Loading...
HomeMy WebLinkAbout25971AGREEMENT INFORMATION AGREEMENT NUMBER 25971 NAME/TYPE OF AGREEMENT ISEECHANGE, INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/RESILIENCE DATA & ENGAGEMENT SERVICES/FILE ID: 18622/R-26- 0016/MATTER ID: 25-3629K EFFECTIVE DATE February 1, 2026 ATTESTED BY TODD B. HANNON ATTESTED DATE 2/12/2026 DATE RECEIVED FROM ISSUING DEPT. 2/13/2026 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla/Tahlia Gray NAME OF OTHER CONTRACTUAL PARTY/ENTITY: ISeeChange, Inc. EXT. 1906/1912 IS THIS AGREEMENT TO BE EXPEDITED/RUSH: TOTAL CONTRACT AMOUNT: $ TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ■❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) ■ FUNDING INVOLVED? YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT El SUPPLEMENTAL AGREEMENT NO NO PURPOSE OF ITEM (DETAILED SUMMARY): Professional Services Agreement ISeeChange, Inc. ISC provides a signature platform product for public sector agencies. COMMISSION APPROVAL DATE: 1/8/2026 FILE ID: 18622 ENACTMENT NO.: 26-0016 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DIRECTOR/CHIEF PROCUREMENT OFFICER January 30, 2026 Annie Perez, CPPO I 10: 55: 433Fne,ey: SIGNATURE: -4- - Y' SUBMITTED TO RISK MANAGEMENT January 30, 2026 David Ruiz I 10: 58: 31-ESJedev: SIGNATURE: Fri ��i,.) SUBMITTED TO CITY ATTORNEYDS /s/TMF 25-3629K matter 25-3629K February 6, 2026 George K.E g III 111:55:3 E€��edev: nr2,Et' wE/sewd fff SIGNATURE: ''D x„�EEn,�� APPROVAL BY ASSISTANT CITY MANAGER/CHIEF FINANCIAL OFFICER February 6, 20Zgic EE 12 PP/sc a'EP-13rling, CPA 000seea ny: SIGNATURE: �"''" P`"`A-e APPROVAL BY ASSISTANT CITY MANAGER/CHIEF OF OPERATIONS Barbara Hernandez, MPA SIGNATURE: APPROVAL BY ASSISTANT CITY MANAGER/CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: APPROVAL BY DEPUTY CITY MANAGER February 9, 202'6ataly?ocp)8bpok-Williams SIGNATURE: N"4 w4 — RECEIVED BY CITY MANAGER February 11, 2 .,s am R d-�S08- S42 EST SIGNATURE: �mmaePseFzernms._ SUBMITTED TO THE CITY CLERK February 12, Todd Hannon 2026 I 19:16: 6.E&Tby: SIGNATURE: �Eas2__, PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Tahlia Gray Contact Person Procurement Analyst Title 1/28/2026 Date: Procurement Requesting Client (305) 416-1912 Telephone Legal Service Requested: Matter 25-3629K: Professional Services Agreement ISeeChange, Inc. ISC provides a signature platform product for public sector agencies. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: nlssue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 AGREEMENT/AMENDMENT OVERVIEW AGREEMENT TITLE: ISeeChange Professional Services Agreement 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ ❑ City Commission — RESOLUTION No. 26-0016 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ COOPERATIVE ❑ PROFESSIONAL SERVICES UNDER $25,000 3. TYPE OF AGREEMENT: ❑ PROFESSIONAL SERVICES AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ SOFTWARE AS A SERVICE AGREEMENT ❑ LEASE AGREEMENT ❑ OPERATOR AGREEMENT ❑ CONCESSION AGREEMENT ❑ OTHER (Please explain): 4. 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 AND INCLUDE THE PAGE NUMBER(S) THAT SPECIFIES WHAT IS BEING AMENDED ON THE CONTRACT. N/A 5. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? _N/A 6. WHAT IS THE SCOPE OF SERVICES? Provides custom regional mapping, email integrations, data exports, landing pages, direct engagement pathways to support municipal operations, flood modeling, and infrastructure project design. There is no other socially networked community dialogue tool that collects and distributes urban climate data, both quantitative and qualitative, in real time in formats we need for immediate response, capital projects, and resilience planning efforts. 7. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? NOT CITYWIDE; RPW 8. IS THE AWARDEE INCUMBENT? YES 9. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? HIGHER 10. WHEN DOES THE CURRENT CONTRACT EXPIRE? 1 /31 /2026 11.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $178,000 12.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? BID WAIVER Updated 1/29/2025 Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: iSeeChange, Inc. Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES D&B Pacer N/A Bid/Proposal Bond N/A N/A Upload Clear E.Upload Mr Clear Upload mr Clear Upload I= Clear View All Attachments Delete Last Delete All iSupplier Number: 46485 iseechg.pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS 1 ATTACHMENTS System of Award Managment (SAM) YES Convicted Vendor List YES Debarred Contractors YES Suspended Contractors YES Suspended Vendors -State: YES Scrutinized Companies List: YES Google Search: YES Upload iscSAM.gov _ Search.pdf Clear Upload Clear Upload Clear Upload Clear Upload Clear Upload Clear Upload Clear iscConvicted Vendor List.pdf 12012025contractor-debarment (1).pdf iscMiami-Dade County -.pdf iscSuspended Vendor List _.pdf 120120252025_09_30_web_update_pfia_prohibited_list (1).pdf iseechange - Google Search.pdf Links Verified: 9/30/2025 Debarred Contractors List (Updated: May 2025) MIAMI- COUNTY # Debarred Entity and/or Individuals (abc order) Address Initiating Dept. and Contact Person Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 1 Aaron Construction Group, Inc. 10820 NW 138 St. Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 9/12/19 - 9/12/29 n/a 2 Diego Alejandro Estepa Vazquez (Individual, former officer of Aaron Construction Group, Inc.) 10820 NW 138 St Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 9/12/19 - Indefinite n/a 3 Javier Estepa (Individual, former officer of Aaron Construction Group, Inc.) 10820 NW 138 St Bay C-1 Hialeah Gardens, FL 33018 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 9/12/19 - Indefinite n/a 4 ABC Construction Inc 7280 NW 8th St, Miami, FL 33126 State Attorney's Office (State Attorney, 305-547-0100) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 11/2/2022 - 11/2/2027 n/a 5 Jorge Gonzalez (individual, former owner/president of ABC Construction Inc) 7280 NW 8th St, Miami, FL 33126 State Attorney's Office (State Attorney, 305-547-0100) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 11/2/2022 - 11/2/2027 n/a 6 Another Garage Gate, Inc. 3771 NW 51 ST UNIT A, Miami, FL 33142 State Attorneys Office (State Attorney, ey's 0f7-0100) The debarment is a condition of an Order of Probation. As such, he should be ineligible for any new work from any County Department. Excluded from Contracting w/Miami-Dade County for a five (5) year period 08/30/2023 - 08/30/2028 n/a 7 Raudel Diaz (Individual, princiapl of Another Garage Gate, Inc.) 3771 NW 51 ST UNIT A, Miami, FL 33142 (State State Attorney's Office (State Attorney, 305Office 00) The debarment is a condition of an Order of Probation. As such, he should be ineligible for any new work from any County Department. Excluded from Contracting w/Miami-Dade County for a five (5) year period 08/30/2023 - 08/30/2028 n/a 8 Association of Community Organizations for Reform Now (ACORN) 2609 Canal St, 4th floor New Orleans, LA 70119 U.S. Congress (Office of Management & Budget, 202- 395-3080) Section 163 of the Continuing Appropriations Resolution, 2010, Division B of Public Law #111-68 Excluded from Contracting w/ Miami -Dade County Indefinitely. 10/07/2009 - Indefinite n/a 9 Biscayne Housing Group, LLC 25 Se 2nd Ave, Miami, FL, 33131-1508 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 10 Michael Cox (individual, former partner of Biscayne Housing Group, LLC) 828 NW 9th Ave Miami, Fl 33136 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 11 BJK Construction Services, Inc 970 W McNab Rd # 210, Fort Lauderdale, FL 33309 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 7/8/2021 - 7/8/2031 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. Debarred Contractors List (Updated: May 2025) MIAMI-DADE COUNTY # Individuals (abc order) Debarred Entity and/or Address Person Initiating Dept. and Contact Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 12 Michael Runyan (individual, owner of BJK Construction Services, Inc) 4411 Ne 30 Ave,] Lighthouse Point, FL 33064 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 7/8/2021 - 7/8/2031 n/a 13 Carlisle Development Group 2950 SW 27th AveSte 200 Miami, FI 33133 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021- 1/5/2031 n/a 14 Lloyd Boggio (individual, former partner of Carlisle Development Group) 3316 Devon CT, Miami, Fl 33133 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 15 Matthew Greer (individual, former partner of Carlisle Development Group) 240 Ari Way Miami Beach, F133141 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/5/2021 - 1/5/2031 n/a 16 Design Management and Builders Corporation 5514 NW 72ND AVE, Miami, Florida, 3316611 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 9/22/2021-9/22/2031 n/a 17 Arturo P. Hevia (individual, owner of Design Management and Builders Corporation) 2411 SW 83 COURT Miami, FL 33155 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 9/22/2021-9/22/2031 n/a 18 Ecological Paper Recycling, Inc. 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 19 Jose Flores (indvidual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 20 Manuela Flores (individual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 21 William Hernandez (individual, former officer of Ecological Paper Recycling, Inc.) 2350 NW 149th Street Opa Locka, FL 33054 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/ Miami -Dade County Indefinitely. 11/18/2015 - Indefinite n/a 22 Global Electrical & Lighting Supplies, Inc. 13751 SW 143rd Ct SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/18/2018 - 1/18/2028 n/a 23 Rolando Perez (individual, former officer of Global Electrical & Lighting Supplies, Inc.) 13752 SW 143rd CT, SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 1/18/2018 - 1/18/2028 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. 2 Debarred Contractors List (Updated: May 2025) MIAMI-DADS COUNTY # Debarred Entity and/or Individuals (abc order) Address Initiating Dept.and Contact Person Cause of Debarment Effect of Debarment Length of Debarment Contractor's Certificate of Competency or License Number; or Qualifier, when applicable 24 Vivian Perez (individual, former officer of Global Electrical & Lighing Supplies, Inc.)for 13753 SW 143rd CT, SUITE 101, MIAMI, FL 33186 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County a ten (10) year period 1/18/2018 - 1/18/2028 n/a 25 Hialeah Transport, LLC 2965 E. llth Avenue Hialeah, FL 33013 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 12/21/2015 - Indefinite n/a 26 Amancio Alonso (individual, former officer of Hialeah Transport, LLC) 2965 E. llth Avenue Hialeah, FL 33013 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County Indefinitely. 12/21/2015 - Indefinite n/a 27 Jose Barroso (indvidual, former officer of E&C Electrical Service, Inc.) 1625 NE 104th St Miami Shores, FL 33138 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 1/18/2018 - 1/18/2028 n/a 28 Roy J. Bustillo (individual, former officer of Municipal Lighting Systems Group, Inc.) 7035 SW 47th St A Miami, FL 33155 Internal Services Department (ISD Director, 305-375-1135) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a ten (10) year period. 1/18/2018 - 1/18/2028 n/a 29 Jorge De La Noval (individual, owner and operator of The Ultimate Electrician) 13701 SW 88TH ST STE 222 MIAMI, FL 33186 Miami Dade County Office of Inspector General, 305-375- 1946 Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a five (5) year period 8/26/2021 - 8/26/2026 n/a 30 Siltek Affordable Housing, LLC. 5800 SW 178th Ave, Southwest Ranches, FL 33331 Public Housing and Community Development Department (PHCD Director, (786) 469-4106) Violation of Section 10-39 Excluded from Contracting w/Miami-Dade County for a ten (10) year period 6/20/2024 - 6/19/2034 n/a 31 Rene Antonio Sierra (individual, former officer of Siltek Affordable Housing, LLC.) 481 Ranch Road Weston, Florida 33325 Public Housing and Community Development Department (PHCD Director, (786) 469- 4106) Violation of Section 10-38 Excluded from Contracting w/Miami-Dade County for a nine (9) year period 11/30/2019 - 11/29/2028 n/a This report is maintained by Strategic Procurement Department (SPD). Please note: this list is only updated when an entity or individual is added or removed. For any questions, please contact Michou Jean, at (305) 375-3161. 3 STATE BOARD OF ADMINISTRATION OF FLORIDA 1801 HERMITAGE BOULEVARD, SUITE 100 TALLAHASSEE, FLORIDA 32308 (850) 4884406 POST OFFICE BOX 13300 32317-3300 Protecting Florida's Investments Act "Scrutinized Companies" Chapter 287.135, Florida Statutes RON DESANTIS GOVERNOR CHAIR BLAISE INGOGLIA CHIEF FINANCIAL OFFICER JAMES UTHMEIER ATTORNEY GENERAL CHRIS SPENCER EXECUTIVE DIRECTOR Chapter 287.135, Florida Statutes was created effective July 1, 2011, and prohibits a company on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List from bidding on, submitting a proposal for, or entering into or renewing a contract with an agency or local governmental entity for goods or services of $1 million or more. Pursuant to Chapter 215.473, Florida Statutes, the Florida State Board of Administration is charged with maintaining a complete list of scrutinized companies. Scrutinized companies are judged according to whether they meet the following criteria: Sudan: 1. Have a material business relationship with the government of Sudan or a government -created project involving oil related, mineral extraction, or power generation activities, or 2. Have a material business relationship involving the supply of military equipment, or 3. Impart minimal benefit to disadvantaged citizens that are typically located in the geographic periphery of Sudan, or 4. Have been complicit in the genocidal campaign in Darfur. Iran: 1. Have a material business relationship with the government of Iran or a government -created project involving oil related or mineral extraction activities, or 2. Have made material investments with the effect of significantly enhancing Iran`s petroleum sector. The SBA is not responsible for compliance with Chapter 287.135, Florida Statutes. The SBA's responsibilities are solely focused on the Protecting Florida's Investments Act and Chapter 215.473 as it relates to the identification of "Scrutinized Companies" that have prohibited business operations in Sudan or Iran. The table on the following pages provides the List of Prohibited Investments (Scrutinized Companies). This list is updated as part of the Protecting Florida's Investments Act (PFIA) and the Global Governance Mandates Quarterly Report, upon review and approval by the Trustees of the State Board of Administration. September 30, 2025 Page 2 Table 7: List of Prohibited Investments (Scrutinized Companies) (New companies are highlighted and in bold.) Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Aviation Industry Corporation of China (AVIC) Sudan China September 24, 2019 Yes AviChina Industry & Technology Sudan China June 4, 2019 Yes AVIC International Finance Ltd Sudan China September 24, 2019 Yes AVIC International Holdings Ltd (formerly listed as AVIC International) Sudan China June 4, 2019 Yes Bank of Kunlun Co Ltd Sudan & Iran China March 7, 2018 Yes Chennai Petroleum Corp Ltd Sudan India September 19, 2007 Yes China BlueChemical Ltd Iran China March 19, 2013 Yes China Energy Engineering Corporation Sudan China September 30, 2025 No China Gezhouba Group Company Ltd Sudan China September 30, 2025 No China National Petroleum Corporation (CNPC) Sudan & Iran China December 11, 2012 Yes China Oilfield Services Ltd Iran China June 16, 2011 Yes China Petrochemical Corporation (Sinopec Group) Sudan & Iran China December 3, 2019 Yes China Petroleum & Chemical Corp (CPCC) Sinopec Sudan & Iran China September 19, 2007 Yes China Petroleum Engineering Corp Sudan & Iran China March 7, 2018 Yes China Railway Group Limited Iran China September 24, 2024 Yes Cirrus Aircraft Ltd Sudan Cayman Islands September 24, 2024 Yes CNOOC Ltd Iran China June 16, 2011 Yes CNOOC Energy Technology & Services Ltd Iran China June 15, 2021 Yes CNOOC Finance Limited Iran China September 24, 2013 Yes CNOOC Finance (2003) Limited Iran China December 17, 2024 Yes CNOOC Finance (2011) Limited Iran China December 17, 2024 Yes CNOOC Finance (2012) Limited Iran China December 17, 2024 Yes CNOOC Finance (2013) Limited Iran China December 17, 2024 Yes CNOOC Finance (2014) ULC Iran China October 17, 2017 Yes CNOOC Finance (2015) Australia PTY Ltd Iran China December 17, 2024 Yes September 30, 2025 Page 3 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment CNOOC Finance (2015) USA LLC Iran China December 17, 2024 Yes CNPC Capital Company Limited Sudan & Iran China June 14, 2017 Yes CNPC Finance HK Ltd Sudan & Iran China March 26, 2024 Yes CNPC General Capital Ltd Sudan & Iran China June 26, 2012 Yes CNPC Global Capital Limited Sudan & Iran China December 15, 2020 Yes CNPC HK Overseas Capital Ltd Sudan & Iran China June 16, 2011 Yes COSL Finance (BVI) Limited Iran China September 24, 2013 Yes COSL Singapore Capital Ltd Iran Singapore December 4, 2018 Yes Daqing Huake Group Co Ltd Sudan China March 25, 2008 Yes Egypt Kuwait Holding Co. SAE Sudan Kuwait January 13, 2009 Yes Engineers India Limited Iran India September 24, 2024 Yes FACC AG Sudan Austria June 4, 2019 Yes Gazprom Iran Russia September 19, 2007 Yes Gazprom Neft Iran Russia September 16, 2008 Yes Gazprom Promgaz Iran Russia June 4, 2019 Yes GPN Capital SA Iran Luxembourg June 4, 2019 Yes Harbin Electric Co. Ltd. Sudan China September 19, 2007 Yes Hindustan Petroleum Corporation Ltd Sudan & Iran India June 13, 2018 Yes Indian Oil Corp Ltd (IOCL) Sudan & Iran India September 19, 2007 Yes IndOil Global BV Sudan & Iran India September 24, 2024 Yes Jiangxi Hongdu Aviation Sudan China September 19, 2007 Yes Kimanis Power Sdn Bhd Sudan Malaysia September 24, 2024 Yes KLCC Property Holdings Bhd Sudan Malaysia April 14, 2009 Yes Kunlun Energy Company Ltd. Sudan & Iran Hong Kong September 19, 2007 Yes Lanka IOC Ltd Sudan India September 19, 2007 Yes Managem SA Sudan Morocco November 9, 2010 Yes September 30, 2025 Page 4 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Mangalore Refinery & Petrochemicals Ltd Sudan & Iran India September 19, 2007 Yes Malaysia Marine & Heavy Engineering Holdings Bhd Sudan Malaysia March 18, 2014 Yes MISC Bhd Sudan Malaysia September 19, 2007 Yes Moscow Integrated Power Co PJSC Iran Russia September 24, 2024 Yes Mosenergo Iran Russia September 16, 2008 Yes Norinco International Cooperation Ltd Iran China September 24, 2024 Yes Offshore Oil Engineering Co Iran China December 17, 2024 Yes OGK-2 PJSC Iran Russia September 24, 2024 Yes Oil India Ltd Sudan India September 18, 2012 Yes Oil & Natural Gas Corp (ONGC) Sudan & Iran India September 19, 2007 Yes ONGC Videsh Limited (OVL) Sudan & Iran India March 18, 2014 Yes Pengerang LNG Two Sdn Bhd Sudan Malaysia September 24, 2024 Yes Perseus Mining Ltd Sudan Australia August 23, 2022 Yes PetroChina Sudan & Iran China September 19, 2007 Yes Petroliam Nasional (Petronas) Sudan Malaysia September 19, 2007 Yes Petronas Capital Limited Sudan Malaysia September 19, 2007 Yes Petronas Chemicals Group Bhd Sudan Malaysia June 16, 2011 Yes Petronas Chemicals Derivatives Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Chemicals Glycols Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Chemicals Olefins Sdn Bhd Sudan Malaysia September 24, 2024 Yes Petronas Dagangan Bhd Sudan Malaysia September 19, 2007 Yes Petronas Gas Berhad Sudan Malaysia September 19, 2007 Yes Petronas Global Sukuk Sudan Malaysia August 2, 2016 Yes PowerChina Construction Group Ltd Iran China March 5, 2025 Yes PowerChina Hebei Engineering Corp Ltd Iran China March 5, 2025 Yes PowerChina Sepcol Electric Power Construction Iran China June 10, 2025 Yes September 30, 2025 Page 5 Prohibited Investments (Scrutinized Companies) Scrutinized Country Country of Incorporation Initial Appearance on Scrutinized List Full Divestment Power Construction Corporation of China Ltd Iran China September 24, 2024 Yes Putrajaya Management Sdn Bhd Sudan Malaysia March 18, 2014 Yes Sberbank Russia PJSC Iran Russia September 24, 2024 Prior to 9/23/2025, subject to U.S. freeze Sinopec Capital 2013 Ltd Sudan & Iran China September 24, 2013 Yes Sinopec Century Bright Capital Investment Ltd Sudan & Iran China December 3, 2019 Yes Sinopec Engineering Group Co Ltd Sudan & Iran China March 18, 2014 Yes Sinopec Group Overseas Development 2018 Ltd Sudan & Iran China December 15, 2020 Yes Sinopec Group Overseas Development 2017 Ltd Sudan & Iran China September 11, 2019 Yes Sinopec Group Overseas Development 2016 Ltd Sudan & Iran China August 2, 2016 Yes Sinopec Group Overseas Development 2015 Ltd Sudan & Iran China December 15, 2020 Yes Sinopec Group Overseas Development 2013 Ltd Sudan & Iran China March 18, 2014 Yes Sinopec Kantons Holdings Ltd Sudan & Iran Bermuda September 19, 2007 Yes Sinopec Oilfield Equipment Corporation Sudan & Iran China April 14, 2009 Yes Sinopec Oilfield Service Corp Sudan & Iran China March 25, 2008 Yes Sinopec Shanghai Petrochemical Sudan & Iran China September 19, 2007 Yes Societe Metallurgique D'imiter Sudan Morocco November 9, 2010 Yes Soar Wind Ltd Sudan China March 5, 2025 Yes Territorial Generating Company No 1 Iran Russia June 4, 2019 Yes # of Prohibited Investments 95 - - The following companies were removed from the PFIA Prohibited Investments List this quarter. Removed Company Country of Incorporation No companies removed this quarter. pe'�' n MANAGEMENT SERVICES Menu Home / Business Operations / State Purchasing / State Agency Resources / Vendor Rice istration and Vendor Lists / Convicted Vendor List Convicted Vendor List The Department of Management Services maintains a "list of the names and addresses of those who have been disqualified from the public contracting and purchasing process" under section 287.133, Florida Statutes. There are currently no vendors on this list. State Purchasing Chief Procurement Officer (CPO) Memoranda Executed Agency ACS Requests State Contracts and Agreements MyFloridaMarketPlace Public Procurement Professional Development Approved Drone Manufacturers Statewide Travel Management System State Agency Resources Vendor Resources State Purchasing Insurance Program .(SPIP) Contact Us State Purchasing Website Feedback Office of Supplier Development .(OSD) Terms and Conditions Privacy Statement Agency Information Open Government DMS Leadership Agency Organization Accessibility Statement Copyright ©2025 Department of Management Services - State of Florida miamidade.coAW Home Product Control Contractors Building Officials Contact us Error during processing. Read error message below and click reset to go back to Selection Menu. NAME NOT FOUND ON DATABASE..ENTER CORRECT NAME. Reset I BCCO Contractor Inquiry and Complaint Search I BCCO Home Page I State License Search Menu Home I Using Our Site I About I Phone Directory I Privacy I Disclaimer © 2001 Miami -Dade County. All rights reserved. =cn mi im dade.gov I An official website of the United States government Here's how you know Revolutionary FAR Overhaul Impacts to SAM.gov Show Details Aug 15, 2025 Records Retention Policy Impacts Old SAM Registration Data Show Details May 21, 2025 x WSAMGOV® Home Search Data Bank Data Services Help rr— See All Alerts to Search Filter By Keyword Search Alt Words e.g. 1606N020Q02 For more information on how to use our keyword search, visit our help guide Simple Search O Any Words ED Alt Words i OExact Phrase 0 Search Editor e.g. 1606N020Q02 iseechange x Federal Organizations Enter Code or Name V Status 7 Active Inactive Reset 0 All Domains Contracting Federal Assistance Entity Information Federal Hierarchy Wage De No matches found Your search did not return any results. To view Entity Registrations, Subcontract Reports, Subaward Reports you must sign in. Sign In Would you like to include inactive records in your search results? Yes i Go Back 1 Feedback Our Website Our Partners About This Site Acquisition.gov Our Community USASpending.gov Release Notes Grants.gov System Alerts More Partners Policies Customer Service Terms of Use Help Privacy Policy Check Entity Status Restricted Data Use Federal Service Desk Freedom of Information Act External Resources Accessibility Contact GStot /!\ WARNING This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. This system contains Controlled Unclassified Information (CUI). All individuals viewing, reproducing or disposing of this information are required to protect it in accordance with 32 CFR Part 2002 and GSA Order CIO 2103.2 CUI Policy. An otriciat weosite o the u.s. uenerar services mamirlistrat on pe'�' n MANAGEMENT SERVICES Menu Home / Business Operations / State Purchasing / State Agency Resources / Vendor Rice istration and Vendor Lists / Suspended Vendor List Suspended Vendor List The Department of Management Services maintains a list of vendors that have been removed from the Vendor List pursuant to section 287.1351, Florida Statutes. Building Maintenance of America, LLC d/b/a Florida Building Maintenance 333 North Falkenburg Road #A117 Tampa, FL 33619 DMS 07/02/14 Notice of Default - Building Maintenance of America, LLC d/b/a Florida Building Maintenance [ 575.81 KB ] Club Tex, Inc. 2025 Broadway, Suite #15G New York, NY 10023 Correctional Consultants, LLC P.O. Box 515 Chattahoochee, FL 32324 iColor Printing and Mailing, Inc. 22873 Lockness Avenue Torrance, CA 90501 Visual Image Design Firm, LLC 6845 Narcoossee Road, Suite 59 Orlando, FL 32822 DOC DOC DEP DOH 01/24/19 Notice of Default - Club Tex Inc. [ - 111.75 KB ] 12/10/19 Notice of Default - Correctional Consultants, LLC [ 85.95 KB ] 02/20/12 06/25/15 Notice of Default - iColor Printing and Mailing, Inc. [ 320.17 KB ] Notice of Default - Visual Image Design Firm, LLC [ 1.78MB] Updated 72/70/79 State Purchasing Chief Procurement Officer (CPO) Memoranda Executed Agency ACS Requests State Contracts and Agreements MyFloridaMarketPlace Public Procurement Professional Development Approved Drone Manufacturers Statewide Travel Management System State Agency Resources Vendor Resources State Purchasing Insurance Program .(SPIP) Contact Us State Purchasing Website Feedback Office of Supplier Development .(OSD) Document reader download links: Adobe PDF Reader DMS Leadership Agency Organization Copyright ©2025 Department of Management Services - State of Florida iseechange X Y Q Al Mode All Images Videos News Shopping Maps More Tools ISeeChange o 0 https://www.iseechange.com ISeeChange I Commuriity Climate & Weather Journal We're sorry but ISeeChange doesn't work properly without JavaScript enabled. Please enable it to continue. Quantcast. Community Climate & Weather ... We're sorry but ISeeChange doesn't work properly without ... Community Climate & Weather Journal - ISeeChange We're sorry but ISeeChange doesn't work properly without ... ISeeChange investigations We're sorry but ISeeChange doesn't work properly without ... Getting started We're sorry but ISeeChange doesn't work properly without ... Projects More results from iseechange.com » Facebook • ISeeChange 2.2K+ followers ISeeChange ISeeChange mobilizes communities to collect and share their own personal climate stories, photos, and weather measurements. ..• ISeeChange https://stories.iseechange.org Stories from ISeeChange 41) X Y c IILLpO.IIrI II I ILIVul luaLlul I.UI / JI cos / I GIGaOGJ Amid complex challenges from climate change ... Aug 11, 2022 — ISeeChange uses an artificial intelligence -enabled model to cross-reference community - reported events in real time. With Knights new commitment ... Lt41., SciStarter https://scistarter.org > iseechange ISeeChange Jan 2, 2025 — What you see change in your backyard, neighborhood, and city is important to our understanding of how climate change and weather affect our ... ® NASA (.gov) https://climatesciences.jpl.nasa.gov > events iSeeChange: Crowdsourced Climate Change Reporting iSeeChange engages residents of the North Fork Valley region of western Colorado in a multiplatform conversation with scientists about how they perceive their ... crowdandcloud.org https://crowdandcloud.org > iseechange ISeeChange - The Crowd & Tile Cloud ISeeChange is a socially networked weather Almanac empowering communities to observe how weather and climate affect the environment by journaling climate ... People also search for ISeeChange Miami Iseechange reviews Iseechange app Iseechange climate Iseechange weather journal 1 2 3 4 5 6 7 Next 41) X :? Q 33130, Miami, FL - From your device - Update location Help Send feedback Privacy Terms 000 06. DIVISION OF CORE i) DIY LDA f ziy ,/ .0r g �pD Arta i\f an official 2irrr of Ilikrala w• sid9 Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation ISEECHANGE, INC. Filing Information Document Number F22000003975 FEI/EIN Number 37-1589716 Date Filed 06/08/2022 State DE Status ACTIVE Principal Address 4532 BANCROFT DRIVE NEW ORLEANS, LA 70122 Mailing Address 4532 BANCROFT DRIVE NEW ORLEANS, LA 70122 Registered Agent Name & Address DRAPKIN, CHITRANEE 206 2ND AVE S ST PETERSBURG, FL 33712 Name Changed: 05/22/2023 Officer/Director Detail Name & Address Title CEO DRAPKIN, JULIA KUMARI, CEO 4532 BANCROFT DRIVE NEW ORLEANS, LA 70122 Annual Reports Report Year Filed Date 2023 05/22/2023 2024 03/07/2024 2025 02/05/2025 Document Images 02/05/2025 -- ANNUAL REPORT 03/07/2024 -- ANNUAL REPORT 05/22/2023 -- ANNUAL REPORT 06/08/2022 -- Foreign Profit 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 CITY OF MIAMI PROFESSIONAL SERVICES AGREEMENT FOR RESILIENCE DATA AND ENGAGEMENT SERVICES WITH ISEECHANGE, INC. This Professional Services Agreement ("Agreement") by and between the City of Miami, a municipal corporation of the State of Florida whose principal address is 444 S.W. 2nd Avenue, Miami, FL 33130 ("City"), and ISeeChange, Inc., a Delaware corporation whose principal address is 4532 Bancroft Drive, New Orleans, LA 70122 ("ISC" and "Contractor"), is entered into this 1st day of February , 2026 and shall be deemed in effect as of February 1, 2026 as follows. RECITALS WHEREAS, ISC provides a signature platform product for public sector agencies seeking to engage communities in real time regarding hyperlocal flooding, extreme hear, climate adaption, infrastructure and other resilience elements ("Services"); and WHEREAS, ISC, with support of the Knight Foundation, created integrations and features for the City inclusive of custom mapping, email integrations, data exports, pathways to support municipal operations, flood modeling and infrastructure project design; and WHEREAS, the City has used ISC to decrease response times during tropical storms, generate over $20 million in resilience grant support, and coordinate/communicate direct services requests to clean and repair storm drains and deploy pumps; and WHEREAS, the City Manager has recommended that the requirements for competitive sealed bidding procedures be waived and that the procurement of the above services, as specified herein, be approved; and WHEREAS, pursuant to Resolution R26-0016, adopted on January 8, 2026, the City Commission by 4/5ths affirmative vote approved this Bid Waiver; and NOW THEREFORE, for the consideration of the mutual covenants and promises herein contained, ISC and the City agree: TERMS 1. RECITALS AND INCORPORATIONS; DEFINITIONS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The Services, Scope of Work and Pricing Proposal, is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibit "A". The Contractor's Insurance 1 Certificate is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibit "B". The order of precedence whenever there is conflicting or inconsistent language between documents is as follows in descending order of priority: (1) the Professional Services Agreement (PSA"), inclusive of Exhibits, as may be amended; and (2) the Contractor's proposal dated April 24, 2025, acknowledging the scope of services and pricing component of the services. 2. TERM: The Agreement shall become effective on the date on the first page and shall be for the duration of one (1) year with three (3) one-year options to renew. The City Manager shall have the option to extend the agreement or terminate the Agreement for convenience, that is, for any or no cause. 3. SCOPE OF SERVICES: A. Contractor agrees to timely and competently provide the Services as specifically described, and under the special terms and conditions set forth in Exhibit "A". B. Contractor represents to the City that: (i) it possesses all qualifications, licenses, certificates, registrations, authorizations, and expertise required for the performance of the Services, including, but not limited to, full authorization and qualifications to do business in Florida; and (ii) it is not delinquent in the payment of any sums due the City, its agencies and instrumentalities, including payment of permits, fees, occupational licenses, fines, liens, violations, etc., nor in the performance of any contractual obligations or payment of any monies to the City, its agencies and instrumentalities, or has not been debarred by any Florida public agency or been placed on the convicted vendors list pursuant to Section 287.133, Florida Statutes, as amended; and (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services shall be performed in the manner described in Exhibit "A"; and (v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. C. Contractor shall at all times provide fully qualified, competent, and physically capable employees to perform the Services under this Agreement. City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest of the City. 4. COMPENSATION: A. The amount of compensation payable by the City to the Contractor shall be based on the rates quoted in Exhibit "A" attached hereto. B. Unless otherwise specifically provided in Exhibit "A", payment shall be made within forty-five (45) days after receipt of Contractor's invoice for Services performed, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices shall be sufficiently detailed to comply with the "Florida Prompt Payment Act", Sections 218.70. - 218.79, Florida Statutes, as amended, and other applicable laws. No advance payments shall be made at any time. 2 C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. D. The City will pay Contractor one hundred percent (100%) of each total invoice amount for the Services provided under this Agreement, inclusive of any costs and expenses. 5. OWNERSHIP OF DOCUMENTS: Contractor understands and agrees that any information, document, data, report or any other material whatsoever which is given by the City to Contractor, its employees, or any subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Contractor agrees not to use any such information, document, data, report or material for any other purpose whatsoever without the written consent of the City Manager, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor is permitted to make and to maintain duplicate copies of the files, records, documents, data, etc. if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable law be breached. The City shall maintain and retain ownership of any and all documents and data which result upon the completion of the work and Services under this Agreement as per the terms of this Section 5. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, data, and records, including, without limitation, electronic records of Contractor which are directly pertinent to this Agreement, for audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Contractor under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, data, papers, and records of Contractor which are related to Contractor's performance under this Agreement. Contractor agrees to maintain all such books, documents, papers, data, and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect the Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99, 18-100, 18-101 and 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time ("City Code"). 3 7. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 8. PUBLIC RECORDS: (Non -Negotiable) A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this Service; (2) provide the public with access to public records on the same terms and conditions as the City would and at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Contractor determine to dispute any public access provision required by Florida Statutes, then Contractor shall do so in accordance with the provisions of chapter 119, Florida Statutes, at its own expense and at no cost to the City. D. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR EMAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, ethics, lobbying, record keeping, etc. City and Contractor agree to comply with and observe all such 4 applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 10. INDEMNIFICATION: Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Contractor shall further, , indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory, administrative, regulatory, or similar claims, injuries or damages arising or resulting from the Services, or from the Contractor's alleged non-compliance with legal or contractual requirements relative to the , even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own cost and expense, to and through trial, administrative, regulatory, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons employed or utilized by Contractor. These duties will survive the cancellation or expiration of the Agreement. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as may be applicable and as amended. Contractor shall require all sub -contractor agreements to include a provision that each sub -Contractor will indemnify the City in substantially the same language as this Section. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City, in no way, assumes or shares any responsibility or liability of the Contractor or sub -contractor under this Agreement. Ten dollars ($10.00) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Contractor. Contractor understands and agrees that all liabilities regarding the use of any subcontractor, supplier, laborer, or material person for Services related to this Agreement shall 5 be borne solely by Contractor throughout the duration of this Agreement and that this provision shall survive the termination or expiration of this Agreement, as applicable. 11. DEFAULT: If Contractor fails to comply materially with any term or condition of this Agreement or fails to perform in any material way any of its obligations hereunder and fails to cure such failure after reasonable notice from the City, then Contractor shall be in default. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. 12. RESOLUTION OF AGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty - Five Thousand Dollars ($25,000.00), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received the City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty Five Thousand Dollars ($25,000.00), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (or ninety (90) days if City Manager's decision is subject to City Commission approval); or (iii) the City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4(A) of this Agreement. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: (Non -Negotiable) A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. The Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, by and acting through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of a material breach hereunder, and failure to cure the same within thirty (30) days after written notice 6 of default. A material breach for purposes of this Agreement shall mean a contractual and legal term which refers to a failure of performance under the Agreement which is significant enough to give the City the right to sue for breach of contract. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any direct, indirect, consequential, or incidental damages. 14. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain such insurance coverage(s) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "B" and incorporated herein by this reference. The Contractor shall add the City of Miami as an additional insured to its commercial general liability, and auto liability policies, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City's Risk Management Administrator. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Administrator on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the Certificate of Insurance with the City. B. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's subcontractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of Contractor and each subcontractor providing Services related to this Agreement shall be maintained in good standing and approved by the City Risk Management Administrator throughout the duration of this Agreement. C. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to the City's Risk Management Administrator as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City's Risk Management Administrator; or (ii) the City may, at its sole discretion, terminate the Agreement for cause and seek procurement related damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. D. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. 7 15. NONDISCRIMINATION: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and 11 of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 16. ASSIGNMENT: The Contractor's services are considered unique in nature. This Agreement shall not be assigned, sold, conveyed, or pledged by Contractor, in whole or in part, and Contractor shall not assign any part of its operations under this Agreement, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 17. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. 8 TO CONTRACTOR: Julia Kumari Drapkin CEO and Founder iSeeChange, Inc. 4532 Bancroft Drive New Orleans, LA 70122 TO THE CITY: James Reyes City Manager City of Miami 444 SW 2nd Avenue, 10th Floor Miami, FL 33130-1910 With copies to: George K. Wysong III City Attorney City of Miami 444 SW 2nd Avenue, Suite 945 Miami, FL 33130-1910 Juvenal Santana, P.E. Resilience and Public Works Director City of Miami 444 SW 2nd Avenue, 8th Floor Miami, FL 33130-1910 Annie Perez, CPPO Procurement Director City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130-1910 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 9 D. Contractor shall comply with all applicable laws, rules and regulations in the performance of this Agreement, including, but not limited to, licensure and certifications required by law for professional service Contractors. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Section 2 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 20. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an Independent Contractor, and not as an agent or employee of the City. Accordingly, neither Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an Independent Contractor. 21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws or regulations, or program requirements or continuation, upon thirty (30) days written notice. 22. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying 10 the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 23. CITY NOT LIABLE FOR DELAYS: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 24. USE OF NAME/ SEAL: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. The Contractor may not utilize the City's official seal or any likeness thereof. The Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 25. NO CONFLICT OF INTEREST: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. 26. NO THIRD -PARTY BENEFICIARY: No persons other than the Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. There are no express or implied Third - Party Beneficiaries to this Agreement. 27. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 11 28. TRUTH -IN -NEGOTIATION CERTIFICATION, REPRESENTATION AND WARRANTY: Contractor hereby certifies, represents, and warrants to the City that on the date of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor understands, agrees, and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 29. COUNTERPARTS; ELECTRONIC SIGNATURES: This Agreement and any amendments hereto may be executed in counterparts and all such counterparts taken together shall be deemed to constitute one and the same instrument, 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. 30. ENTIRE AGREEMENT: This instrument and its exhibits constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 31. E-VERIFY: By entering into this Agreement, the Contractor and its subcontractors or subconsultants are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled "Employment Eligibility." The Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees of Expert Consultant; (b) it has required all subconsultants to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the subcontractor or subconsultant; (c) it has an affidavit from all subcontractors or subconsultants to this Agreement attesting that the subcontractor or subconsultant does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If the City has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the 12 event of such termination, the Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that the Contractor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a subconsultant has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but the Contractor has otherwise complied with its requirements under those statutes, then the Contractor agrees that it shall terminate the contract with the subcontractor or subconsultant upon receipt of notice from the City of such violation by the subcontractor or subconsultant in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, the Contractor, or subcontractor/subconsultant no later than twenty (20) calendar days after the date of said termination. 32. CONFIDENTIALITY: Subject to the requirements of Chapter 119, Florida Statutes, the Contractor agrees not to disclose Confidential Information disclosed to it by the City. Confidential Information shall include all information received by the Contractor that is not available to the public and all information identified as confidential by the City. For purposes of this section, Confidential Information shall not include any information that (a) is or becomes generally available to the public, other than as a result of disclosure by the Contractor; (b) becomes available to the Contractor on a non -confidential basis and not in the contravention of applicable law from a source that is not bound by a confidential relationship by the City or by a confidentiality or other similar agreement; (c) was known by the Contractor on a nonconfidential basis and not in a contravention of applicable law or confidentiality or other similar agreement before its disclosure to the Contractor; or (d) information which must be disclosed pursuant to law. 33. ANTITRUST VIOLATOR VENDORS: A person or an affiliate who has been placed on the Antitrust Violator Vendors List following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any agreement to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on any agreement with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a grantee, supplier, subcontractor, or consultant under an agreement with a public entity; and may not transact new business with a public entity. 34. ANTI -HUMAN TRAFFICKING: The Contractor confirms and certifies that it is not in violation of Section 787.06, Florida Statutes, and that it does not and shall not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes. The Contractor shall execute and submit to the City an Affidavit, of even date herewith, in compliance with Section 787.06(13), Florida Statutes, attached an incorporated herein as Exhibit "C." If the Contractor fails to comply with the terms of this Section, the City may suspend or terminate this Agreement immediately, without prior notice, and in no event shall the City be liable to the Contractor for any additional compensation or for any consequential or incidental damages. 13 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "ISC" or "Contractor" ISEECHANGE, INC., ATTEST: a Delaware corporation T.01.-rufrifre Print Name: Patrick O'Rourke Title: Executive Assistant By: Print Name: Julia Kumari Drapkin Title: CEO & Founder (Corporate Seal/Notary) (Authorized Corporate Officer) ATTEST: 1—DocuSigned by: Signed by: "City" CITY OF MIAMI, a municipal corporation Signed by: By: Todd B. Hannon, City James Reyes, City Manager APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: r---DocuSigned by: DS at,or hso l f l r 11'1-F `—RR776FgFFRR248R George K. Wysong III 25-3629K City Attorney REQUIREMENTS: DocuSigned by: C FratAk Lowkcij 27395C6318214E7... David Ruiz Risk Management Interim Director 14 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign.) WHEREAS, ISeeChange, a Delaware corporation ("ISC"), desires to enter into an agreement with the City of Miami ("City") for the purpose of performing the work described in the Agreement to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 22nd day of January , 2026. ISeeChange, INC. ("Contractor") A Delaware (State) Corporation By: (Sign) Print Name: Julia Kumari Drapkin Title: CEO & Founder 7)- Clj bilfe (Sign - Attest) Print Name: Patrick O'Rourke 15 EXHIBIT "A" SCOPE OF SERVICES/PRICING PROPOSAL 16 Tahlia R. Gray, MBA Procurement Analyst City of Miami, Procurement Department 444 SW 2nd Ave, 6th FL Miami, FL 33130 April 24, 2025 Re: Contract Renewal of Stormwater Data, Al Platform, and Services for the City of Miami (Resolution R-22-0279) Greetings Ms. Gray, We appreciate the opportunity to continue advancing ground-truthed data collection, analysis, and resident engagement on urban flooding for the City of Miami's Department of Resilience and Public Works (RPW). It has been a privilege serving and working with the City of Miami for the last five years, supporting operations, maintenance, storm response, and stormwater mitigation planning in partnership with your talented and dedicated team. Together we provided and developed a more efficient, direct line of communication and data to City of Miami officials to protect Miami residents from flood risk —supporting everything from daily infrastructure operations and maintenance, to emergency management during tropical storms and hurricanes. The ISeeChange SaaS platform has been designed for and with public works, resilience, and emergency managers and stormwater utlities from across the country. ISeeChange is an AI -powered data and engagement platform that helps cities, counties, and utilities monitor, manage, and mitigate the impacts of extreme weather on local infrastructure and communities. With initial support from the Knight Foundation in 2020, ISeeChange began working with the City of Miami to customize our digital outreach platform to integrate across City of Miami systems. For the last five years, ISeeChange has been used as the Department of Resilience and Public Works primary resident reporting tool for urban flooding. We have worked directly and closely with their teams, as well as the City's Department of Innovation & Technology (DolT), to shape features that make the platform and service a "one -stop shop" for compiling and enriching resident generated information, while eliminating data silos across operations, maintenance, and planning. Additionally, Chief Plascensia utilizes ISeeChange during extreme weather events and tropical storms to support situational awareness and response with the City of Miami's Division of Emergency Management. In 2021, ISeeChange flooding data was used by RPW to secure approximately $20M in stormwater infrastructure grants from the state of Florida. ISeeChange was included as part of the City's Smart City Silver Level Certification from Bloomberg Philanthropies. In recent reporting by Harvard's Data -Smart City Solutions, ISeeChange is listed among the City's tools to "make sure that all data is accessible, is getting to the right people at the right time, and is being used." With additional investment from the National Science Foundation, the ISeeChange team has developed multiple unique, real time, AI -powered analysis tools for our customers that were deployed during the 2024 storm season in Miami. Product Feature Overview for the City of Miami On the front end, ISeeChange reporting tools offer City of Miami residents highly accessible ways to document flooding, drainage issues, and other related impacts directly to City operators and staff. The flagship ISeeChange website, mobile app, and City of Miami project pages (Appendix A) offer streamlined resident sign-ups, transparency about data sharing, and accessible ways to share photos, videos, stories, and measurements to support the City in maintaining infrastructure and designing solutions. Residents are also given access to report anonymously or without app installation using the City of Miami -branded FloodTracker, which is available in English, Spanish, and Haitian Creole (Appendix B). On the back end, the ISeeChange Enterprise Insights Dashboard offers City staff easy ways to review, analyze, and respond to resident reports by using the Incident Reports Map (Appendix C). Within this view, City staff leverage bi-directional communication tools to efficiently receive and respond directly to resident concerns (Appendix D). To further expedite the process of responding to residents —in 2024 we launched Statuses and Quick Responses for all customers —a feature which allows staff to label posts with pre-programmed statuses (informed by City staff) that automatically trigger corresponding comment templates to residents (Appendix E). These configurable features save busy operators time and support resident correspondence and public information sharing. Additionally, as part of a 2024 customer -wide feature launch, City of Miami staff can now utilize Photo Follow-ups. This feature allows staff and residents to share additional context in the comments by sharing images. To support ISeeChange customers who navigate incoming data requests that fall within overlapping jurisdictions, the City of Miami's dashboard was updated with Jurisdictional Data Layers to include data City, County, and State road designations (Appendix F). This adds efficiency by removing a step from staff workflow —omitting the need to look up what jurisdiction an incoming report stems from in order to take proper action. Additionally, we now provide easy access to Saved Storms data layers —which automatically queue data sets from past storm events to save time for analysis and planning. As part of a new feature developed in 2023, Real-time Weather automatically syncs every resident report to the nearest validated weather station (Appendix G)—offering real-time and historical weather data points with every report (e.g. Last 3 hour rainfall totals, last 6 hour rainfall totals). This data, along with additional post data, can be easily downloaded and analyzed in other formats or softwares using Manual Data Exports or GIS Exports. ISeeChange supports the City of Miami in collecting reports for real-time incident management, storm response, and situational awareness. Simultaneously, ISeeChange supports Historic Data Ingestion —providing residents with a way to upload valuable data from past storm events critical for longterm planning without disrupting daily operational responses (Appendix H). As part of this effort, ISeeChange now supports the ability to ingest large data sets of historical third party data from systems such as 311 or photo repositories. In 2024, through support of NSF-SBIR funding, ISeeChange released its proprietary Flood Severity Al —a one -of -a -kind technology that leverages Computer Vision, Natural Linguistic Processing (NLP), and environmental data to analyze resident photos, descriptions, and additional data to make real time assessments related to the severity of ongoing flooding. These data make rapid, highly accurate assessments of critical details for public works and emergency resonse—including flood height, the likelihood of street flood flooding, and the likelihood of private property flooding (Appendix I). Flood Severity Al reports also inform an exciting new product initiative which launched in 2024: Storm Insights. ISeeChange Storm Insights are used to provide City staff with rapid and thorough summaries following any major storm event, which includes community impacts, environmental conditions (tidal, pluvial, groundwater, etc), neighborhood impacts, recurring flooding hotspots, and more (Appendix J). In 2025, Flood Extents Al was released to ISeeChange customers —a feature which transforms resident ISeeChange reports into hyperlocal flood extent maps in near -real time (Appendix K). Flood Extents Al maps for past storm events in the City of Miami are already available to City of Miami public works operators. Near -real-time Flood Extents Al maps are now available in the ISeeChange Enterprise Insights Dashboard as of May 2025. The SaaS platform and its enrichment features have been used regularly by RPW to coordinate service requests to clean and repair storm drains, deploy pumps, maintain situational awareness, plan flood mitigation efforts, and update and inform residents. Some additional highlighted metrics from our work since beginning contracted service to the City of Miami in 2022 includes: • 15 tropical and named storms and rain bomb events • 61 high severity flooding incidents tracked since launch of Flood Severity Al • 4 after action reports generated since launch of Storm Insights • 55 flooding alerts to on -call City agents during off -hours • 180 email campaigns and 90 push notifications to residents with educational updates about storm season, ongoing weather, infrastructure stewardship, City updates, and more Beyond our SaaS platform subscription and development services, the ISeeChange engagement team has coordinated and supported local partnerships and outreach efforts across flood prone neighborhoods (Allapattah, Little Havana, Flagami, Wynwood, Shorecrest, Coconut Grove, Brickell/Downtown Miami) and nonprofits (Healthy Little Havana, Dream in Green, Miami Climate Alliance, CLEO, among others). Our team provides communications and graphic media design support for the City's communication department before hurricane season, and during storms and flooding events. All of these materials, along with City of Miami -branded reporting tools, have been released for use in English, Spanish, and Haitian Creole. The availability of our platform in multiple languages alongside targeted outreach has helped increase data granularity and public engagement across the City of Miami and, particularly in majority Spanish speaking neighborhoods like Little Havana. Going forward, the Departments of Resilience and Public Works, in coordination with the Department of Innovation and Technology (DolT), have requested to renew ISeeChange's subscription to collect data, provide data enrichment and analysis, and support response and planning surrounding urban flooding. As both our development partner and our reference partner, we are offering significant discounts to the City of Miami's Resilience and Public Works Department. Our current service package and deliverables to RPW for stormwater monitoring and data collection includes: Description: Year 1 ISeeChange SaaS License Seats: Department Staff of Resilience and Public Works, City of Miami Area Served: City of Miami Tags: Flooding only Project Pages: Unlimited as related to the included tags • Included SaaS Features: o Enterprise ISeeChange Insights Dashboard ■ Incident Reports Map ■ Real-time Weather ■ Bi-directional Communication Tools ■ Statuses and Quick Responses ■ Jurisdictional Data Layers ■ Manual & GIS Data Exports ■ Historic Data Ingestion ■ Flood Severity Al ■ Storm Insights ■ Flood Extents AI o Flexible, Multi -channel reporting tools for residents: ■ Web and native mobile apps ■ City of Miami -branded FloodTrackers ■ Bi-directional data and communication tools ■ Tools in English, Spanish, and Haitian Creole • Services Included in SaaS License: Implementation and ongoing engagement and data support. o Engagement and Data Support: ■ Ongoing onboarding, training & customer support for City of Miami internal users ■ Development of desired messaging and protocols for responding to resident complaints and incidents including pre -approved messages per incident type ■ Client account set up and email integration ■ Work order management system and additional software integration evaluation ■ Every storm season —new social media assets, newsletters, and other core outreach channels materials to engage the public ■ Regular meetings with dedicated customer success manager (up to 4 a month) ■ In -platform push messages and educational emails to users on behalf of the City of Miami ■ Coordination with City staff during storm events to ensure data visibility, and amplify critical messaging from the City, NWS, SFWMD, and additional stakeholders ■ Notifying "off hours" operators about flooding on weekends, holidays, and out of office hours ■ Access and service to Emergency Managers during EOC activation events ISeeChange Base SaaS Platform Subscription Annual fixed price $150,000/yr Year 1 - Product Development and Discovery Partner Annual Discount -$75,000 Year 1 - Reference Partner Discount -$39,000 Year 1 Total Additional Optional Years $36,000 Year 2 - ISeeChange Base SaaS Platform Subscription $150,000/yr Year 2 - Product Development and Discovery Partner Annual Discount - $75,000 Year 2 - Reference Partner Discount -$25,000 Year 2 Total Year 3 - ISeeChange Base SaaS Platform Subscription Year 3 -Product Development and Discovery Partner Annual Discount Year 3 - Reference Partner Discount Year 3 Total Year 4 - ISeeChange Base SaaS Platform Subscription Year 4 -Product Development and Discovery Partner Annual Discount i $50,000 $150,000/yr - $75,000 - $12,500 $62,500 $150,000/yr Year 4 Total - $75,000 $75,000 Thank you again for the opportunity to continue our impactful services and work for the City of Miami. Our partnership provides a pathway to more efficiently manage stormwater infrastructure and generate critical data from residents to support ongoing maintenance, design, development, and evaluation —while keeping communities safe and informed. Sincerely, Julia Kumari Drapkin CEO and Founder, ISeeChange julia@iseechange.com ISeeChange, Inc. www.iseechange.com/partners APPENDIX Appendix A 07. I SEE a CHANGE Client access Sightings Projects Stories About Partner wth u=. fl 9 City of Miami Jurisdiction 912th Avenue 9 East Little Havana p ethstieet p sha s et 9 Firreemi 9 state noaaa 9 oaaery aoaae Flood Reporting in Miami The City of Miami wants to hear about flooding nearyou! Posting on ISeeChange is your direct link to City staff, and it's up to you to let us know what changes you see in Miami. Is your street flooding for the 3rd time this month? Does your neighborhood normally flood, but this storm it didn't? Posting on ISeeChange helps the City directly respond to flood reports and plan for future stormwater and infrastructure needs. Para ver ISeeChange en Espanol, puede cambiar el idioma en la parte inferior de este paging, o desde el menu de la aplicacidn. Arid a sighting Help us understand Unpubllsn to eult Appendix B FloodTracker for City of Miami Rape) drenaj tanpet ak inondasvon Komanse Ede nou fe Vil Miami plis inondasyon-fleksib! Join nou nan fe yon diferans. Appendix C Flood Reporting in Miami Sightings me Fliteus Sort by Observation date Group by Weather events & saved searches v 4/29/25. 1:13 PM MT 503 Southwest 25th Avenue, Miami, Florida 33135 4/7/25, 12:45 PM EDT 3147 Brickell Avenue, Marni, Fbrirla 33129 4/1/25, 12:58 PM EDI 900 Northwest 71h Court, Marni, Fbrida 33136 3031/25, 5:14 PM EDT NorMeast 32nd Street, Merril, Florida 33137 57 3/30/25, 11:03 PM EDT 501 Northeast 23rd Street, Mi. Fly.; 33137 itla International. acme, o Moue, Pura Hibiscus While Homes Med.,/ 32nd SI Gardens NW .M1 St F-11 Norttme, Trailer Park Brownsville CI A 0. O•PI MIA ! ,,,r1,„ • , Airport r. r irrficlitil • eel •"M r•_ r." •ja •• • 0416,4 0 University or Miami 20 Satellite Shnw sightings fmm C Las136.5 days ) or Weather events N, 0 e• • pi• .11 -v • 0 r • • — 9/30/24 ‘1_, Export 0 Help r. 374 Miami Beach CarorRaer7d T MapLibre I Mapbox 0 OponStroMMap Improve Ibis map 0 • -• 5/8/25 Appendix D City of Miami Public Works - US, FL - 6/13/24, 3:21 PM EDT Thank you for bringing this matter to the attention of the Department of Resilience and Public Works (RPW). Staff has visited the location, serviced the inlet, and the water has receded. Please let us know if you see any issues, and we appreciate you tracking flooding in this spot going forward. Arman Gil - US, FL - 6/13/14, 3:22 PM EDT Thank you for following up Add a comment a+ Appendix E Status Parks Issue v Severity 2- Low User details & Weather from ISC See more v Thank you for bringing this matter to the attention of the Department of Resilience and Public Works (RPW). Staff has visited the location, serviced the inlet, and the water has receded. Please let us know if you see any issues, and we appreciate you tracking flooding in this spot going forward. Appendix F Flood Reporting in Miami Weather events& saved searches Filters r x= Sightings Clear Save CP Search by keyword Neer peeifie I, -ere, n Status Severity • 8th Street • 12th Avenue • City of Miami Jurisdiction 151 County Roads • East Little Havana • Hagan, • Shorecrest 1151 State Roads TOPICS Storms and Flooding Hide A Hlde A nrT.nx wm unto Mi.A Appendix G Observation date Group by 1/03/2025, 00:11 WEST 3699 Bougainville Road, Miami, Florida 33133 Q 30/03/2025, 23,34 WEST b2otl Stree , Miami, Florida 33150 30/03/2025, 23.33 WEST 531 Northwest 62. Street, Miami, Florida 33150 30/03/2025, 21.41 west 372 Northwest 12th Avenue, Miami, Florida 33128 litisws Weds Homes Medtey a nitA St Satellite Wren. Gardens nwsot s. bps o Brownsville 1 Export Q Help ISeSCM1anae Roberto 8alotlinl �� . I ---ll' Show sightings from Custom dates b. or Weather vents 11 29/03/2025,12,00 • 12/04/2025, 12:00 North Bay Vlttage Miami Beach 30/04/2025, 00:00• & 76.1 °F ...see weather details WEATHER This day's low could be abnormally high compared to the last 30 years! Learn about the data Local data from nearby weather networks for Miami, Florida, US on Nov 13 2024, 72:30 PM SUMMARY ISOLATED SHOWERS FEELS LIKE 76.1°F CLOUD COVERAGE 0.00% HUMIDITY 82.00% PRECIPITATION (LAST 12 HOURS) 0 INCHES DEW POINT 70.21°F PRESSURE 29.99 MBAR WIND BEARING 60° WIND SPEED 5.08 MPH Appendix H Folders Barr e. DoFlo0 prek 2 Jen202 • PXL20220 _. 909366.lot C NineTides I• PXI 202201.4919223ipg ekugh • 00L_20RR01..essss9Jp9 othuetuo"'O9—A. • PAL_202201 61494a31pg San_kruna DA aee • p3L202201 616R9691P9 C ss�e,wo Appendix I . exLR022o1 MSOMolag _ 01 623661a.1pg • ▪ P%L202201._6246239.inp •m 09L202201...6242647.1p9 project: Flood reporting in Miami Appendix J Drag a Drop Files Here `/ Select a saved search V Description. Sunny day in Miami. This puddle is persistent and might be due to clogging? I see water seems to be coming up from the water drain. Can you look into this? Status New User details 4 Weather from ISC See more v Comments: John M - Florida. US - 1 day ago The measurements are an estimation. Given the flooding goes up over the curb I'd guess it§ over six inches of flooding and the curb covered by a few inches. coi O Help 0 Share ± Export 0 3- Medium Severity ? 6 - 10 inches Water above curb, potential damage to passenger vehicles • Correct severity OTHER DETAILS, i;i Street flooding Likely Miami • Jane 11 Cr Private Property Flooding Unclear C. Drain obstruction g Something is wrong Unlikely Help us help youl Our AI model was trained on historical sightings data to O predict flood height, as well as presence of flooding in a street or on private property. If you see errors, click the button to tell us more. X 0 o I SEE e CHANGE Week of June 11th Storm Event Final report prepared by ISeeChange for the City of Miami Introduction The purpose of this report Is to analyze posts generated by ISeeChange users during the ongoing storm event that impacted the city of Miami through the week of June 11th, and to provide context for these posts by incorporating weather observations made during this storm event. Through this cross -comparison we will draw conclusions about the severity of the storm, the Impact to the greater Miami area. This report will include a review of the number, location, and types of flood reports, as well as a summary of the storm details including precipitation and surface water conditions. The combination of intense and historic precipitation created the conditions for compound local flooding. Through user posts we created timeline of events in which a 25- year-24-hour -storm overwhelmed the stormwater drainage system as well as used septic system failures on residential property through intense rainfall on the days of June 11th and June 12th. Relatively less rainfall continued through June 15th, exacerbating standing water conditions and slowing the drainage of food waters. Appendix K oXo ISEE CHANGE Surface Water Overview - C-8 Canal in North Miami Surface water station data collected by a water gauge station at the C-8 canal in North Miami shows an upward trend in gage height during the June 11th event. The levels In the C-8 canal remain elevated through June 15th, but reduce from their peak on June 12th. This data was collected and provided by the USGS in cooperation with Miami -Dade County. Station Data 2.USGS USGS 02286328 C-8 CANAL AT NE 135 ST AT NORTH MIAMI, FL 2824 2824 Brovlsianal Onto Subject aesa t to Revision hei0b5 9 pally ,mL.n BMa M1e1Mt -1mny Rm 5.5. h4M. Post from Silvio S Flooding in intersection and especially right lane of 12th Ave. Prediction Confirmed NW EXHIBIT "B" INSURANCE REQUIREMENTS I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required City of Miami listed as additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability $1,000,000.00 $2,000,000.00 $1,000,000.00 $1,000,000.00 Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000.00 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000.00 for bodily injury caused by an accident, each accident $100,000.00 for bodily injury caused by disease, each employee $500,000.00 for bodily injury caused by disease, policy limit 17 IV. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim General Aggregate Limit Retro Date Included $1,000,000.00 $1,000,000.00 V. Network Security and Privacy Injury (Cyber Liability) Each Claim Policy Aggregate Limit Retro Date Included $1,000,000.00 $1,000,000.00 Consultant agrees to maintain professional liability/Errors & Omissions coverage, along with Network Security and Privacy Injury (Cyber) coverage, if applicable, for a minimum of 1 year after termination of the contract period subject to continued availability of commercially reasonable terms and conditions of such coverage. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance with policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 18 ISEEINC-01 SHERNAN , ,d►coRO CERTIFICATE OF LIABILITY INSURANCE �� DATE (MM/DD/YYYY) 8/12/212/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Clockwork Insurance Services, Inc. 2329 Severn Avenue 200 Metairie, LA 70001 CONTACT Sabrina Hernandez NAME: PHONE FAX (A/c, No, Ext): (504) 262-8238 (A/C, No):(504) 262-8249 ADDRESS: Ishernandez@clockworkins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Hartford Underwriters Insurance Company 30104 INSURED ISEECHANGE, Inc. Julia Kumari Drapkin 4532 Bancroft Drive New Orleans, LA 70122 INSURERB:Mt. Hawley Insurance Company INSURER C: INSURER D : INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 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 DE RIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID IMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR W VD POLICY NUMBER POLICY EFF T POLICY EXP (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR X 43SBMAT4L05 8 8/2/2026 pDAMAGO(EaRENTED REMISES occurrence) $ MED EXP (Any one person) $ 10,000 c:)- PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: `//�'� o $ A AUTOMOBILE LIABILITY / v COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ ANY AUTO X �� 43SBMAT4IS/b \ 0 8/2/2025 8/2/2026 BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS V I\ BODILY INJURY (Per accident) $ X AUTOS ONLY X AUUTOS ONLY ! 4(1(4/ /� 1ROPERTY) (Per accident AMAGE$`, Jv♦ $ UMBRELLA LIAB OCCUR ® o EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE4q AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER STATUTE OTH- ER Y ANY PROPRIETOR/PARTNER/EXECUTIVE IS?N E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) / A E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ B B Professional Liabili Professional Liabili PCY0001636 PCY0001636 6/10/2025 6/10/2025 6/10/2026 6/10/2026 Cyber 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is named as additional insured with respects to general liability as required by written contract. Coverage is primary and non-contributory. Be advised that professional and cyber liability are on the same policy. CERTIFICATE HOLDER CANCELLATION The Cityof Miami 444 SW 2 Ace, 6th FI 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 OREDD REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD r `4 II CERTIFICATE OF LIABILITY INSURANCE /Y DATE (MM/DDYYY) 08/08/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Doug Jones (Justworks) c/o Artex Risk Solutions, Inc. P.O. Box 13838 Scottsdale, AZ 85267 CONTACT Justworks Customer Success NAME: PHONE 88g FAX (A/C, No, Ext): ( ) 534-1711 (A/C, No): E-MAIL ort ADDRESS: support@justworks.com PP @1 INSURER(S)AFFORDINGCOVERAGE NAIC# INSURERA: American Zurich Insurance Company 40142 INSURED ISeeChange, Inc. dba: ISeeChange c/o Justworks Employment Group LLC PO Box 7119 Church Street Station New York, NY 10008-7119 INSURER B : INSURER C: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:25NY0171201663 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRA CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE PO CI EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUC URED NAMED ABOVE FOR THE POLICY PERIOD HER DOCUMENT WITH RESPECT TO WHICH THIS SCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ID CLAIMS. INSR LTR TYPE OF INSURANCE A INSD S WVD POLICY NUMBER PO F (M POLICY EXP (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY C /'d C [�� �O j V Y✓1 EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS-COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULEDV\ AUTOS NON -OWNED AUTOS ONLY l ` O COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MAD ''c4.9(<1/C)1193/ EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBEREXCLU ED?ECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y114. Y/N N/A WC23-40-946-02 06/01/2025 06/01/2026 X STATUTE OTH- ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 Location Coverage Period: 06/01/2025 06/01/2026 Client# 140652-LA DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ISeeChange, Inc. dba: ISeeChange Coverage is provided for 4532 Bancroft Drive only those co -employees of, but not subcontractors New Orleans, LA 70122 to: CERTIFICATE HOLDER CANCELLATION City Of Miami 444 SW 2nd Avenue 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 loao are reaistered marks of ACORD From: Sent: To: Cc: Subject: GM Daniel The certificates are adequate. Regards, Quevedo, Terry Wednesday, August 13, 2025 6:29 AM De Vito, Daniel; Gomez Jr., Francisco (Frank) Aviles, Yesenia RE: PROCUREMENT INSURANCE REVIEW FOR ISEECHANGE INC 7 erry M. Quevedo City of Miami Risk Management Department 14NE 1st Avenue, 2nd Floor Miami, Florida 33132 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo©miamigov. com Sew:0 g, Sektoce49, cold 714, j me 9 curt eaoumuuo c QO J(<' ,<C> <0 cp. 4R7 (<45) 7\())/ 0 06 From: De Vito, Daniel <DaDeVito@miamigov.com> Sent: Tuesday, August 12, 2025 3:54 PM To: Quevedo, Terry <TQuevedo@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Cc: Aviles, Yesenia <YAviles@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR ISEECHANGE INC Good afternoon Terry, Please see updated COI from vendor. Thank you! Daniel De Vito Procurement Contracting Officer City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Office (305) 416-1916 — Fax (305) 400-5075 Email: dadevitoRmiamigov.com Helpful Links: For vendor registration click Here For current solicitations please Visit our Solicitation Page Current contracts can be viewed by Visiting our Contract Database For solicitations in the Cone of Silence please visit our Cone of Silence Webpage From: Quevedo, Terry <TQuevedo@miamigov.com> Sent: Monday, August 11, 2025 8:47 AM To: De Vito, Daniel <DaDeVito@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Cc: Aviles, Yesenia <YAviles@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR ISEECHANGE INC GM Daniel Please revise the certificate to reflect the City of Miami as additional insureespect to General Liability on a primary & non contributory basis. Please also indicate that type of cover the Auto Liability as well. Thanks, Terry M. Quevedo City of Miami Risk Management Department 14NE 1st Avenue, 2nd Floor Miami, Florida 33132 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo©miamigov. com ..Sow' g, Egixotce49, aosd 7n40404 xe 9 J`<7 •S <0 �199/J(<49 •7\())/ From: De Vito, Daniel <DaDeVito@miamigov.com> Sent: Monday, August 11, 2025 8:43 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com> Cc: Aviles, Yesenia <YAviles@miamigov.com> Subject: PROCUREMENT INSURANCE REVIEW FOR ISEECHANGE INC Good morning team, Please review the insurance attached at your earliest convenience and advise if adequate according to insurance requirements contained therein. 2 STO w Thankyou! Daniel De Vito Procurement Contracting Officer City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Office: (305) 416-1922 - Fax (305) 400-5075 Email: dadevitoRmiamigov.com Helpful Links: For vendor registration click Here For current solicitations please Visit our Solicitation Page Current contracts can be viewed by Visiting our Contract Database For solicitations in the Cone of Silence please visit our Cone of Silence Weboe ANTI -HUMAN TRAFFICKING AFFIDAVIT 1. The undersigned affirms, certifies, attests, and stipulates as follows: a. The entity is a non-govemmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing, or extending a contract (including, but not limited to, any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024). c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024), titled "Human Trafficking." d. The nongovernmental entity does not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes (2024), attached and incorporated herein as Exhibit Affidavit-1. 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct. b. I am an officer or a representative of the nongovernmental entity authorized to execute this Anti - Human Trafficking Affidavit. Nongovernmental Entity: Name: ISeeChange, INC. Julia Kumari Drapkin Officer Title: CEO Signature of Officer: ` cr. A '" Ltat,t;,,, Office Address: 4532 Bancroft Drive, New Orleans LA 70122 Email Address: julia@iseechange. FEINNo. 3/ 7-1/5/8/ 9/7/1/6 Texas ItI) T STATE OF MOM* Bexar (I COUNTY OF klitMbpAllE ) Main Phone Number: 917-720-7327 The foregoing instrument was sworn to and subscribed before me by means of O physical presence or CJ online notarization, this 28th day of January 2026 by Julia Kumari Drapkin , as the authorized officer or representative for the nongovernmental entity.. He/she is personally known to me or has produced DRIVER LICENSE as identification. (NOTARY PUBLIC SE o Roderick Taylor ID NUMBER 133489646 COMMISSION EXPIRES December 1, 2029 My Commission Expires: 12/01/2029 Signature of Person Taking Oath Roderick Taylor (Printed, Typed, or Stamped Name of Notary Public) Electronically signed and notarized online using the Proof platform. EXHIBIT AFFIDAVIT-1 SECTION 787.06, FLORIDA STATUTES (2024) Select Year: 2024 v The 2024 Florida Statutes Go Title Chapter 787 View Entire XLVI KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED Chapter CRIMES OFFENSES 787.06 Human trafficking.— (1)(a) The Legislature finds that human trafficking is a form of modern-day slavery. Victims of human trafficking are young children, teenagers, and adults. Thousands of victims are trafficked annually across international borders worldwide. Many of these victims are trafficked into this state. Victims of human trafficking also include citizens of the United States and those persons trafficked domestically within the borders of the United States. The Legislature finds that victims of human trafficking are subjected to force, fraud, or coercion for the purpose of sexual exploitation or forced labor. (b) The Legislature finds that while many victims of human trafficking are forced to work in prostitution or the sexual entertainment industry, trafficking also occurs in forms of labor exploitation, such as domestic servitude, restaurant work, janitorial work, sweatshop factory work, and migrant agricultural work. (c) The Legislature finds that traffickers use various techniques to instill fear in victims and to keep them enslaved. Some traffickers keep their victims under lock and key. However, the most frequently used practices are less obvious techniques that include isolating victims from the public and family members; confiscating passports, visas, or other identification documents; using or threatening to use violence toward victims or their families; telling victims that they will be imprisoned or deported for immigration violations if they contact authorities; and controlling the victims' funds by holding the money ostensibly for safekeeping. (d) It is the intent of the Legislature that the perpetrators of human trafficking be penalized for their illegal conduct and that the victims of trafficking be protected and assisted by this state and its agencies. In furtherance of this policy, it is the intent of the Legislature that the state Supreme Court, The Florida Bar, and relevant state agencies prepare and implement training programs in order that judges, attorneys, law enforcement personnel, investigators, and others are able to identify traffickers and victims of human trafficking and direct victims to appropriate agencies for assistance. It is the intent of the Legislature that the Department of Children and Families and other state agencies cooperate with other state and federal agencies to ensure that victims of human trafficking can access social services and benefits to alleviate their plight. (2) As used in this section, the term: (a) "Coercion" means: 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. (b) "Commercial sexual activity" means any violation of chapter 796 or an attempt to commit any such offense, and includes sexually explicit performances and the production of pornography. (c) "Financial harm" includes extortionate extension of credit, loan sharking as defined in s. 687.071, or employment contracts that violate the statute of frauds as provided in s. 725.01. (d) "Human trafficking" means transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining another person for the purpose of exploitation of that person. (e) "Labor" means work of economic or financial value. (f) "Maintain" means, in relation to labor or services, to secure or make possible continued performance thereof, regardless of any initial agreement on the part of the victim to perform such type service. (g) "Obtain" means, in relation to labor, commercial sexual activity, or services, to receive, take possession of, or take custody of another person or secure performance thereof. (h) "Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs. (i) "Sexually explicit performance" means an act or show, whether public or private, that is live, photographed, recorded, or videotaped and intended to arouse or satisfy the sexual desires or appeal to the prurient interest. (j) "Unauthorized alien" means an alien who is not authorized under federal law to be employed in the United States, as provided in 8 U.S.C. s. 1324a(h)(3). The term shall be interpreted consistently with that section and any applicable federal rules or regulations. (k) "Venture" means any group of two or more individuals associated in fact, whether or not a legal entity. (3) Any person who knowingly, or in reckless disregard of the facts, engages in human trafficking, or attempts to engage in human trafficking, or benefits financially by receiving anything of value from participation in a venture that has subjected a person to human trafficking: (a)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Using coercion for commercial sexual activity of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (c)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (d) Using coercion for commercial sexual activity of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (e)1. For labor or services who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (f)1. For commercial sexual activity who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable by imprisonment for a term of years not exceeding life, or as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for commercial sexual activity who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (g) For commercial sexual activity in which any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age, or in which any person who is mentally defective or mentally incapacitated as those terms are defined in s. 794.011(1), is involved commits a life felony, punishable as provided in s. 775.082(3)(a)6., s. 775.083, or s. 775.084. For each instance of human trafficking of any individual under this subsection, a separate crime is committed and a separate punishment is authorized. (4)(a) Any parent, legal guardian, or other person having custody or control of a minor who sells or otherwise transfers custody or control of such minor, or offers to sell or otherwise transfer custody of such minor, with knowledge or in reckless disregard of the fact that, as a consequence of the sale or transfer, the minor will be subject to human trafficking commits a life felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Any person who, for the purpose of committing or facilitating an offense under this section, permanently brands, or directs to be branded, a victim of an offense under this section commits a second degree felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. For purposes of this subsection, the term "permanently branded" means a mark on the individual's body that, if it can be removed or repaired at all, can only be removed or repaired by surgical means, laser treatment, or other medical procedure. (5) The Criminal Justice Standards and Training Commission shall establish standards for basic and advanced training programs for law enforcement officers in the subjects of investigating and preventing human trafficking crimes. Every basic skills course required for law enforcement officers to obtain initial certification must include training on human trafficking crime prevention and investigation. (6) Each state attorney shall develop standards of instruction for prosecutors to receive training on the investigation and prosecution of human trafficking crimes and shall provide for periodic and timely instruction. (7) Any real property or personal property that was used, attempted to be used, or intended to be used in violation of this section may be seized and shall be forfeited as provided by the Florida Contraband Forfeiture Act. After satisfying any liens on the property, the remaining proceeds from the sale of any property seized under this section and owned by a defendant convicted of a violation of this section must first be allocated to pay any order of restitution of a human trafficking victim in the criminal case for which the owner was convicted. If there are multiple human trafficking victims in the criminal case, the remaining proceeds must be allocated equally among the victims to pay restitution. If the proceeds are sufficient to pay any such order of restitution, any remaining proceeds must be disbursed as required by s. 932.7055(5)-(9). (8) The degree of an offense shall be reclassified as follows if a person causes great bodily harm, permanent disability, or permanent disfigurement to another person during the commission of an offense under this section: (a) A felony of the second degree shall be reclassified as a felony of the first degree. (b) A felony of the first degree shall be reclassified as a life felony. (9) In a prosecution under this section, the defendant's ignorance of the victim's age, the victim's misrepresentation of his or her age, or the defendant's bona fide belief of the victim's age cannot be raised as a defense. (10)(a) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity, which is held by an agency, as defined in s. 119.011, is confidential and exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution. This exemption applies to such confidential and exempt information held by an agency before, on, or after the effective date of the exemption. (b) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity may be provided to an agency, as defined in s. 119.011, as necessary to maintain health and safety standards and to address emergency situations in the residential facility. (c) The exemptions from s. 119.07(1) and s. 24(a), Art. I of the State Constitution provided in this subsection do not apply to facilities licensed by the Agency for Health Care Administration. (11) A victim's lack of chastity or the willingness or consent of a victim is not a defense to prosecution under this section if the victim was under 18 years of age at the time of the offense. (12) The Legislature encourages each state attorney to adopt a pro -prosecution policy for human trafficking offenses, as provided in this section. After consulting the victim, or making a good faith attempt to consult the victim, the state attorney shall determine the filing, nonfiling, or diversion of criminal charges even in circumstances when there is no cooperation from a victim or over the objection of the victim, if necessary. (13) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1). History.—s. 2, ch. 2004-391; s. 1, ch. 2006-168; s. 5, ch. 2012-97; s. 300, ch. 2014-19; s. 7, ch. 2014-160; s. 96, ch. 2015-2; s. 2, ch. 2015-147; s. 3, ch. 2016-24; s. 25, ch. 2016-105; s. 4, ch. 2016-199; s. 2, ch. 2020-49; s. 2, ch. 2021-189; s. 3, ch. 2023-86; s. 7, ch. 2024- 184. Copyright © 1995-2024 The Florida Legislature • Privacy Statement • Contact Us AGENDA ITEM SUMMARY FORM File ID: #18622 Date: 12/03/2025 Commission Meeting Date: 01/08/2026 Requesting Department: Department of Resilience and Public Works Sponsored By: District Impacted: All Type: Resolution Subject: Bid Waiver - ISeeChange Inc - Resilience Data and Engagement Services Purpose of Item: A resolution of the Miami City Commission, with attachment(s), by a four -fifths (4/5ths) affirmative vote, after an advertised public hearing, ratifying, confirming, and approving the City Manager's recommendation and written findings, pursuant to section 18-85(a) of the Code of the City of Miami, Florida, as amended ("City Code"); waiving the requirements for competitive sealed bidding methods as not being practicable or advantageous to the City of Miami ("City") to establish a contract for the provision of Resilience Data and Engagement Services by ISeeChange, Inc. ("ISC") for the City's Department of Resilience and Public Works ("RPW'), for a period of one (1) year with the option to renew for three (3) additional one (1)-year renewals, allocating funds from Account Nos. 00001.208000.531000.00000, 00001.201200.531000.00000, and various other funding services, subject to the availability of funds and budget approval at the time of need; authorizing the City Manager to negotiate and execute an agreement in substantially the attached form, further authorizing the City Manager to negotiate and execute all other documents, including any amendments, modifications, renewals, and extensions, subject to allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the City Code, including, the City of Miami's Procurement Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with applicable laws and regulations, as may be necessary for said purpose. Background of Item: ISeeChange is an organization that provides a storm water and climate data engagement platform and services. The services provided will to give voice to community members in the process of planning and designing major infrastructure projects as well as creating a direct line of communication to public works officials to improve response to infrastructure operations and maintenance challenges. Under the 2022 contract, ISeeChange has proven to improve City outcomes in its efforts to address climate impacts. The platform is regularly used by the Department of Public Works to coordinate and communicate direct service requests to clean and repair storm drains and deploy pumps. The City has decided to continue the services to further engage, collect data, and coordinate monitoring of urban heat, coastal changes, green infrastructure, and pollution. The total cost of services will have a value of approximately $223,500.00 (Year 1: $36,000.00; Year 2: $50,000.00; Year 3: $62,500.00; Year 4: 75,000.00). Budget Impact Analysis Item is an Expenditure Item is NOT Related to Revenue Item is NOT funded by Bonds Total Fiscal Impact: Total Fiscal Impact: $36,000.00 ($223,500.00 in the aggregate) General Account No.: 00001.208000.531000.0000; 00001.201200.531000.00000; various other sources Special Revenue Account No.: OCI Project No.: Department of Resilience and Public Works Review Completed Office of Management and Budget Office of Management and Budget Department of Procurement City Manager's Office City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Reviewed B 12/10/2025 12:01 PM Luis Hernandez -Torres Leon P Michel Yadissa Calderon Asael Marrero Natasha Colebrook -Williams Arthur Noriega V Valentin J Alvarez Thomas M. Fossler George K. Wysong III Maricarmen Lopez City Clerk's Office Juvenal Santana Budget Analyst Review Budget Review Procurement Review Assistant City Manager Review Deputy City Manager Review City Manager Review Legislative Division Review ACA Approved Form and Correctness Meeting Rendered Department Head Completed 12/10/2025 2:13 PM Completed 12/23/2025 11:31 AM Completed 12/24/2025 11:15 AM Completed 12/24/2025 11:20 AM Completed 12/26/2025 9:25 AM Completed 12/26/2025 1:56 PM Completed 12/26/2025 2:13 PM Completed 12/29/2025 2:59 PM Completed 12/29/2025 5:23 PM Completed 01/08/2026 9:00 AM Completed 01/08/2026 5:14 PM City of Miami Legislation Resolution Enactment Number: R-26-0016 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 18622 Final Action Date:1/8/2026 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING, CONFIRMING, AND APPROVING THE CITY MANAGER'S RECOMMENDATION AND WRITTEN FINDINGS, ATTACHED AND INCORPORATED AS "EXHIBIT A," PURSUANT TO SECTION 18-85(A) OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"); WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING METHODS AS NOT BEING PRACTICABLE OR ADVANTAGEOUS TO THE CITY OF MIAMI ("CITY") TO ESTABLISH A CONTRACT FOR THE PROVISION OF RESILIENCE DATA AND ENGAGEMENT SERVICES ("SERVICES") BY ISEECHANGE, INC. ("ISC") FOR THE CITY'S DEPARTMENT OF RESILIENCE AND PUBLIC WORKS ("RPW'), FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1)-YEAR PERIODS, IN THE TOTAL ESTIMATED AMOUNT OF TWO HUNDRED TWENTY-THREE THOUSAND FIVE HUNDRED AND 00/100 DOLLARS ($223,500.00); ALLOCATING FUNDS FOR THIS PURPOSE FROM ACCOUNT NOS. 00001.208000.531000.00000, 00001.201200.531000.00000, OR OTHER LEGALLY AVAILABLE FUNDING SOURCES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH ISC FOR THE SERVICES CONSISTENT WITH THE TERMS SET FORTH HEREIN; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY APPROVALS, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CITY CODE, INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, ISeeChange, Inc. ("ISC") provides a signature platform product for public sector agencies seeking to engage communities in real time regarding hyperlocal flooding, extreme heat, climate adaption, infrastructure and other resilience elements ("Services"); and HEREAS, ISC, with support of the Knight Foundation, created integrations and features for the City inclusive of custom mapping, email integrations, data exports, pathways to support municipal operations, flood modeling and infrastructure project design; and WHEREAS, the City has used ISC to decrease response times during tropical storms, generate over $20,000,000.00 in resilience grant support, and coordinate/communicate direct services requests to clean and repair storm drains and deploy pumps.; and WHEREAS, pursuant to Section 18-85(a) of the Code of the City of Miami, as amended ("City Code"), the City Manager has recommended waiving the requirements for competitive sealed bidding methods, via recommendation and written finding attached and incorporated as Exhibit "A," with reasons supporting the same as not being practicable or advantageous to the City; and WHEREAS, said recommendation and written finding must be ratified, confirmed, and approved by the City Commission by a four -fifths (4/5ths) affirmative vote after an advertised public hearing; 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. Section 2. By a four -fifths (4/5ths) affirmative vote, after an advertised public hearing, the City Manager's recommendation and written findings, attached and incorporated as "Exhibit A," pursuant to Section 18-85 (a) of the Code of the City of Miami, Florida, as amended, waiving the requirements for competitive sealed bidding methods as not being practicable or advantageous to the City to establish a contract for the provision of the Services by ISC for RPW, for a period of one (1) year with the option to renew for three (3) additional one-year periods in a total estimated amount of Two Hundred Twenty -Three Thousand Five Hundred and 00/100 Dollars ($223,500.00), are ratified, confirmed, and approved, Section 3. Funds for this purpose are to be allocated from RPWs Account Nos. 00001.208000.531000.00000, 00001.201200.531000.00000, or other legally available funding sources, 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 an agreement, in a form acceptable to the City Attorney, with ISC for the Services consistent with the terms set forth herein. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, all in forms acceptable to the City Attorney, subject to allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the City Code, including, the City of Miami's Procurement Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, and in compliance with applicable regulations, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. APPROVED AS TO FORM AND CORRECTNESS: Olivera, Rosemary From: Gandarilla, Aimee Sent: Friday, February 13, 2026 2:20 PM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Fossler, Thomas; Johnson, Antiwonesha; Ewan, Nicole Subject: PSA ISeeChange Agreement (matter 25-3629K) Attachments: PSA ISeeChange Agreement (matter 25-3629K).pdf Good afternoon Todd, Please find attached the fully executed copy of an agreement from DocuSign that will be considered an original agreement for your records. Antiwonesha: Please close Matter 25-3629K. Thank you, Aimcha LUli Procurement Assistant City of Miami Procurement Department 444 SW 2nd Avenue, 6th floor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E agandarilla@miamigov.com "Serving, Enhancing, and Transforming our Community" i