Loading...
HomeMy WebLinkAboutExhibit CC MTG 4/25/19CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 29, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Stantec Consulting Services, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Sigr attire Print Name,' Title I STANTEC CONSULTING SERVICES, INC., a Foreign Corporation Signature " men (bet' 1)6 , v } c PfP;3,rtenl- Print Name, Title of Authorized Officer or Manager ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH MILIAN, SWAIN & ASSOCIATES, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated September 4, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Milian, Swain & Associates, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Print Name, Title ATTEST: Consultant Se9{etary (Affirm Consul ant Seal, if available) APPROVED AS TO INSURANCE MILIAN, SWAIN & ASSOCIATES, INC., a Florida Corporation Signature 1. ,Z ' iA0 1;411c /) Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH EAC CONSULTING, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 22, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and EAC Consulting, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services') for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: EAC CONSULTING, INC., a Florida Corporation �A, 17ck/04--vAE7z PPi2t /O8\vi Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 29, 2018 (the Agreement) between the City of Miami, a municipal corporation of the State of Florida ("City"), and Tetra Tech, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Brian N. Carter, Sr. VP Corporate Cnntrnller Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE TETRA TECH, INC., a Foreign Corporation Richard A. Lemmon,Sr. Vice President Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH T.Y. LIN INTERNATIONAL FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and T.Y. Lin International ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: L1 Signature erin4 u?-eAo Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE REQUIREMENTS: 7 AMA AtkA) OW -.''-'--- (1- - . V 1 t)\-- R/tkiW-1\a- Print Name, Title of Authorized Officer or Manager T.Y. LIN INTERNATIONAL, a Foreign C. poration bgignatfire APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH H.W. LOCHNER, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 22, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and H.W. Lochner, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: H.W. LOCHNER, INC., a Foreign Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE REQUIREMENTS: CORRECTNESS: APPROVED AS TO LEGAL FORM AND Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH WSP USA, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 10, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City'), and WSP USA, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Elia Nunez, PE Assistant Vice President Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) WSP USA, INC., a Foreign Corporation Digitally signed by Ronald M Colas, PE, SI ON: cn=Ronald M Colas, PE, SI, c=US, o=WSP USA INC, enaell=Ronald.Colas@wsp.com Date: 2019.02.21 16:21:49 -05'00' Signature Ronald M.-Colas, PE, SI. Vice President Sr. Area Manager Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH STEARNS, CONRAD AND SCHMIDT, CONSULTING ENGINEERS, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated February 8, 2019 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Stearns, Conrad and Schmidt, Consulting Engineers, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: uL7', P iNE'D.\ 7 SSiS) 'T Print Name, Title CAS li Print Name, Title of Authorized Officer or Manager STEARNS, CONRAD AND SCHMIDT, CONSULTING ENGINEERS, INC., a Foreign Corpora)o'n Signature ATTEST:��� Consultant Secretary (Affirm Consultant Seal, if available) 6," '77; _Sri" >-X / 51: v: (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH WANTMAN GROUP, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 29, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and -Wantman Group, Inc: ("Consultant"), a- Florida- Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: WANTMAN GROUP, INC., a Florida Corporation Signature Signature Kate Fontaine VP Administration, Corporate Secretary Mario Echagarrua Executive Vice President / COO Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE REQUIREMENTS: APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH HBC ENGINEERING COMPANY FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and HBC Engineering Company ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects (`Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Signature Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) HBC ENGINEERING COMPANY, a Florida Corporation Signature Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH CHEN MOORE AND ASSOCIATES, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 29, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Chen Moore and Associates, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: CHEN MOORE AND ASSOCIATES, INC., a Florida Cration Signature Sig at S,51 5 EC;,F; j"??? . Peter M. ore, President & CEO Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH TRACE CONSULTANTS, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 22, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and TRACE Consultants, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Signala e L- /z7,:= Vie. —I- 7;42tt -,/; Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE TRACE CONSULTANTS, INC., a Florida Corporation Signature Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH AMBRO, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated September 7, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Ambro, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: AMBRO, INC., a Florida Corporation Signature STgnat Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City, Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH A.D.A. ENGINEERING, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and A.D.A. Engineering, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: o A.D.A. ENGINEERING, INC., a Florida Corporation Signature �' Signatures r Ikje i-e, C. f Print Name, Title ATTEST: u.d Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE REQUIREMENTS: Alberto D. Argudin, PE, CGC, LEED AP, President Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of -the State of Florida ("City"), and A&P Consulting Transportation Engineers, Corp. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Arnelio Alfonso, P.E. - Principal Print Name, Title ATTEST: 1 1/1()-_ice Carlos M. P.E. Consultant Secretary (Affirm Consultant Seal, if available) A&P CONSULTING TRANSPORTATION ENGINEERS, CORP., a F rida Corpora Signature Antonio G. Acosta, P.E. - President Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH COASTAL SYSTEMS INTERNATIONAL, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Coastal Systems International, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: COASTAL SYSTEMS INTERNATIONAL, INC., a Florida Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Kimley-Horn and Associates, Inc. ("Consultant"), a Foreign Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: KIMLEY-HORN AND ASSOCIATES, INC., a Foreign Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R.J. BEHAR & COMPANY, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 29, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and R.J. Behar & Company, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a, Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: R.J. BEHAR & COMPANY, INC., a Florida Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH RS&H, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated September 7, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and RS&H, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: RS&H, INC., a Florida Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE (Corporate Seal) APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT No. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH SRS ENGINEERING, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS This Amendment No. 1 to the Professional Services Agreement dated August 16, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and SRS Engineering, Inc. ("Consultant"), a Florida Corporation, for the provision of Civil Engineering Services for Miscellaneous Projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this day of , 2019. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, the City Manager executed an Agreement with Consultant for an amount not -to -exceed $500,000; and WHEREAS, the current Compensation Limit is not sufficient to address the costs associated with the outstanding and foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity under the Agreement to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 1 to the Agreement increases the capacity by $500,000, thereby increasing the award value from $500,000 to an amount not -to -exceed $1,000,000; and WHEREAS, the City Commission has adopted Resolution No. , to approve the corresponding increase in the Compensation Limits; and NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits is hereby increased by Five Hundred Thousand Dollars ($500,000), thereby increasing the total award value from Five Hundred Thousand Dollars ($500,000), to an amount not -to -exceed One Million Dollars ($1,000,000). The One Million Dollars ($1,000,000) is a Guaranteed Maximum Price inclusive, without limitation, of fees, costs, and reimbursable expenses. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: SRS ENGINEERING, INC., a Florida Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann -Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager PROFESSIONAL SERVICES AGREEMENT — EXHIBIT 1 .._. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: M 4/I; i kPitle ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) The Corradino Group, Inc., a Foreign Corporation -Si; nett) Printme, Title of Authorized O icer or)Manager (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Civil Engineering Services for Miscellaneous Projects 19 RFQ No. 16-17-063 PROFESSIONAL SERVICES AGREEMENT— EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Signature Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) 300 Engineering Group, P ., a Florida Corporatio Signature 4 .orreci t Print Name, Title of Authorized Officer or Manager (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Civil Engineering Services for Miscellaneous Projects 19 RFQ No. 16-17-063 PROFESSIONAL SERVICES AGREEMENT— EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Print Name, Title ATTEST: A a'""" , MAGGIE PROENZA-KAiNAKiS Notary Public - State of Florida 1. • E My Comm. Expires Mar 20, 20191 J`.,. Commission # FF 173176 Bonded through National N ' ry An.°f s Consultant Secretary (Affirm Consultant Seal, if available) APPROVED AS TO INSURANCE REQUIREMENTS: Ann Marie Sharpe, Director Risk Management Department ATTEST: Todd B. Hannon, City Clerk Wood Environment & Infrastructure Solutions, Inc., a Foreign Corporation Signature 0/1)(A4' Mivt 0 cz-4 irl dprl, C 1, vvi Cow Print Name, Title of Authorized Officer or Manager VxPA4i� d4+) • G 4 i pi �Q;' c0RPOR :��G,00 rw • `.� ATCc: m 04 0 0 .. L ii,12 il • c • r FiA`fir •.•.s ®•0 - APPROVED'ABI,T.10.,tebAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney CITY OF MIAMI, a municipal corporation of the State of Florida Emilio T. Gonzalez, Ph.D., City Manager Civil Engineering Services for Miscellaneous Projects 19 RFQ No. 16-17-063 PROFESSIONAL SERVICES AGREEMENT — EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: 45 UP r .stet a, Print Name, Title ! ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) Miller, Legg & Associates, Inc., a Florida Corporation Print Name Title of uzed Officer or (Corporate Seal) Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Civil Engineering Services for Miscellaneous Projects 19 RFQ No. 16-17-063 PROFESSIONAL SERVICES AGREEMENT— EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Nova Consulting, Inc., a Foreign Corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Manager ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) (Corporate Seal) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Civil Engineering Services for Miscellaneous Projects 19 RFQ No. 16-17-063