Loading...
HomeMy WebLinkAbout25263AGREEMENT INFORMATION AGREEMENT NUMBER 25263 NAME/TYPE OF AGREEMENT ATKINS NORTH AMERICA, INC. DESCRIPTION AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT/CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES RFQ NO. 21-22-018/FILE ID: 16372/R-24- 0307/MATTER I D : 24-1877 EFFECTIVE DATE November 26, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 11/26/2024 DATE RECEIVED FROM ISSUING DEPT. 11/26/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse EXT. 1913 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Atkins North America, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 7,000,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Atkins North America, Inc. under RFQ 21-22-018 Capital Improvements Program Support Services NO NO COMMISSION APPROVAL DATE: 07/25/2024 FILE ID: 16372 ENACTMENT Na: R-24-0307 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed by FVP. OK to proceed. August 29, 2024 13:0A nie Perez5:17 E, CPPODT SIGNATURE: DocuSigned by: Eti-ft.A.,:e. I. RISK MANAGEMENT September 9, 2024 Ann Marie Share I 08:44:22pEDT SIGNATURE: 89540EB73CAC46 —DocuSigned by: Fmk 1bW CITY ATTORNEY /S/ TMF MatterlD# 24-1877 October 28, 2024 Geo ge K. W-ysong III 11:59:01 EDT SIGNATURE: -27395C6318214E7 DocuSigned by: /' a{,6r65t, � Funding is determined upon PO BUDGET OFFICE issuance 11/1/24 November 1, 202M4ar Iie 15:56: 33 EDT SIGNATURE: \-- 88776 E9FE88248B DocuSigned by: —O17'- ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 6, 2024 Larry Spring_ CPA I 11: 4'7: 22 EST SIGNATURE: 5F6E831796C5495 DocuSigned by: l4 y SpVltiu ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A C9D2602B97E5404 Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE November 7, 2024a elro 07:31: 42 EST SIGNATURE: DocuSigned by: Ji.,..1, - \_C®G �QcoRn3B,,sF DEPUTY CITY MANAGER November 8, 202 NN t s C I br k W iams :M�: �g ES SIGNATURE: DocuSigned by: L1Lt Cott CITY MANAGER November 26, 2024 qq���hh ur N1o6ie91 V17 EST SIGNATURE: 8 7 OEA41B pDocuSigned by: ar Lur (0VU. CITY CLERK November 26 , 20 d1 Hi_lirl : 44 EST SIGNATURE: \850CF6C372DD42 ,—DocuSigned by: `—E46D7560DCF145 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24202 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-018 Capital Improvements Program Support Services —Atkins North America, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ Z City Manager - Authority level of $ 500,000.00 ❑ City Commission - RESOLUTION No. N/A 2. PROCUREMENT METHOD: 0 RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Yes, Amendment No. 2 increases the capacity of the contract to $7,000,000.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? 0 YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 24-0307 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall be responsible for assisting with the administration and management of the City's comprehensive Program. The Services will include, but may not be limited to, specific management oversight of vertical and horizontal projects, which encompass planning, quality control/quality assurance, permitting, and construction activities, as well as related services. The scope and duration of an individual project may extend over multiple years. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Department of Resilience and Public Works and Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? June 4, 2026 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $1,109,089.94 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH ATKINS NORTH AMERICA, INC. FOR CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES CONTRACT RFQ NO. 21-22-018 This Amendment No. 2 to the Professional Services Agreement dated June 5, 2023 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Atkins North America, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of capital improvements program support services ("Services") for the Office of Capital Improvements ("OCI") is entered into this 26th day of November , 2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 21-22-018, the City Manager executed an Agreement with Consultant for an amount of $500,000.00; and WHEREAS, on December 5, 2023, Amendment No. 1 increased the capacity to $3,000,000.00, plus $1,000,000.00 per renewal year for the two (2) one (1)-year options to renew; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the City's outstanding and foreseeable future services; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate outstanding and foreseeable future assignments; and WHEREAS, this Amendment No. 2 to the Agreement increases the capacity of the Agreement by $2,000,000.00, thereby increasing the Agreement value from $3,000,000.00 to an amount of $5,000,000.00, plus $1,000,000.00 per renewal year for the two (2) one (1)-year options to renew; and WHEREAS, the City Commission has adopted Resolution No. 24-0703, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Amendment No. 2 to the Professional Services Agreement with Atkins North America, Inc. for Capital Improvements Program Support Services. Section 2.05-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, "Compensation and Payments," attached hereto; provided, however, that in no event shall the amount of compensation exceed Five Million Dollars ($5,000,000.00) during the initial three (3)-year term, plus One Million Dollars ($1,000,000.00) for each one-year renewal, for a total of Seven Million Dollars ($7,000,000.00) over the term of the Agreement including any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act for Continuing Contracts, and other limitations on compensation, as applicable. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Amendment No. 2 to the Professional Services Agreement with Atkins North America, Inc. for Capital Improvements Program Support Services. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Atkins North America, Inc., a Florida Profit Corporation gnature Signature Pe l e dt /os R1 os / A ss:4.N4 Secfe y Paul Demit, Sr. Vice President Print Name, Title // Print Name, Title ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: TOd07U` � Ha . nnon, City Clerk APPROVED AS TO INSURA Si • ne ,,,,,,,,,,/ Q ` SEAL "I P 1960 CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: art6e Narit,r, ---65@EF&C3-7 BD42A... Arthur Nonega V, City Manager APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,—DocuSigned by: ,—DocuSigned by: FratAk \-2739506318214E7.. Ann Marie Sharpe, Director Risk Management Department Gurrc, 00bisal& Ill `-88776E9FE88248B George K. Wysong ID, City Attomey Ds 24-1877 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Amendment No. 2 to the Professional Services Agreement with Atkins North America, Inc. for Capital Improvements Program Support Services. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of AtkinsRealis USA Inc. , a corporation organized and existing under the laws of the State of Florida , held on the 1st day of January , 2024 a resolution was duly passed and adopted authorizing (Name) Paul Demit as (Title) Senior Vice President of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 6th day of August 20 24 . Secretary: O "' Print: Rene de los Rios - Assistant Secretary CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , 20 a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Amendment No. 2 to the Professional Services Agreement with Atkins North America, Inc. for Capital Improvements Program Support Services. CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name)_ _ _ _ _, individually and doing business as (dlb/a) _ _ _ (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of _ _ , 20 Signed: Print: NOTARIZATION STATE OF )SS: COUNTY OF The foregoing instrument was acknowledged before 201if by lene de%5 if;05 to me or who has produced /X did not) take an oath. 2-e-4::40-,-14 ate; SIGNATURE O_E NOT4,RY PUBLIC STATE OF /Drid4 PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC me this day of , who is per....lergbn as identification and who (did / 1 paP�B_ Fernando Diaz 1 Commission # HH 85267 a���a Commission Expires 01-26-2025 .,,,. ° 9onded Through - Cynanotary I Florida • Notary Public ' illmmp•iiiewirmoomminumblommrii.....ii-4 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 City of Miami Legislation Resolution Enactment Number: R-24-0307 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16372 Final Action Date:7/25/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING AN INCREASE IN CONTRACT CAPACITY TO THE PROFESSIONAL SERVICE AGREEMENTS ("AGREEMENTS") WITH THE SUCCESSFUL REQUEST FOR QUALIFICATIONS ("RFQ") RESPONDENTS ("CONSULTANTS") AS LISTED IN EXHIBIT "A," ATTACHED AND INCORPORATED, FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS SOLICITED UNDER RFQ NO. 16-17-063, MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS SOLICITED UNDER RFQ NO. 21-22-016, AND MISCELLANEOUS ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS SOLICITED UNDER RFQ NO. 21-22-017, IN THE AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THESE AGREEMENTS FROM FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) TO ONE MILLION DOLLARS ($1,000,000.00) PER AGREEMENT INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES SOLICITED UNDER RFQ NO. 19-20-019, IN THE AMOUNT OF ONE MILLION FIVE HUNDRED THOUSAND DOLLARS ($1,500,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THE INITIAL TERM OF THESE AGREEMENTS FROM FIVE MILLION DOLLARS ($5,000,000.00) TO SIX MILLION FIVE HUNDRED THOUSAND DOLLARS ($6,500,000.00) PER AGREEMENT INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES SOLICITED UNDER RFQ NO. 21-22-018, IN THE AMOUNT OF TWO MILLION DOLLARS ($2,000,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THE INITIAL TERM OF THESE AGREEMENTS FROM THREE MILLION DOLLARS ($3,000,000.00) TO FIVE MILLION DOLLARS ($5,000,000.00) PER AGREEMENT; INCREASING THE CONTRACT CAPACITY TO THE AGREEMENTS FOR THE PROVISION OF ADDITIONAL WORK CONCERNING CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS, SOLICITED UNDER RFQ NO. 22-23-002, IN THE AMOUNT OF TWO MILLION DOLLARS ($2,000,000.00) PER AGREEMENT, THEREBY INCREASING THE CURRENT CONTRACT CAPACITY OF THESE AGREEMENTS FROM FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) TO TWO MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00) PER AGREEMENT; ALLOCATING FUNDS FROM THE APPROPRIATE DEPARTMENTAL BUDGETS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY CONTRACT CAPACITY INCREASES, Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 AMENDMENTS, RENEWALS, EXTENSIONS, AND/OR REPLACEMENT CONTRACTS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on December 18, 2017, the City of Miami ("City") Department of Procurement ("Procurement"), on behalf of the City's Office of Capital Improvements ("OCI") and Department of Resilience and Public Works ("RPW"), issued Request for Qualifications ("RFQ") No. 16-17-063, under full and open competition, for the provision of Civil Engineering Services for Miscellaneous Projects; on January 29, 2018, Procurement received twenty-five (25) proposals in response to said RFQ; on April 12, 2018, said responsive and responsible proposals were evaluated and ranked by an Evaluation Committee ("Committee"); and, on or about August 2018, twenty (20) Agreements were executed with the successful RFQ respondents ("Consultants") as listed in Exhibit A, attached and incorporated; and WHEREAS, on February 12, 2020, Procurement, on behalf of OCI and RPW, issued RFQ No. 19-20-019, under full and open competition, for the provision of Citywide Program Management Support Services; on May 13, 2020, Procurement received four (4) proposals in response to said RFQ; on December 17, 2020 said responsive and responsible proposals were evaluated by a Committee; and, on or about July 2021, two (2) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on April 26, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-016, under full and open competition, for the provision of Miscellaneous Engineering Services for Citywide Capital Improvements; on October 7, 2022, Procurement received nineteen (19) proposals in response to said RFQ; said responsive and responsible proposals were evaluated by a Committee; and, on or about March 2024, nineteen (19) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on September 9, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-017, under full and open competition, for the provision of Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements; on February 2, 2023, the eleven (11) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about July 2023, eleven (11) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on June 10, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 21-22-018, under full and open competition, for the provision of Capital Improvements Program Support Services; on October 20, 2022 and December 1, 2022, the two (2) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about June 2023, two (2) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, on September 14, 2023, the City Commission approved an increase of Two Million Five Hundred Thousand Dollars ($2,500,000.00), plus an additional One Million Dollars ($1,000,000.00) per renewal year, for each RFQ No. 21-22-018 Agreement, via Resolution No. 23-0400, for a total amount of Three Million Dollars ($3,000,000.00), plus One Million Dollars Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 ($1,000,000.00) per renewal year for each of these Consultants; and WHEREAS, on November 18, 2022, Procurement, on behalf of OCI and RPW, issued RFQ No. 22-23-002, under full and open competition, for the provision of Citywide Program Management Support Services for Stormwater Infrastructure Improvements; on June 12, 2023, the six (6) responsive and responsible proposals received by Procurement, in response to said RFQ, were evaluated by a Committee; and, on or about December 2023, six (6) Agreements were executed with these Consultants as listed in Exhibit A, attached hereto; and WHEREAS, the City Manager executed Agreements with the Consultants for the provision of Civil Engineering Services for Miscellaneous Projects, Miscellaneous Engineering Services for Citywide Capital Improvements, Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements, Capital Improvements Program Support Services, and Citywide Program Management Support Services for Stormwater Infrastructure Improvements in an amount of Five Hundred Thousand Dollars ($500,000.00) with each of these Consultants, respectively; and WHEREAS, the current compensation limit is insufficient to address the costs associated with the City's outstanding and foreseeable future services; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ Nos. 16-17-063, 21-22-016, and 21-22-017, by Five Hundred Thousand Dollars ($500,000.00) per Agreement, increasing the current contract capacity from Five Hundred Thousand Dollars ($500,000.00) to One Million Dollars ($1,000,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 19-20-019, by One Million Five Hundred Thousand Dollars ($1,500,000.00) per Agreement, increasing the current contract capacity from Five Million Dollars ($5,000,000.00) to Six Million Five Hundred Thousand Dollars ($6,500,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 21-22-018, by Two Million Dollars ($2,000,000.00) per Agreement, increasing the current contract capacity from Three Million Dollars ($3,000,000.00) to Five Million Dollars ($5,000,000.00) per Agreement; and WHEREAS, it is in the best interest of the City to increase the existing contract capacities of the Agreements associated with RFQ No. 22-23-002, by Two Million Dollars ($2,000,000.00) per Agreement, increasing the current contract capacity from Five Hundred Thousand Dollars ($500,000.00) to Two Million Five Hundred Thousand Dollars ($2,500,000.00) per Agreement; and WHEREAS, the proposed increases are intended to accommodate outstanding and foreseeable future assignments; and WHEREAS, funds are to be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Section 2. An increase in contract capacity to the Agreements with the Consultants as listed in Exhibit "A," attached and incorporated, for the provision of additional work concerning Civil Engineering Services for Miscellaneous Projects solicited under RFQ No. 16-17-063, Miscellaneous Engineering Services for Citywide Capital Improvements solicited under RFQ No. 21-22-016, and Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements solicited under RFQ No. 21-22-017, in the amount of Five Hundred Thousand Dollars ($500,000.00) per Agreement, thereby increasing the current contract capacity of these Agreements from Five Hundred Thousand Dollars ($500,000.00) to One Million Dollars ($1,000,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Citywide Program Management Support Services solicited under RFQ No. 19-20-019, in the amount of One Million Five Hundred Thousand Dollars ($1,500,000.00) per Agreement, thereby increasing the current contract capacity of the initial term of these Agreements from Five Million Dollars ($5,000,000.00) to Six Million Five Hundred Thousand Dollars ($6,500,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Capital Improvements Program Support Services solicited under RFQ No. 21-22- 018, in the amount of Two Million Dollars ($2,000,000.00) per Agreement, thereby increasing the current contract capacity of the initial term of these Agreements from Three Million Dollars ($3,000,000.00) to Five Million Dollars ($5,000,000.00) per Agreement; increasing the contract capacity to the Agreements for the provision of additional work concerning Citywide Program Management Support Services for Stormwater Infrastructure Improvements, solicited under RFQ No. 22-23-002, in the amount of Two Million Dollars ($2,000,000.00) per Agreement, thereby increasing the current contract capacity of these Agreements from Five Hundred Thousand Dollars ($500,000.00) to Two Million Five Hundred Thousand Dollars ($2,500,000.00) per Agreement; is hereby authorized. Section 3. Funding shall be allocated from the appropriate departmental budgets, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute any and all documents, including any contract capacity increases, amendments, renewals, extensions, and/or replacement contracts, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: tor -v 7/16/2024 1 The authorization herein is further subject to compliance with all regulations that may be imposed by the City Attorney including, but not limited to, those prescribed by the applicable City Charter and City Code provisions. Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 ACCORD ® CERTIFICATE OF LIABILITY INSURANCE D10062023D"''�' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, LLC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWU-23-24 CONTACT NAME' PHONE FAX (A/C No Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Zurich American Insurance Company 16535 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd. Ste. 700 Tampa, FL 33607-5713 INSURER B : American Guarantee & Liability Ins Co 26247 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-004776509-28 REVISION NUMBER: 4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL00137576-09 Approved by Terry QU@Vado 10/15/2023 12/12/2023 10/15/2024 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: X POLICY OTHER: PRO- JECT LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP0137575-09 10/15/2023 10/15/2024 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE AUC9304209-21 10/15/2023 10/15/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A WC0137577-09 10/15/2023 10/15/2024 x PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Capital Program Support Services for the Capital Improvement Program, RFQ No. 15-16-032. The City of Miami is included as additional insured (except workers' compensation & professional liability) where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of operations of the named insured subject to policy terms and conditions. Waiver of subrogation is applicable where required by written contract with respect to General Liability, Auto Liability and Workers' Compensation policies and subject to policy terms and conditions. Coverage is afforded for contingent and contractual exposures as required by written contract. Contractual Liability is included in General Liability subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Miami Department of Capital Improvement Programs 444 SW 2nd Avenue 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC C. �r'"-Ce.20 ' `mom,-. ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 From: Quevedo, Terry To: Caseres, Luis Subject: RE: COI -Atkins North America - Exp. 10-23-2023 Date: Tuesday, December 12, 2023 12:07:51 PM Attachments: image002.pnq Thank you so much! The certificate is adequate. Rega rds, ,?/;:rti /Yf atI/ec6 City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo@miamigov.com ,Beauty, ge arreurf, and 72ara¢/a?racir2f awe earaeraceuiity From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, December 12, 2023 12:06 PM To: Quevedo, Terry<TQuevedo@miamigov.com> Subject: RE: COI -Atkins North America - Exp. 10-23-2023 Hi Terry, Attached is revised COI for your approval. Best regards, LL i�Ca4eAre,s, Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 w (305) 416-1923 (305) 400-5335 ELcaseres@miamigov.com Visit us online "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 CERTIFICATE OF LIABILITY [D3DYYY)ATE INSURANCE0/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, LLC, TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-E0-24-25 CONTACT PHOE: (A/ONE F',r) I FAX Nol: E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Lloyd Underwriters 32727 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005399974-06 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL wso SUBR wvo POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY Approved by Terry Quevado 05/01/2024 EACH OCCURRENCE $ l CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADVINJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION$ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A STAOOTH TUTE E.L. EACH ACCIDENT $ EL, DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (claims made policy) B0509FINPA2450094 04/30/2024 04/30/2025 Limit: Per Claim Annual Aggregate: 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Retro Date 11/11/1961 CERTIFICATE HOLDER CANCELLATION City of Miami Department of Capital Improvement Programs 444SW 2nd Avenue 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 AGENCY CUSTOMER ID: CN102421774 ACOR LOC #: Atlanta ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, LLC. NAMED INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 POLICY NUMBER CARRIER I NAIL CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER. 25 FORM TITLE• Certificate of Liability Insurance Professional Liability: Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the client with respect to the placement, which is indicated here for your convenience. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531 B-574B-48D1 -8301 -6923E43807E9 From: Ouevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles. Yesenia Subject: RE: COI -Atkins North America - Exp 04/30/2024 Date: Wednesday, May 1, 2024 11:15:37 AM Attachments: imaoe003.onq image005.pnq Luis The Professional Liability certificate is adequate. Regards, PJ'I C/ //h g teu ecf City of✓Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax TquevedoOmiamigov.com -Serac y, S etaccry, atird %a orrccry ata gamm:larG From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Wednesday, May 1, 2024 11:12 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: COI -Atkins North America - Exp 04/30/2024 Good morning, Please review and approve. Best regards, Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Detail by Entity Name DIVISION OF CORPORATIONS Jt��Cl�s r 0 r y r ldrr u/jfrfal :5t!JWW of Florida ss fofi;elt! Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ATKINS NORTH AMERICA, INC. Filing Information Document Number 233840 FEI/EIN Number 59-0896138 Date Filed 02/29/1960 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/03/2021 Event Effective Date NONE Principal Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Mailing Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Registered Agent Name & Address EDGAR, C ERNEST IV 4030 WEST BOY SCOUT BLVD. SUITE 700 TAMPA, FL 33607 Name Changed: 11/09/2010 Address Changed: 09/14/2015 Officer/Director Detail Name & Address Title President, Director https://search.sun biz.org/Inquiry/CorporationSearch/Search ResultDetail?inq uirytype=E ntityName&directionType=1 nitial&searchNameOrder=ATKINSN .. 1/4 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Detail by Entity Name NASH, GEORGE L., Jr. 10 EAST 40TH STREET 13TH FLOOR NEW YORK, NY 10016 Title VP, Treasurer Reinhardt, SUSAN C 3901 CALVERTON BOULEVARD, SUITE 400 BELTSVILLE, MD 20705 Title SVP, Secretary EDGAR, C. ERNEST IV 4030 WEST BOY SCOUT BLVD., STE. 700 TAMPA, FL 33607 Title AVP MANTECON, ROBERTO D 800 WATERFORD WAY SUITE 700 MIAMI, FL 33126 Title VP MADDOX, CHARLOTTE A. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title SVP JONES, JUSTIN P. 20860 N. TATUM BLVD. SUITE 260 PHOENIX, AZ 85050 Title VP WENDRZYK, CHESTER W. 7175 MURRELL ROAD MELBOURNE, FL 32940 Title VP RYAN, MICHAEL R. 1514 BROADWAY SUITE 202 FT. MYERS, FL 33901 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=l nitial&searchNameOrder=ATKI NSN.. 2/4 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Title AVP Detail by Entity Name MADDOX, PAUL 4030 W. BOY SCOUT BLVD - STE. 700 TAMPA, FL 33607 Annual Reports Report Year Filed Date 2020 01/02/2020 2021 01/06/2021 2022 01/17/2022 Document Images 01/17/2022 -- ANNUAL REPORT View image in PDF format 11/03/2021 -- Amendment View image in PDF format J 01/06/2021 -- ANNUAL REPORT View image in PDF format 01/06/2021 -- Merger View image in PDF format 01/02/2020 -- ANNUAL REPORT View image in PDF format J 11/12/2019 -- Amendment View image in PDF format 01/14/2019 -- ANNUAL REPORT View image in PDF format 02/15/2018 -- ANNUAL REPORT View image in PDF format j 01/06/2017 -- ANNUAL REPORT View image in PDF format 02/12/2016 -- ANNUAL REPORT View image in PDF format 10/08/2015 -- AMENDED ANNUAL REPORT View image in PDF format 09/14/2015 -- AMENDED ANNUAL REPORT View image in PDF format M 01/29/2015 -- ANNUAL REPORT View image in PDF format 02/28/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/15/2014 -- ANNUAL REPORT View image in PDF format 04/17/2013 -- AMENDED ANNUAL REPORT View image in PDF format 01/07/2013 -- ANNUAL REPORT View image in PDF format 04/04/2012 -- ANNUAL REPORT View image in PDF format 01/05/2012 -- ANNUAL REPORT View image in PDF format J 11/11/2011 -- ANNUAL REPORT View image in PDF format 10/05/2011 -- ANNUAL REPORT View image in PDF format 06/03/2011 -- ANNUAL REPORT View image in PDF format 02/04/2011 -- Name Change View image in PDF format J 01/05/2011 -- ANNUAL REPORT View image in PDF format I 11/09/2010 -- Req. Agent Change View image in PDF format 07/14/2010 -- Amendment View image in PDF format 04/09/2010 -- ANNUAL REPORT View image in PDF format 01/13/2010 -- ANNUAL REPORT View image in PDF format 02/03/2009 -- ANNUAL REPORT View image in PDF format 12/29/2008 -- Merger View image in PDF format J 12/01/2008 -- ANNUAL REPORT View image in PDF format __J 11/06/200a -- Req. Agent Change View image in PDF format I https://search.sun biz.org/Inquiry/CorporationSearch/Search ResultDetail?inq uirytype=EntityName&directionType=l nitial&searchNameOrder=ATKINSN.. 3/4 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 Detail by Entity Name 08/20/2008 -- Amended and Restated Articles 02/13/2008 -- ANNUAL REPORT 01/09/2008 -- ANNUAL REPORT 01/29/2007 -- ANNUAL REPORT 03/14/2006 -- ANNUAL REPORT 02/20/2006 -- ANNUAL REPORT 10/11/2005 -- ANNUAL REPORT 02/14/2005 -- ANNUAL REPORT 01/29/2004 -- ANNUAL REPORT 01/15/2003 -- ANNUAL REPORT 01/27/2002 -- ANNUAL REPORT 03/12/2001 -- ANNUAL REPORT 01/20/2000 -- ANNUAL REPORT 01/15/1999 -- ANNUAL REPORT 01/14/1999 -- Merger 09/29/1998 -- Mercier 01/06/1998 -- ANNUAL REPORT 02/04/1997 -- ANNUAL REPORT 01/25/1996 -- ANNUAL REPORT 01/03/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sun biz.org/Inquiry/CorporationSearch/Search ResultDetail?inq uirytype=EntityName&directionType=l nitial&searchNameOrder=ATKINSN ... 4/4 Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 ACCORD ® CERTIFICATE OF LIABILITY INSURANCE D10062023D"''�' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, LLC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-GAWU-23-24 CONTACT NAME' PHONE FAX (A/C No Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Zurich American Insurance Company 16535 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd. Ste. 700 Tampa, FL 33607-5713 INSURER B : American Guarantee & Liability Ins Co 26247 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-004776509-28 REVISION NUMBER: 4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL00137576-09 Approved by Terry QU@Vado 10/15/2023 12/12/2023 10/15/2024 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 50,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: X POLICY OTHER: PRO- JECT LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP0137575-09 10/15/2023 10/15/2024 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE AUC9304209-21 10/15/2023 10/15/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A WC0137577-09 10/15/2023 10/15/2024 x PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Capital Program Support Services for the Capital Improvement Program, RFQ No. 15-16-032. The City of Miami is included as additional insured (except workers' compensation & professional liability) where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of operations of the named insured subject to policy terms and conditions. Waiver of subrogation is applicable where required by written contract with respect to General Liability, Auto Liability and Workers' Compensation policies and subject to policy terms and conditions. Coverage is afforded for contingent and contractual exposures as required by written contract. Contractual Liability is included in General Liability subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Miami Department of Capital Improvement Programs 444 SW 2nd Avenue 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC C. �r'"-Ce.20 ' `mom,-. ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 From: Quevedo, Terry To: Caseres, Luis Subject: RE: COI -Atkins North America - Exp. 10-23-2023 Date: Tuesday, December 12, 2023 12:07:51 PM Attachments: image002.pnq Thank you so much! The certificate is adequate. Rega rds, ,?/;:rti /Yf atI/ec6 City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo@miamigov.com ,Beauty, ge arreurf, and 72ara¢/a?racir2f awe earaeraceuiity From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, December 12, 2023 12:06 PM To: Quevedo, Terry<TQuevedo@miamigov.com> Subject: RE: COI -Atkins North America - Exp. 10-23-2023 Hi Terry, Attached is revised COI for your approval. Best regards, LL i�Ca4eAre,s, Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 w (305) 416-1923 (305) 400-5335 ELcaseres@miamigov.com Visit us online "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 A`OROI CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDYYY) /Y 09/05/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, LLC.PHONE TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102421774-Atkin-EO-24-25 CONTACT NAME' (A/CC No Ext): FAX No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Lloyd Underwriters 32727 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005399974-10 REVISION NUMBER: 6 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY Approved byFrank Gomez �� 09/05/2024 EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below ,, / N N N /A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (claims made policy) B0509FINPA2450094 04/30/2024 04/30/2025 Limit: Per Claim Annual Aggregate: 3,000,000 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Capital Program Support Services for the Capital Improvement Program, RFQ No. 21-22-018 CERTIFICATE HOLDER CANCELLATION City of Miami Department of Capital Improvement Programs 444 SW 2nd Avenue 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC C.Rrz.ec.-24.� ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 AGENCY CUSTOMER ID: CN102421774 LOC #: Atlanta ACORD® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, LLC. POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Professional Liability: Professional Liability placement was made by Marsh Canada. Marsh USA has only acted in the role of a consultant to the dient with respect to the placement, which is indicated here for your convenience. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C581531B-574B-48D1-8301-6923E43807E9 From: Gomez Jr., Francisco (Frank) To: Hernandez Gregorat, Ruben A; Caseres, Luis Cc: Hansen, Anthony Subject: RE: Insurance Certificate for Amendment No 2 RFQ 21-22-018 Date: Thursday, September 5, 2024 1:25:00 PM Attachments: image003.pnq image004.pnq image005.pnq Good afternoon, Thanks for your assistance and quick turnaround. The COI is adequate. Best regards, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (3o5) 416-1740 Office (3o5) 416-176o Fax fgomez(&miamigov.com "Serving, Enhancing, and Transfarming our Cammunity" From: Hernandez Gregorat, Ruben A <Ruben.HernandezGregorat@atkinsrealis.com> Sent: Thursday, September 5, 2024 1:18 PM To: Caseres, Luis <Lcaseres@miamigov.com> Cc: Hansen, Anthony <AMHansen@miamigov.com>; Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: Re: Insurance Certificate for Amendment No 2 RFQ 21-22-018 CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good afternoon: Olivera, Rosemary From: Caseres, Luis Sent: Tuesday, November 26, 2024 12:20 PM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Lima, Cristiane; Roberts, Frankeetha; Fossler, Thomas; Sagesse, Max; Sidan, Clara; Gomez, Humberto; Marquez, Giraldo; Dubuisson, Fabiola; Romero, Javier; Gomez, Humberto Subject: Document Distribution - Amendment No 2 RFQ 21-22-018 - Capital Improvements Program Support Services - Atkins North America Attachments: Amendment No 2 RFQ_21-22-018_-_CIPSS-Atkins-Executed 11-26-2024.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha You may now close this Matter ID 24- 1877 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Amendment No 2 First Party: City of Miami Second Party: Atkins North America Program/Purpose: Capital Improvements Program Support Services Effective Date: 11/26/2024 Best regards, i Lu,i - Cc e re - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2