Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24568
AGREEMENT INFORMATION AGREEMENT NUMBER 24568 NAME/TYPE OF AGREEMENT MOTOROLA SOLUTIONS, INC. DESCRIPTION AMENDMENT NO. 1 TO SUPPLEMENTAL AGREEMENT/LICENSE PLATE READER WITH RELATED HARDWARE, SOFTWARE & INSTALLATION/FILE ID: 13549/R- 23-0137/MATTER I D : 23-1759 EFFECTIVE DATE September 24, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 8/24/2023 DATE RECEIVED FROM ISSUING DEPT. 8/24/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM Department of Procurement ORIGINATING DEPARTMENT: DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: MOTOROLA SOLUTIONS, INC. 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 Supplemental Agreement for Base Layer Integration Software Platform for the Real Time Crime Center. COMMISSION APPROVAL DATE: 3/23/23 FILE ID: 13549 ENACTMENT NO.: 23-0137 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER August 17, 2023 Annie Perez, CPPO 1 16:31:11 EDT etl?.n.-, SIGNATURE: -/-�,.. RISK MANAGEMENT August 18, 20z3'AA MMaa �p n� 6/PLF2Tar'EDT DocuSignetl by SIGNATURE: r- C do CITY ATTORNEY Matter 23-1759 August 22, 2023 Victoria M "ndez 1 21:13:52 EDT ��ocuSignetley SIGNATURE: 7,,s,_, -)-,(_.'--. ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER August 23, 2023 Larry Spring, CPA I 09:44:17,€ta-f i4 SIGNATURE: I� 5pfll ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Natasha Colebrook -Williams SIGNATURE: DEPUTY CITY MANAGER Nzeribe Ihekwaba, Ph.D., PE SIGNATURE: CITY MANAGER August 23, 2023Arth ur I 10 Noriega EDT SIGNATURE: ate, ,, CITY CLERK August 24, 2023 µ Todd Hannon 1 09:57:27 EDT SIGNATURE:--..s'9°ede.: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER IAFI I{SPAT 1 I City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Eduardo Falcon Contact Person Procurement Contracting Manager Title 8/17/2023 Date: Procurement Requesting Client (305) 416-1901 Telephone Legal Service Requested: Matter 23-1759: Amendment No. 1 to the Supplemental Agreement for Base Layer Integration Software Platform for the Real Time Crime Center from RLI 19053JLS with Motorola Solutions, Inc. 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 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Amendment No. 1 Supplemental Agreement To Enterprise Service Agreement Resulting From RLI 19053JLS Between Broward Sheriff's Office and Motorola Solutions. Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ N/A ❑ City Manager — Authority level of $ N/A x City Commission — RESOLUTION No. 23-0137 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ SOLE SOURCE I] PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? To provide a base layer integrating software platform for the Real Time Crime Center (RTCC). The software will integrate, automate and geomap multiple data points from hardware and other software and programs. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Police 5. IS THE AWARDEE THE INCUMBENT? No 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? Higher, however the old system does not office many of the new features or connectivity features 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? N/A AMENDMENT NO. 1 TO THE SUPPLEMENTAL AGREEMENT TO THE ENTERPRISE SERVICE AGREEMENT RESULTING FROM RLI 19053JLS BETWEEN BROWARD SHERIFF'S OFFICE AND MOTOROLA SOLUTIONS, INC. This Amendment No. 1 ("Amendment") to the Supplemental Agreement ("Agreement") resulting from Enterprise Service Agreement from RLI 19053JLS, for the provision of Base Layer Integration Software Platform for the Real Time Crime Center ("Services") dated, April 17, 2023 between the City of Miami, a municipal corporation of the State of Florida ("City"), and Motorola Solutions, Inc., a Foreign Profit Corporation ("Motorola"), is entered into this 24thday of September , 2023. RECITALS WHEREAS, pursuant to Resolution No. 23-0137, the City entered into an Agreement with Motorola for the provision of a Base Layer Integration Software Platform for the Real Time Crime Center, more commonly known as License Plate Reader with related hardware, software and installation ("LPR") ; and WHEREAS, the City of Miami's Police Department ("Police") has identified the need to procure additional LPR equipment under this Agreement, subject to the availability of funds and budgetary approval at the time of need; and WHEREAS, pursuant to Resolution 23-0137, the City Manager may negotiate and execute any and all other documents, inclusive of any amendments and changes to the Agreement, renewals and extensions; and WHEREAS, pursuant to Resolution No. 23-0137, the City Manager is authorized to execute this Amendment No. 1, 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. Pursuant to this Amendment, when properly executed, it shall acknowledge the above referenced modifications, and 2. 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. 3. COUNTERPARTS, ELECTRONIC SIGNATURES: This Amendment may be executed in counterparts, each of which shall constitute an original, but all of which, when taken together, shall constitute one and the same amendment. This Amendment may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (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 Amendment upon request. 4. E-VERIFY EMPLOYMENT VERIFICATION: Contractor shall E-Verify the employment status of all employees and subcontractors to the extent required by federal, state, and local laws, rules, and regulations. The City shall consider the employment by any Contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Contractor knowingly employs unauthorized aliens, such violation shall be cause for termination of the Contract. Furthermore, the Contractor agrees to utilize the U.S. Agency of Homeland Security's E-Verify System, https://e-verify.uscis.gov/emp , to verify the employment eligibility of all employees during the term of this Contract. Contractor shall also include a requirement in subcontracts that the subcontractor shall also utilize the E-Verify System to verify the employment eligibility of all employees of the subcontractor during the term of this Contract. 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. 2 DocuSign Envelope ID: 40C40D94-B483-4033-8D34-14013A4A185A IN WITNESS WHEREOF, the Parties have executed this Agreement, or have caused the same to be executed, as of the date and year first above written. ATTEST: r—DocuSigned by: �17B44BCAAAE14E1... By: Name: "Motorola" Motorola Solutions, Inc., a Foreign Profit Corporation DocuSigned by: By: 0A86CDB38AA44E9... Rodrigo Olazabal Danny Sanchez MSSSI VP & Director, Florida Title: Assistant Secretary 17 August 2023 1 8:35:56 AM PDT ATTEST: By: Todd B. Hannon City Clerk DocuSigned by: 17 August 2023 1 11:40:27 AM EDT (Authorized Corporate Officer) "City" CITY OF MIAMI, a Florida municipal corporation By: l aim Nviw Arthur Noriega V City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: BY:� Victoria Mendez (Matter 23-1759) City Attorney ,--- Pr REQUIREMENTS: By: l fi'wr'i ,do Anne Marie Sharpe, Director Risk Management DocuSign Envelope ID: 40C40D94-B483-4033-8D34-14013A4A185A 20230404_173448.jpg CERTIFICATE OF ASSISTANT SECRETARY MOTOROLA SOLUTIONS, INC. The undersigned certifies that he or she is a duly appointed Assistant Secretary of Motorola Solutions, Inc. (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, and that, as such, he or she is authorized to execute this Certificate on behalf of the Company, and further certifies that: 1. At a meeting of the Board of Directors of the Company held on November 17. 2022 at which a quorum was present and acting throughout, the following resolutions were duly adopted, effective November 17, 2022, have not been amended. and are in full force and effect on the date hereof: RESOLVED. that all Senior Vice Presidents be, and each one of them is, authorized to sign and execute all agreements. contracts. bids, proposals, deeds, assignments, powers of attorney. performance guarantees. performance guarantee undertakings, instruments, documents, claims, including claims against the United States, and certifications of such claims, in the ordinary course of business of the Company and related to his or her work as a Senior Vice President of one of the Company's businesses. groups or corporate departments, all of which are collectively referred to as "Documents", provided that this authority does not extend to: a. Documents having a value in excess of $50 million in the aggregate over the term of the arrangement: or b. Documents related to: (i) acquisitions, divestures, joint ventures and equity investments. (ii) outsourcing arrangements, (iii) customer financing extending more than 364 days, (iv) capital expenditures, (v) lease commitments, (vi) agreements and compensatory arrangements applicable to Motorola Solutions Appointed Vice Presidents and above, (vii) litigation and legal claims, (viii) appointing agents and attorneys -in -fact to represent the Company before any customs agency, (ix) financial guarantees, financial surety agreements and financial guarantee undertakings, (x) opening bank accounts, (xi) establishing borrowing relationships on behalf of the Company, and (xii) voting or otherwise dealing with securities owned by the Company. Authority for such Documents is found in the specific resolutions below. RESOLVED, that the Board has adopted specific resolutions authorizing the signing and execution by Senior Vice Presidents of Documents related to procurement arrangements. Authority for such Documents is found in the specific resolutions below. The officers named above are authorized to delegate this signature authority in writing to others. 2. The following person is a duly qualified and acting officer of the Company and has been duly elected to the office set forth opposite his or her name: Name Title John Zidar Senior Vice President IN WITNESS WHEREOF, i have executed this Certificate as of t is t day of April, 2023. .•`�+�:11`� Uti Sol.... SEAL 1973 . O AW P odrigo Assistant Secretary https://mail.google.com/mail/u/0/?tab=rm#inbox?projector=1 1/1 DocuSign Envelope ID: 40C40D94-B483-4033-8D34-14013A4A185A SOP E-75 DELEGATION OF AUTHORITY I, John Zidar, Senior Vice President of Motorola Solutions, Inc. ("Company"), do hereby delegate my authority to approve and execute in the name of and on behalf of the Company, Motorola Solutions Canada Inc. ("MSCI"), Rave Wireless, Inc. (Rave), and Vigilant Solutions, Inc. (Vigilant) contract documents (pursuant to Company policy), to the below named and titled individuals with the following dollar and other limitations as specified and explicitly set out below. Delegation to approve and execute the following Contract documents: Customer sale contracts, contract modifications, bids, proposals, bidder list applications, certifications, software licenses, non -disclosure agreements relating to customer sales opportunities, teaming agreements relating to customer sales opportunities, lobbyist agreements, subcontractor documents and other contract documents related to North America direct government sales on behalf of the Company and MSCI. Region: To: Value: North America Danny Sanchez $10,000,000 Territory Vice President *Motorola Solutions, Inc. Vice Presidents serving in an "Overlay Sales" role are included in RVP category for Software Enterprise and Mobile Video contracts. MSSSI Vice Presidents serving in an "Overlay Sales" role are included in the TVP category for Software Enterprise contracts and Mobile Video contracts. This Delegation of Authority granted herein shall not be delegable or assignable to any other person and shall expire on February 20, 2024. The authority delegated to the above -named individuals is in addition to the authority such individuals may have to approve and execute contract documents as an officer of the Company. This Delegation can be revoked by me at any time and will automatically expire for any named and titled individual if he or she ceases to be an employee of the Company or if he or she is assigned a different position within the Company. If a named individual is assigned a different position within the Company, the named successor is automatically given the designated authority unless a letter is provided stating otherwise. IN WITNESS WHEREOF, I have executed this delegation of authority as of February 23, 2023. John Zidar John Zoloo(Feb 2023 Id 15 MI) John Zidar Senior Vice President, North America Sales Motorola Solutions, Inc. DocuSign Envelope ID: 40C40D94-B483-4033-8D34-14013A4A185A QMOTOROLA SOLUTIONS Motorola Solutions, Inc. 500 W. Monroe, Floors 37-44 Chicago, Illinois 60661 Effective: February 1, 2023 Executive Committee Gregory Q. Brown Chairman and Chief Executive Officer Jason J. Winkler Executive Vice President and Chief Financial Officer John P. Molloy Executive Vice President and Chief Operating Officer Mahesh Saptharishi Executive Vice President & Chief Technology Officer Karen E. Dunning Senior Vice President, Human Resources Rajan S. Naik Senior Vice President, Strategy & Ventures James A. Niewiara Senior Vice President, General Counsel Cynthia Yazdi Senior Vice President, Chief of Staff, Communications & Brand Board of Directors Gregory Q. Brown (Chairman) Kenneth D. Denman Egon P. Durban Ayanna M. Howard Clayton M. Jones Judy C. Lewent Gregory K. Mondre Joseph M. Tucci _____---., ® �`� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/28/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Central, Inc. Chi cago IL Offi ce 200 East Randol ph Chicago IL 60601 USA CONTACT NAME: PHONE (A/No. Ext): C866) 283-7122 FAX No.): (800) 363-0105 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Motorola Solutions, Inc. Attn Stephanie Lampi 500 West Monroe Chicago IL 60661 USA INSURER A: Lexington Insurance Company 19437 INSURER B: Liberty Mutual Fire Ins Co 23035 INSURER C: Liberty Insurance Corporation 42404 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570100367291 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP MM/DD/YYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY T62641005169073 O O 07/0011/2023 o �.,/ � •^^- 07/01/2024 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $250,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10 , 000 PERSONAL& ADV INJURY $1, 000, 000 GEN'L X AGGREGATE LIMIT APPLIES PER: JECT ❑ PRO - POLICY OTHER:❑ LOC GENERAL AGGREGATE $3, 000, 000 PRODUCTS - COMP/OP AGG $2,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AS2-641-09 9- 13^, V��111 - r O A. ^ O` v` 07/01/2023 07/01/2024 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY ( Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE P`�(` EACH OCCURRENCE AGGREGATE DED RETENTION C C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N/A WA764D005169083 All Other States WC7641005169093 WI 07/01/2023 07/01/2023 07/01/2024 07/01/2024 x PER STATUTE OTH- ER E.L. EACH ACCIDENT $1, 000 , 000 E.L. DISEASE -EA EMPLOYEE $1, 000, 000 E.L. DISEASE -POLICY LIMIT $1, 000, 000 A E&O - Miscellaneous Professional -Primary 011663682 Professional/Cyber/E&O SIR applies per policy terms 07/01/2023 & conditions 07/01/2024 Each Claim Aggregate $2,000,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 01, Additional Remarks Schedule, may be attached if more space is required) City of Miami is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability when required by a written and executed contract. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers' Compensation when required by a written and executed contract. General Liability evidenced herein are Primary and Non -Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions when required by a written and executed contract. CERTIFICATE HOLDER CANCELLATION City of Miami 444 S.W. 2nd Ave. 6th Floor Miami FL 33130-1910 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE R.—gel: c�GdDfG �if t GO l�/..%�9 �i Q-9eJ /. Holder Identifier : AGJN 570100367291 Certificate No ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD From: Come, 1r Francisco (Frankl Tor Carbonell, Aileen Cc: Ouevedo. Terry' Aviles, Yesenia Subject: RE: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA SOLUTIONS INC COI Date: Friday, July 7, 2023 12:40:45 PM Attachments: jmaae002 nna imaue006.onq imaue007.onq jmauenln nn, Got, thanks. We are good. Frank Gomez, PIAM, CPU Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-1760 Fax fgomez@miamigov.com • "Serving, Enhancing, and Transforming our Community' From: Carbonell, Aileen <ACarbonell@miamigov.com> Sent: Friday, July 7, 2023 12:31 PM /"_ To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> lvn oe Cc: Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.cr Subject: RE: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA Irb SOLUTIONS INCOn A51/ Frank, J' v Cyber is included on the certificate. See below and attached. /\ A 0116636oc profession 'er/E&O v`lldiappl' policy ter DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ( 1TI, Additional Re Schedule, may be attached if more space is required) city of Miami is included as Additi l nsured in accordance with the policy provisions of the General Liability and Automobile Liability when required ritten and executed contract. A waiver of subrogation is granted in favor of certificate Holder in accordance wit the policy provisions of the workers' compensation when required by a written and executed contract. General Liability evidenced herein are Primary and Non -Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions when required by a written and executed contract. $2,000,000 $2,000,000 E&0 - Miscellaneous Professional -Primary 07/01/2023 07/01/2024 ms & condit 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 2Pd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarbonell@miamigov.com Website: https://www.miamigov.com/Government/Departments-Organizations/Procurement ions Each Claim Aggregate ILI I'.I .,I" . i Happy Pride Month "Serving, Enhancing, and Transforming our Community" Mission: The City of Miami Department of Procurement's mission is to ethically procure quality goods and services, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, transparency, fairness, competition, accountability, and maintaining public trust. Click on or scan the QR Code to register as a new vendor for the City of Miami. APlease 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 intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. 'Please Not, Due to Florida's very broad public records law, most written communications to or from City of Miami employees regardi Therefore, this e-mail communication may be subject to public disclosure. CC�� From: Gomez Jr., Francisco (Frank) <FGomez(Nmiamigov corn> Sent: Friday, July 7, 2023 10:19 AM To: Carbonell, Aileen <ACarbonell(a)miamigov.com> Cc: Quevedo, Terry <TQuevedo(dmiamigov.com>, Aviles, Yesenia <YAviles Subject: RE: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA SOLUTIO Hi Aileen, Please request the cyber COI when you have a mo nt. Thanks, Frank Gomez, PIAM, CPU Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 415-1760 Fax fgomez@miamigov.com • "Serving, Enhancing, and Transforming our Community" Q From: Carbonell, Aileen <ACarbonell(Dmiamigov corn> Sent: Friday, July 7, 2023 9:47 AM To: Gomez Jr., Francisco (Frank) <FGomez(Nmiamigov.com> Cc: Quevedo, Terry <TQuevedo(dmiamigov.com>' Aviles, Yesenia <YAviles(a)miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA SOLUTIONS INC COI Good morning, Please find requested insurance requirements attached. ss are public records, available to the public and media upon request. 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 acarbonell(amiamigov com Website: https://www.miamigov.com/Government/Departments-Organizations/Procurement Happy Pride Month "Serving, Enhancing, and Transforming our Community" Mission: The City of Miami Department of Procurement's mission is to ethically procure quality go rvices, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, transparent fairn: ss,competition,accountability, and maintaining public trust. Click on or scan the QR Code to register as a new vendor for the City of Miami. APlease consider the environment before printing this e-mail. CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain fTiivileged 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. From: Gomez Jr., Francisco (Frank) <FGomez(Dmiamigov.com> Sent: Friday, July 7, 2023 8:59 AM To: Carbonell, Aileen <ACarbonell(Dmiamigov.com> Cc: Quevedo, Terry <TQuevedorDmiamigov.com>: Aviles, Yesenia <YAviles(d miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA SOLUTIONS INC COI Good morning Aileen, Please provide the insurance requirements for review. Thanks, Frank Gomez, PIAM, CPU Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgnmez@miamignv com CONFIDENTIAL COMMUNICATION "Serving, Enhancing, and Transforming our Community" From: Carbonell, Aileen <ACarbonellPmiamigov.com> Sent: Friday, July 7, 2023 8:51 AM To: Gomez Jr., Francisco (Frank) <FGomez5miamigov.com> Cc: Quevedo, Terry <TQuevedo5miamigov.com>: Aviles, Yesenia <YAviles5miamigov.com> Subject: PROCUREMENT INSURANCE REVIEW FOR MOTOROLA SOLUTIONS INC COI Importance: High Good morning, 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 2Pd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarbonell(olmiamigov.com Remit W9 to: PurchasingSupplierAdmins5miamigov.com Website: https://beta.miamigov.com/Government/Departments-Organizations/Procurement `</ Oil'' O sc "Serving, Enhancing, and Transformif� Co► it{r ity" ` ` VV The information contained in this transmission may contai ged 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, 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: Thursday, August 24, 2023 10:55 AM To: Hannon, Todd Cc: Lee, Denise; Olivera, Rosemary; Brown, Sadie; Cabrera, Paola Subject: Matter 23-1759 Amendment No 1 to Supplemental Agreement Base Layer Integration Software Motorola Solutions, Inc Attachments: Amendment No 1 to Supplemental Agreement Base Layer Integration Software Motorola Solutions, Inc.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, awe candwrifia 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 "Serving, Enhancing, and Transforming our Community" 1