Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24507
AGREEMENT INFORMATION AGREEMENT NUMBER 24507 NAME/TYPE OF AGREEMENT WATER MANAGEMENT TECHNOLOGIES, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/WATER POLLUTION SERVICES BY WAY OF THE SCAVENGER 2000 DEPOLLUTION BOAT/FILE ID: 6884/R- 20-0036/MATTER I D : 23-1507 EFFECTIVE DATE June 30, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 6/30/2023 DATE RECEIVED FROM ISSUING DEPT. 6/30/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: WATER MANAGEMENT TECHNOLOGIES, INC. Department of Procurement IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? I TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? r TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) YES NO ES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): AMENDMENT NO. 1 TO THE PSA WITH WATER MANAGEMENT TECHNOLOGIES, INC. FOR WATER DEPOLLUTION SERVICES COMMISSION APPROVAL DATE: 2/13/20 FILE ID: ENACTMENT NO.:20 0036 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER June 21, 2023 Annie Perez, CPPO I 15:30:22 Ep_T°°"s;g„,,,: SIGNATURE: -' ?'`--, RISK MANAGEMENT June 22, 2023 Ann -Marie Sharpe I 07:02:47 EDT SIGNATURE: tun ado CITY ATTORNEY matter 23-1507 June 26, 2023 Victoria Mendez I 19:50:41 EDT°°°"se°.e. SIGNATURE: Z ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER June 27, 2023 Larry Spring, CPA I 12 : 29:04 EDT SIGNATURE: '—°`",`,°°' bY ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS nvNATTI Natasha Colebrook -Williams SIGNATURE: DEPUTY CITY MANAGER June 27, 2023 IN1(VN 9k a, Ph.D., PE SIGNATURE: l°°`""°°`""Y CITY MANAGER June 29, 2023 �s�"afinrno"se IAI L:lgl: �gEDY SIGNATURE: a,,{ 14 , s—a 2aza C CITY CLERK June 30, 2023 Todd Hannon 1 09:28:22 EDT SIGNATURE: —°°°"_`°°`°" �sss°�„ss PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 IAFI I{SPAT 1 I 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 6/21/2023 Date: Procurement Requesting Client (305) 416-1912 Telephone Legal Service Requested: Matter 23-1507 AMENDMENT NO. 1 TO THE PSA WITH WATER MANAGEMENT TECHNOLOGIES, INC FOR WATER DEPOLLUTION SERVICES 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 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: AMENDMENT NO 1 FOR CONTRACT NO 19-20-014 — SCAVENGER WATER DEPOLLUTION SERVICES 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ x City Commission — RESOLUTION No. 20-0036 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB X SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? AMENDMENT NO. 1 TO INCLUDE BILLABLE HOURS FOR SERVICING THE MIAMI RIVER. FIVE (5) ADDITIONAL BILLABLE HOURS PER WEEK. THE FIVE HOURS WERE ONCE AT NO CHARGE TO THE CITY. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? PUBLIC WORKS 5. IS THE AWARDEE INCUMBENT? YES 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? HOURLY RATE FOR THE SERVICES IS THE SAME - $200/HR; MONTHLY SPEND HIGHER AT APPROX $24,000 PER MONTH 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? MARCH 10 2025 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? APPROX. $20,000 PER MONTH 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? N/A DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF MIAMI AND WATER MANAGEMENT TECHNOLOGIES, INC. FOR WATER DEPOLLUTION SERVICES This Amendment No. 1 ("Amendment") to the Professional Services Agreement, dated March 11, 2020 ("Agreement"), between the City of Miami, a Florida municipal corporation ("City"), and Water Management Technologies, Inc., a Florida profit corporation ("Contractor"), for the provision of water depollution services ("Services") for the City's Department of Resilience and Public Works ("RPW") is entered into this 30th day of June, 2023 and effective June , 2023. RECITALS WHEREAS, pursuant to Resolution No. 20-0036 adopted by the City Commission on February 13, 2020, the City and the Contractor entered into the Agreement to provide water depollution services by way of the Scavenger 2000 Depollution Boat for RPW; and WHEREAS, the Agreement has a three (3) year initial term with two (2) additional one (1) year options to renew, providing a possible total term of five (5) years as awarded via Sole Source; and WHEREAS, the City recognizes the hardship and financial strain of the current economic conditions, and intends to increase the pricing of Services to alleviate the pressure of rising costs to do business such as materials, equipment, and labor; and WHEREAS, in accordance with Resolution 20-0036, the City Manager may negotiate and execute any and all other documents, inclusive of any amendments and changes to the Agreement terms and/or pricing; and WHEREAS, pursuant to Resolution No. 20-0036, the City Manager is authorized to execute Amendment No. 1 to the Agreement, in a form acceptable to the City Attorney; and NOW THEREFORE, the recitals above are incorporated herein by reference and this Amendment No. 1 shall be effective as of the above referenced date, and shall amend the Agreement as follows: 1. The recitals set forth above are incorporated by reference as if set forth in full herein. 2. The Exhibit "A" Scope of Work is hereby deleted and replaced with Exhibit "A" - Revised Scope of Work, attached and incorporated herein. 3. The Exhibit "B" Pricing Proposal is hereby deleted and replaced with Exhibit "B" — Revised Pricing Proposal, attached and incorporated herein. Page 1 of 7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 4. The Exhibit "C", Minimum Frequency of Maintenance of City's Waterways is hereby deleted and replaced with Exhibit C — Revised Minimum Frequency of Maintenance of City's Waterways, attached and incorporated herein. 5. The following sections are hereby amended in the Agreement: 15. NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: 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. Vendor 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 II 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 this Agreement. 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. 29. COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in three or more counterparts, each of which shall constitute an original, but all of which, when taken together, shall constitute one and the same Agreement. Each counterpart shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms, covenants, and conditions of the original Agreement issued thereto shall remain in full force and effect, except to the extent herein expressly amended by this Amendment. Page 2 of 7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. ATTEST: Name:,N'wc- / /114- 'r1 ::/eW5 Title: Sew, ATTEST: By: DocuSignetl by: Todd B. Hannon City Clerk DocuSigned by: "Contractor" WATER MANAGEMENT TECHNOLOGIES, INC., a Florida profit corporation By:a Name. #STD D Title: I" re..<i+ j C 0 i "City" CITY OF MIAMI, a Florida municipal corporation DocuSigned by: By: Arthur Noriega V City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: By ,—DocuSignetl by: Victoria Mendez (Matter 23-1507) City Attorney REQUIREMENTS: ,--ClocuSignetl by. By: 1'wla ,de Anne Marie Sharpe, Director Risk Management Page3of7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 EXHIBIT A Revised SCOPE OF SERVICES SERVICES: This project consists of the collection of floatable debris in the water surfaces under the jurisdiction of the City of Miami including the Biscayne Bay area, navigable tributaries, and its marinas. In addition, this project includes collection of floatable debris in the Miami River water surfaces, which is under the jurisdiction of South Florida Water Management District. It also calls for oxygenation injection and water treatment system. Floatable debris is to be considered as any material floating within the first two feet of water and includes aluminum cans, plastic bags, toys, vegetation, animal debris, wood, leaves, etc. Contractor shall store this debris at selected staging areas approved by the City Engineer. The debris shall be carried from the staging areas to a Miami -Dade County disposal facility at the Contractor's expense. The Scavenger 2000 shall implement its oxygen aeration and decontamination process within any navigable body of water encounter as shown in the attached City of Miami Waterways location map. LOCATIONS: The following are receiving streams for the outfalls within the jurisdiction of the City of Miami Municipal Separate Storm Sewer System (MS4) permit: Biscayne Bay, Miami River, Wagner Creek, Seybold Canal, Lawrence Waterway, Miami Canal, Davis and Ademar Canal, Little River. The City of Miami shall inform Water Management Technologies where they require the vessel to work. FREQUENCY: The Contractor shall work a minimum of 30 hours per week; a minimum of twenty-five (25) hours for treating the navigable waterways per contract and a minimum of five (5) hours per week on the Miami River. The City's Project Manager shall determine the frequency of the service. Services may be requested on an as -needed basis to ensure the water quality expected of the City. INVOICING: Service hours may be billed monthly for services provided the month prior. The Contractor shall comply with any additional invoicing requirements established by the Project Manager, inclusive of paperwork, pictures, etc. ADDITIONAL SERVICES INCLUDED IN PRICING: Litter Control: Trash removal and disposal. Reporting: Every year the Contractor will provide a water analysis report to the City from a different selected location regarding the following parameters: • Human fecal coliform • Total coliform • Bacteria count • Algae count • pH, temperature Page 4 of 7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 EXHIBIT B Revised PRICING SCHEDULE A) Amount of contract — Approximately $288,000 per year. B) Hourly rate is $200.00 per hour. INVOICING: Service hours may be billed monthly for services provided the month prior. The Contractor shall follow any additional invoicing requirements established by the Project Manager, inclusive of detailed service descriptions, locations, reporting, pictures, etc. Page5of7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 EXHIBIT C Revised MINIMUM FREQUENCY OF MAINTENANCE OF CITY'S WATERWAYS MONTHLY BASIS Note: This Frequency Schedule and Working Area Location are subject to change. Scavenger 2000 Decontamination Boat WEEK 1 - Biscayne Bav / North of River (30 hours minimum) for 50 weeks Working Area Monday Tuesday Wednesday Thursday Friday Total (30 hours) Bayside Marina 2 hr 2 hr 2 hr 2 hr 2 hr 10 hrs American Airlines Arena Cove 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs NE 21 Street Cove 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs NE 28 Street Cove 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs Miami River 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs WEEK 2 - Biscayne Bav / North of River (30 hours minimum) for 50 weeks Working Area Monday Tuesday Wednesday Thursday Friday Total (30 hours) Davis Canal 2 hr 1 hr 1 hr 1 hr 1 hr 6 hrs Ademar Canal 1 hr 2 hr 1 hr 1 hr 1 hr 6 hrs Little River 1 hr 1 hr 2 hr 1 hr 1 hr 6 hrs Biscayne Bay 1 hr 1 hr 1 hr 2 hr 2 hr 7 hrs Miami River 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs WEEK 3 - Biscayne Bay / South of River (30 hours minimum) for 50 weeks Working Area Monday Tuesday Wednesday Thursday Friday Total (30 hours) Dinner Key Marina 2 hr 1 hr 2 hr 1 hr 2 hr 8 hrs Grove Key Marina 1 hr 2 hr 1 hr 2 hr 1 hr 7 hrs Biscayne Bay 2 hr 2 hr 2 hr 2 hr 2 hr 10 hrs Miami River 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs WEEK 4 - Through the Miami River (30 hours minimum) for 50 weeks Working Area Monday Tuesday Wednesday Thursday Friday Total (30 hours) Seybold Canal 2 hr 1 hr 1 hr 1 hr 2 hr 7 hrs Lawrence Waterway 1 hr 2 hr 1 hr 1 hr 1 hr 6 hrs South Fork Miami River 1 hr 1 hr 2 hr 1 hr 1 hr 6 hrs Miami Canal 1 hr 1 hr 1 hr 2 hr 1 hr 6 hrs Miami River 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs Page6of7 DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 EXHIBIT "C" CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS, Kttli Kks g rr T N iktNu S(corporation name), a i t.t r 1 . (State) corporation ("Corporation"), desires to enter into an agreement with the City of Miami ("City") for the purpose of performing the Services 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 of Miami, and that t i€z &A T N O (individual), the p(e tcte AA CEO (title) of this Corporation, and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document ano perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 1 day of / , 2023. frkc cKiJc.eve 613 08-kExpertConsultant") A(n) i c� r (State) Corporation By. / LL-P 14A`)-- (Sign) (Sign) Print Name: 5Op ►t- rkiVn --k# Print Name: fl4,Z- Mi S2"rit-Af6 Title: PR �e �� ►/ E F( Page 7 of 7 Corporate Secretary (Affix Corporate Seal) DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 FLORIDA INDIVIDUAL ACKNOWLEDGMENT F.S. 117.05(13) faasaititimi-eloannativimbiziaiiiiiiti4litMaiiiMMatiiiiiiiiinflaIMPinaliMatiOfM00505314011600:91Falf004111101141114011001:01/11,06314111a State of Florida County of } Place Notary Seal Stamp Above The foregoing instrument was acknowledged before me by means of physical Presence, —OR— ❑ Online Notarization, this c2/ S day of Date Month c-20-93 by Year Name of Person Acknowledging ignature of Notary Public — State of Florida Name of Notary Typed, Printed or Stamped D Personally known IlfIcoduced Identification Type of Identification Produced: %/ /S OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 4,3✓40+✓7- Document Date: cZ Z .1-3 Signer(s) Other Than Named Above: %dog. ✓/C Number of Pages: 7 aodussiomixkoosfd000lgsi4Cfa000Atitiaittligttidooitifogititoftmtitt (r}2020 National Notary Association M1304-11 (11/20) DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 WATERMAN ACORDTr, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/08/2022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Starkweather & Shepley (WE) PO Box 549 Providence, RI 02901-0549 401 596-2212 CONTACT Jana Whitehead Tully PHONE 401 596-2212 FAX 401-735-1059 (A/C, Ext): (A/C, No): E-MAIL ADDRESS: Jtully@StarShep.COm INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Atlantic Specialty Insurance Company 27154 INSURED Water Management Technologies, Inc. 2080 SW Cimarron Ct. Palm City, FL 34990-1453 INSURER B: Water Quality Ins Syndicate INSURER C: INSURER D : INSURER E : 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 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSRL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X B5JH54423 00 O rir 1`1j22 rte 11/03/2023 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $50,000 MED EXP (Any one person) $10,000 X BI/PD Ded:2,500 PERSONAL & ADV INJURY $1,000,000 GEN'LAGGREGATELIMITAPPLIESPER: P POLICY OTHER:c'N PRO - JECT LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $1 ,000,000 $ A AUTOMOBILE X LIABILITY AUTO AWNED X SCHEDULED AUTOS N-OVVNED ANUTOS ONLY B5JH5442.3� ��1 O O� w • ` 11/03/2022 11/03/2023 COMBINED SINGLE LIMIT (Ea accident) $included included BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB _OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A B P&I Pollution B5JH54423 5581057 11/03/2022 11/11/2022 11/03/2023 11/11/2023 $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Navigation Warranty: Coastal and inland tributary waters of Florida not exceeding (2) miles offshore Additional Insured applies per policy terms and conditions. Navigation Warranty: Coastal and Inland tributary waters of Florida not exceeding (2) miles offshore. Additional Insured applies as per policy terms and conditions. Certificate Holder is an Additional Insured for General Liability, P & I & Pollution on a Primary & Non Contributory basis. P & I includes Jones Act coverage. CERTIFICATE HOLDER CANCELLATION The City of Miami 444 SW 2D 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) 1 of 1 #S2008070/M2005965 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SCC DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 From: To: Subject: Date: Attachments: Gomez Jr., Francisco (Frank) Carbonell. Aileen; Quevedo, Terry RE: PROCUREMENT INSURANCE REVIEW FOR WATER MANAGEMENT TECHNOLOGIES INC COI Tuesday, November 8, 2022 11:14:09 AM imaoe001.onq image003.pnq Good morning Aileen, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com 4,1/ (< CO/ <</ ni/ 4Ce 1\/ PQ iq "Serving, Enhancing, and Transforming our Community" From: Carbonell, Aileen <ACarbonell@miamigov.com> Sent: Tuesday, November 8, 2022 11:10 AM To: Quevedo, Terry <TQuevedo@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR WATER MANAGEMENT TECHNOLOGIES INC COI Good morning Terry, Please see revised certificate attached for your review. Thank you. DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 Should you have any questions or concerns, please do not hesitate to contact me at information listed below. Kind regards, Aileen Carbonell, MPA Procurement Assistant Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarbonellPmiamigov.com Website: https://www.miamigov.com/Government/Departments-Organizations/Procurement NV. 0 "Serving, Enhancing, and Transformii<d'dr unity„ VI (19s- Mission: The City of Miami Dep nt curement's mission is to ethically procure quality goods and services, design, co c ion NI` construction management services at the best value for the City, while providing .Ilent customer service, process efficiency, transparency, fairness, competition, accountabilitnd maintaining public trust. Click on or scan the QR Code to register as a new vendor for the City of Miami. CI it er4.i :is •:•k::nir hat :j : iuiri :•r:ti.r ..:.:r ::?!: 0 `p Please consider the environment before printing this e-mail. CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. "Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. From: Quevedo, Terry <TQuevedol@miamigov.com> Sent: Monday, November 7, 2022 9:48 AM To: Carbonell, Aileen <ACarbonelll@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez(@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR WATER MANAGEMENT TECHNOLOGIES INC COI Aileen Please revise the certificate to reflect the following: O • The City of Miami as additional insured wit'ri cl,e cn o P&I & Pollution liability. • WC /Jones Act coverage. w 61)/' Thank you ' " O Qde kt\/ �eJ 9t tenet/C Q N P City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo@miamigov.com ":Sews y, S awc.6,9, ael 71a10, aor gewtoutorGt9 From: Carbonell, Aileen <ACarboneMmiamigov.com> Sent: Monday, November 7, 2022 9:30 AM To: Gomez Jr., Francisco (Frank) <FGomez( miamigov.com> Cc: Quevedo, Terry <TQuevedol@miamigov.com> Subject: PROCUREMENT INSURANCE REVIEW FOR WATER MANAGEMENT TECHNOLOGIES INC COI Importance: High Good morning, DocuSign Envelope ID: 47F26D5E-6A7E-4DBA-9D82-62E616BC20E1 Please review the insurance attached at your earliest convenience and advise if adequate according to insurance requirements contained therein. Thank you! Kind regards, Aileen Carbonell, MPA Procurement Assistant Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarboneII( miamigov.com Remit W9 to: PurchasingSupplierAdminsl@miamigov.com Website: https://beta.miamigov.com/Government/Departments-Organizations/Procurement 401.2. fr-'" V ti fdz�s M Ci#P C6Ai LI pp 04 G0 ` n'V <5) O Q "Serving, Enhanc, and Transforming our Community" CONFIDENTIAL COMMUNICATION */,V The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. Olivera, Rosemary From: Gandarilla, Aimee Sent: Friday, June 30, 2023 9:54 AM To: Hannon, Todd Cc: Lee, Denise; Olivera, Rosemary; Brown, Sadie; Cabrera, Paola Subject: Executed Amendment PSA with Water Management Technologies, Inc. Attachments: AMENDMENT_PSA_WITH_WATER_MANAGEMENT_TECHNOLOG.pdf Good morning Todd, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, airnee garcdwriaa Procurement Assistant City of Miami Department of Procurement 444 SW 2' Avenue, 6th floor, Miami, FL 33130 P(305) 416-1906 F(305) 400-5338 Eagandarilla@miamigov.com https://miamigov.com/Government/Departments-Organizations/Procurement 1 ti -},png, Enhancing, and Transforming our Community" 1