORMATION AGREEMENT NUMBER 25494 NAME/TYPE OF AGREEMENT TETRA TECH, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICE RFQ NO. 21-22-016/FILE I D : 16372/R-24-0307/MATTER I D : 24- 1880 EFFECTIVE DATE March 6, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 3/6/2025 DATE RECEIVED FROM ISSUING DEPT. 3/7/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Tetra Tech, Inc. EXT. 1913 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 Tetra Tech, 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 December 20, 2024 Annie Perez, CPPO 1 15:16:35 EST SIGNATURE: ? Marbe�Sl��rp8 EST SIGNATURE: ,—DocuSigned b A"`" , i `-89540EB73CA ,—DocuSignedt FnuAk t RISK MANAGEMENT December 23, BUDGET OFFICE Funding is determined at time of PO. LEM 1/3/25 January 8, 202 1rie1C99u :49 EST SIGNATURE: '-27395C63182 —DocuSignedt `--7/0'i CITYATTORNEY TMF /s/ 24-1880 Matter ID No. 24-1880 February 18, z5?rgK y�(�-5F6E831796C r 19 Z o3"2IIEST SIGNATURE: �DocuSignedt a{,br t, t ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER February 25, 2025 Larry M. Sprinqq, Jr., CPA I 11:4i:10 EST SIGNATURE: Barbara Hernandez, MPA N/A SIGNATURE: 776rEsa ,e—DocuSigned b• (',4.VV'y Spfr `—C9D2602B97e ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE February 10, 2 Asael "Ace" Marrero, AIA 025 I 07:14:18 EST SIGNATURE: ,-DocuSigned by , ,i ,,¢ —00F4AF9AR03P DEPUTY CITY MANAGER March 4, 2025 y qcVirgglfWiIIiams SIGNATURE: ,.—DocuSignedb• Nf` i 2 \----a,4s-raer CITY MANAGER arc Mh 4, 2025 Ar irNri 9a ST I SIGNATURE: ,—DocuSignedb ._''II � �_ aVT0 '' `-85OCF6C372D CITY CLERK March 6, 2025 'Nil:'Off EST 11 SIGNATURE: DocuSigned by LJ E46D7560DCF1 4E7... y: 495... y: a)y Sbliti 48B... 4D4... 45A 41 B... 42A... 59... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24204 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements — Tetra Tech, 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE 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? August 13, 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, 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 August 14, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Tetra Tech, 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 6th day of March , 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: C3190B5B-5481-46E9-9023-A7F40DF555BE Amendment No. 1 to the Professional Services Agreement with Tetra Tech, 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE Amendment No. 1 to the Professional Services Agreement with Tetra Tech, 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: Signature 13121 EN Gr -rel2, sEN t o K V r Print Name, Title Consultant Secretary (Affirm Consultant S f, if available) ATTEST: DocuSigned by: —f4 th'56@F44 ... Todd B. eDHannon, City Clerk APPROVED AS TO INSURAN REQUIREMENTS: rDocuSigned by: FratAk 395C6318 - 4C7... Ann Marie Sharpe, Director Signed by: Risk Management Department Tetra Tech, Inc., a Foreign Profit Corporation Signature Rtu-t re-DA.LetitM.DN1 SeWlatVP Print Name, Title (Corporate Seal) ' �Q,ORP R9 j FEB `` 4 r988 \4WAFti \* CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: r 86DCF6C372DII42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: ,—DocuSigned by: fro 00Gisai4111 '— George K. Wysong III, City Attorney 24-1880 DS Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE Amendment No. 1 to the Professional Services Agreement with Tetra Tech, 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 Tetra Tech, Inc. , a corporation organized and existing under the laws of the State of Delaware , held on the _ day of , 2024 a resolution was duly passed and adopted authorizing (Name) Richard A. Lemmon as (Title) Senior Vice President 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 this2nd day of October 2024 . Secretary: Print: Preston Hopson 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 , clay of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE Amendment No. 1 to the Professional Services Agreement with Tetra Tech, 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 The foregoing instrume •t was acknowledged before me this day of , 20_, by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F40DF555BE CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 2 2021 Date personally appeared before me, } Emily Bowen, Notary Public Here Insert Name and Title of the Officer Preston Hopson and Richard A. Lemmon Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. EMILY BOWEN • Notary Public • California Los Angeles County Commission # 2445667 My Comm. Expires May 2, 2027 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL Signature of Nota Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): 0 Corporate Officer — Title(s): ❑ Partner — ❑ Limited 0 General ❑ Partner — ❑ Limited 0 General ❑ Individual 0 Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator O Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association ® Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE ($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: C3190B5B-5481-46E9-9023-A7F4ODF555BE 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: ng III, y 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE �� ® �`� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/24/2024 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 Aon Risk Insurance Services West, Inc. Los Angeles CA Offi ce 707 Wi 1 shi re Boulevard Suite 2600 Los Angeles CA 90017-0460 USA CONTACT NAME: PHONE(800) 363-0105 (A/CNo. Ext): C866) 283-7122 FAX No.): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Tetra Tech, Inc. 6303 Blue Lagoon Drive, Ste 305 Miami FL 33126 USA INSURER A: Safety National Casualty Corp 15105 INSURER B: American International Group UK Ltd AA1120187 INSURER C: Allied World surplus Lines Insurance Co 24319 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570108393607 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. Limits shown are as requested 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 Y Y GL6676804 Approved by Frank Gomez 10/01/2024 10/08/2024 10/01/2025 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $1, 000, 000 CLAIMS -MADE X OCCUR X X, C, U Coverage MED EXP (Any one person) $10 , 000 PERSONAL & ADV INJURY $2,000,000 GEN'L LIMIT APPLIES AGGREGATE PRO - POLICY X JECT X OTHER: PER: LOC GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OPAGG $4,000,000 A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED Y CA 6676805 10/01/2024 10/01/2025 COMBINED SINGLE LIMIT (Ea accident) $5,000,000 BODILY INJURY ( Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 62785232 10/01/2024 10/01/2025 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENTION $100,000 A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR / PARTNER / OFFICER/MEMBER EXCLUDED? EXECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A LDC4068970 AOS PS4068969 WI 10/01/2024 10/01/2024 10/01/2025 10/01/202 5 x PER STATUTE OTH- ER E.L. EACH ACCIDENT $1, 000, 000 E.L. DISEASE -EA EMPLOYEE $1, 000, 000 E.L. DISEASE -POLICY LIMIT $1, 000, 000 C Environmental Contractors and Prof 03120276 Prof/Poll -Claims Made Cov SIR applies per policy terms 10/01/2024 & conditions 10/01/2025 Each 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) RE: RFQ 21-22-016, Miscellaneous Engineering Services for Citywide Capital Improvements. Certificate Holder is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies as required by written contract. General Liability policy evidenced herein is Primary and Non -Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions as required by written contract. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability policy as required by written contract. stop Gap Coverage for the following states: OH, ND, WA, WY.Retro Date: 02/04/1988 CERTIFICATE HOLDER CANCELLATION City of Miami Attn: Department of Procurement 444 SW 2nd Ave., 6th 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. AUTHORIZED REPRESENTATIVE sera Wefnnu Holder Identifier :179 570108393607 Certificate No ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 99 35 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES ENDORSEMENT As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, AK, AR, CA, CO, CT, DE, DC, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NM, NY, OK, PA, RI, SC, SD, UT, VT, VA, WV This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2024 Policy No. LDC4068970 Endorsement No. Insured TETRA TECH, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 99 99 35 (07 12) Page 1 of 1 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2024 Policy No. GL 6676804 Named Insured TETRA TECH, INC. Insurance Company Safety National Casualty Corporation Endorsement No. Premium $ Included Countersigned By (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNGL 047 0514 Safety National Casualty Corporation Page 1 of 1 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2024 Named Insured TETRA TECH, INC. Insurance Company Safety National Casualty Corporation Policy No. CA 6676805 Endorsement No. Premium $ Included Countersigned By (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNCA 039 10 13 Safety National Casualty Corporation Page 1 of 1 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE From: Gomez Jr., Francisco (Frank) To: Caseres. Luis Subject: RE: Tetra Tech Expired insurance 10/O1/2024 Date: Tuesday, October 8, 2024 12:13:58 PM Attachments: image003.onq image010.pnq image011.onq image012.pnq image013.onq image014.pnq imaae015.onq Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigoy.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, October 8, 2024 11:56 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: RE: Tetra Tech Expired insurance 10/01/2024 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE DIVISION OF CORPORATIONS J� yniuri Di J tLPr1_►LATCL)i an ufciuldtue of Florida I,vebsiee Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation TETRA TECH, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Changed: 07/14/2003 Mailing Address 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 P19034 95-4148514 04/28/1988 DE ACTIVE CORPORATE MERGER 12/30/2003 01/02/2004 Changed: 07/14/2003 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 03/18/1992 Address Changed: 03/18/1992 Officer/Director Detail Name & Address Title Senior Vice President, Chief Engineer Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F4ODF555BE BROWNLIE, WILLIAM R 3475 E. Foothill Blvd. Pasadena, CA 91107 Title Senior Vice President, Corporate Administration LEMMON, RICHARD A 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Executive Vice President, CFO and Assistant Secretary BURDICK, STEVEN M 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Chairman of the Board, CEO Batrack, Dan L. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title EVP, Chief Sustainability and Leadership Development Officer Shoemaker, Leslie L 3475 E. Foothill Blvd. Pasadena, CA 91107 Title Senior Vice President, Corporate Controller, Chief Accounting Officer Carter, Brian N 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Thompson, J. Kenneth 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Ritrievi, Kimberly E 3475 E FOOTHILL BLVD PASADENA, CA 91107 Title SVP BIAGI , JAMES Q, Jr. 4967 U.S. Hwy 42 Ste. 210 Louisville, KY 40222 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F40DF555BE Title Director Maguire, Joanne M. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President, Global Development Services Division Argus, Roger R. 1230 Columbia Street Suite 1000 San Diego, CA92101 Title Secretary Hopson, Preston 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title VPFS JENKINS, LAWRENCE E 201 E. PINE ST. ORLANDO, FL 32801 Title Director Birkenbeuel, Gary R. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President Hudkins, Jill M 3475 E. FOOTHILL BLVD PASADENA, CA 91107 Title Treasurer Wu, Jim 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director GANDHI, PRASHANT 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F40DF555BE Obiaya, CHRISTIANA 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Director Volpi, Kirsten M 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President, Chief Information Officer Christensen, Craig L. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President of Human Resources and Leadership Development McDonald, Kevin P. 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President, Enterprise Risk Management O'Rourke, Brendan 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title Senior Vice President and President of the Canada and South America Division Teufele, Bernie 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President, High Performance Buildings Division Fowler, Stuart 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President, Federal Information Technology Division Jeannot, Olivier H 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Title President, Energy Engineering Division Weiss, Jonathan 3475 E. FOOTHILL BLVD. PASADENA, CA 91107 Docusign Envelope ID: C3190B5B-5481-46E9-9023-A7F40DF555BE Annual Reports Report Year Filed Date 2022 01/03/2022 2023 01/12/2023 2024 01/10/2024 Document Images 01 /10/2024 -- ANNUAL REPORT 01 /12/2023 -- ANNUAL REPORT 01 /03/2022 -- ANNUAL REPORT 01/04/2021 --ANNUAL REPORT 01 /02/2020 -- ANNUAL REPORT 01 /02/2019 -- ANNUAL REPORT 05/18/2018 -- AMENDED ANNUAL REPORT 01 /03/2018 -- ANNUAL REPORT 11 /21 /2017 -- AMENDED ANNUAL REPORT 01 /05/2017 -- ANNUAL REPORT 01 /12/2016 -- ANNUAL REPORT 01 /07/2015 -- ANNUAL REPORT 04/24/2014 -- AMENDED ANNUAL REPORT 01 /10/2014 -- ANNUAL REPORT 01 /03/2013 -- ANNUAL REPORT 02/09/2012 -- ANNUAL REPORT 01 /18/2012 -- ANNUAL REPORT 02/15/2011 -- ANNUAL REPORT 01/29/2011 --ANNUAL REPORT 01 /28/2010 -- ANNUAL REPORT 01 /14/2009 -- ANNUAL REPORT 02/15/2008 -- ANNUAL REPORT 03/12/2007 -- ANNUAL REPORT 02/08/2006 -- ANNUAL REPORT 02/23/2005 -- ANNUAL REPORT 01 /31 /2005 -- ANNUAL REPORT 05/13/2004 -- ANNUAL REPORT 05/05/2004 -- ANNUAL REPORT 03/01/2004 -- ANNUAL REPORT 12/30/2003 -- Meraer 07/14/2003 -- ANNUAL REPORT 03/03/2002 -- ANNUAL REPORT 05/15/2001 --ANNUAL REPORT 05/04/2000 -- ANNUAL REPORT 04/07/1999 -- ANNUAL REPORT 07/29/1998 -- ANNUAL REPORT 04/09/1997 -- ANNUAL REPORT 02/09/1996 -- ANNUAL REPORT 04/14/1995 -- 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 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: C3190B5B-5481-46E9-9023-A7F4ODF555BE Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Thursday, March 6, 2025 3:28 PM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Subject: Document Distribution - Amendment No 1 - RFQ 21-22-016 Misc. Eng. Services for Citywide Capital Improvements - Tetra Tech Attachments: Amendment_No_1_RFQ_21-22-016_-_Misc_Eng_Svcs-Tetra Tech -Executed 03-06-2025.pdf Good afternoon 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. Rei n i ke/Fran keetha You may now close this Matter ID 24-1880 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: Tetra Tech, Inc. Program/Purpose: Misc. Eng. Services for Citywide Capital Improvements Effective Date: 06/06/2025 Best regards, i LuA.- Cc e re k 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