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