Loading...
HomeMy WebLinkAbout25271AGREEMENT INFORMATION AGREEMENT NUMBER 25271 NAME/TYPE OF AGREEMENT KEITH & ASSOCIATES, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS RFQ NO. 21-22- 016/F I L E ID: 16372/R-24-0307/MATTER ID: 24-1853 EFFECTIVE DATE December4, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/4/2024 DATE RECEIVED FROM ISSUING DEPT. 12/4/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 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: Keith and Associates, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 1,000,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 1 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Keith and Associates, Inc. under RFQ No. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements COMMISSION APPROVAL DATE: 07/25/2024 FILE ID: 16372 ENACTMENT NO.: 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 Annie Perez CPPO 12:09:12 EDT SIGNATURE: DocuSigned by: L4- 89,54g E B43GAG, RISK MANAGEMENT August 29, 2024 Ann -Marie Sharpe I 12 :16: 58 EDT SIGNATURE: ,—DocuSigned by: Fmk `-27395C6318214 DocuSigned by: IV,#7/ - 0 CITY ATTORNEY /s/TMF 24-1853 Matter ID# 24-1853 November 22 , 209e4or�e 3 V'816sollil I14T r U i SIGNATURE: Funding is determined upon PO BUDGET OFFICE issuance & available funds in project LEM November 25, 20MM `-877UESF 8E ril G2 in43:56 EST DocuSigned by: SIGNATURE: - d)74 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 27, 20ID( sHINV5g:fI EST SIGNATURE: 5F6E831796C549 DocuSigned by: -� 1,61,mSprit, ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A C988O088' E✓4 Barbara Hernandez, MPA N/A SIGNATURE: CITY MANAGE CHIEF OF INFRASTRUCTURE � December 3, 2024ael Marrero AsASSISTANT � 07:54:16 EST SIGNATURE: DocuSigned by: `%:V. — \C9�D4),Age DEPUTY CITY MANAGER December 3, 204shGgtbrek-ViPiams SIGNATURE: ,—DocuSigned by: Ne4444 COa `-8 CITY MANAGER December 3, 202�rtl�urlloralU/ A \ EST SIGNATURE: 46717099'gCiE7fi4 DocuSigned by: U.V (A W NOV `-850CF6C372DD4 DocuSigned by: CITY CLERK December 4, 202T4odd II WIT:30 EST SIGNATURE: 68... 5A.. 9... -w. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24212 Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements — Keith and Associates, 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: L 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. 1 increases the capacity of the contract to $1,000,000.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? L YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 24-0307 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 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 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? April 21, 2026 10.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $0.00 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH KEITH AND ASSOCIATES, INC. FOR MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS CONTRACT RFQ NO. 21-22-016 This Amendment No. 1 to the Professional Services Agreement dated April 22, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Keith and Associates, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of miscellaneous engineering services for citywide capital improvements ("Services") for the Office of Capital Improvements ("OCI") is entered into this 4th day of December ,2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 21-22-016, the City Manager executed an Agreement with Consultant for an amount of $500,000.00; 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. 1 to the Agreement increases the capacity of the Agreement by $500,000.00, thereby increasing the award value from $500,000.00 to an amount of $1,000,000.00; and WHEREAS, the City Commission has adopted Resolution No. 24-0307, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: 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 One Million Dollars ($1,000,000.00) in total 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. Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD Amendment No. 1 to the Professional Services Agreement with Keith and Associates, Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD Amendment No. 1 to the Professional Services Agreement with Keith and Associates, Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Keith and Associates, Inc., a Florida Sig ture Print N me, Title ATTEST: nsultant ecretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: CF1as Todd B. Hannon, City Clerk Profit Corpation 'nature Aiti LalOJJ L1) fr(SidknJ- Print Name, Title w: SEAL i "9R' • /i���+�199a`��0%% CITY OF MIAMI, a municipal corporation of the State of Florida ca DocuSigned by: r u Ar �bviu�a. SDEFB D1D4-2-A... Art ur onega V, City Manager APPROVED AS TO INSURA APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,—DocuSigned by: 'ratAk Gow�vj `-27395C631 R214F7 Ann Marie Sharpe, Director Risk Management Department DocuSigned by: (Ptisa 111 8877-6E9FE882486... George K. Wysong III, City Attorney DS ttit-F Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD Amendment No. 1 to the Professional Services Agreement with Keith and Associates, Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of vitti A\VJLIAL 41L , a corporation organized and existing under the laws of the State of flo i &G1 , held on the _ day of , 20_ a resolution was duly passed and adopted authorizing (Name) i. Ltizo L as (Title) V f : l(1611 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 1i day of11 flvi f 20 . Secretary: Print: �ZC� 1 1.Gi wood 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. further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, l 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD Amendment No. T to the Professional Services Agreement with Keith and Associates, Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements. 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 (d/b/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 ROn OG1 ) vt1111 1, ,j ) SS: COUNTY OF1VUUIG'1 1111 or who has produced as identification and who (did / did not) take an oath. The foregoing instrument was acknowledged before me this day of 20,byAt L2 1AU SIGNATURE OF NOTARY PUBLIC STATE OF FIoV10 c1 PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC , who is ersona ,r Icnnwn. $HSCTN AH WEBER Notary pubic State of Saida Comm# HH338288 Expires 3.2/5/2026 Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD ($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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 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: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD / A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 02/16/2024 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 Brown & Brown Insurance Services, Inc. 1201 W Cypress Creek Rd Suite 130 Fort Lauderdale FL 33309 CONTACT NAME: PHONE o, Ext): FAX No): (954) 776-4446 E-MAIL 053.Certs@bbrown.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Transportation Insurance Company 20494 INSURED KEITH & Associates, Inc., dba Keith 301 East Atlantic Blvd Pompano FL 33060 INSURER B : The Continental Casualty Company 20443 INSURER C: The Continental Insurance Company 35289 INSURER D : National Fire Insurance Company of Hartford 20478 INSURER E : Arch Insurance Company 11150 INSURER F : COVERAGES CERTIFICATE NUMBER: 24-25 GL/BA/WC/Umb/Prof REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 7036722272 Approved by Frank Gomez 02/19/2024 02/22/2024 02/19/2025 EACH OCCURRENCE 1,000,000 $DAMAGE CLAIMS -MADE X OCCUR TO RETED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL &ADV INJURY $ 2,000,000 GENIIAGGREGATE P POLICY OTHER: X LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ 2'000'000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY �/ /• SCHEDULED AUTOS NON -OWNED AUTOS ONLY 7036722417 02/19/2024 02/19/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7036722286 02/19/2024 02/19/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N /A WC736723311 02/19/2024 O2/19/2025 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 $ E Professional Liability/Pollution Liability CPP006493604 02/19/2024 02/19/2025 Per Claim Aggregate 2,000,000 6,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: KEITH P# 12251.00, City of Miami RFQ 20-21-011 Miscellaneous Engineering Services The general Liability, automobile liability and umbrella policies include an automatic additional insured endorsement that provides additional insured status to the City of Miami only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured including completed and ongoing operations on per project basis, coverage is primary and non contributory. Waiver of subrogation in favor of the additional insured applies to all policies listed above as required by written contract. Thirty (30) days prior written notice of cancellation except 10 days for non payment of premium will be given on all policies listed above. Retro Date 01 /01 /1972 CERTIFICATE HOLDER CANCELLATION I City of Miami Procurement Department 444 SW 2nd Ave., 6th Floor Miami FL 33130-0000>�-----___ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown Insurance Services, Inc. NAMED INSURED KEITH & Associates, Inc., dba Keith POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes CYBER LIABILITY Carrier: Arch Specialty Insurance Company NAIC #21199 Policy #: C4LPX232023CYBER2024 Effective Date: 02/19/2024 — 02/19/2025 Limit: $1,000,000 / Retention: $5,000 EMPLOYMENT PRACTICES LIABILITY Carrier: Zurich American Insurance Company NAIC #16535 Policy #: MPL08596801 Effective Date: 02/19/2024 — 02/19/2025 Limit: $1,000,000 EPLI/$1,000,000 Additional Limit for Defense Cost/ Retention: $25,000 FOREIGN LIABILITY Carrier: The Continental Insurance Company NAIC #35289 Policy #: PST734913788 Effective Date: 02/19/2024 — 02/19/2025 ACORD 101 (2008/01) © 2008ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD From: Gomez Jr., Francisco (Frank) To: Caseres. Luis Subject: RE: KEITH P#12251.00 COI renewal Date: Thursday, February 22, 2024 9:34:26 AM Attachments: imaoe003.onq image008.pnq imaoe009.onq image010.pnq imaoe011.onq Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, February 22, 2024 9:32 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: RE: KEITH P#12251.00 COI renewal Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD DIVISION OF CORPORATIONS \'\af 11 ////LIYI 1JI`I JJ �r V� � J%J rPJ r1rfrCJiI on official 5l ik of Florida website Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation KEITH AND ASSOCIATES, INC. Filing Information Document Number P98000006011 FEI/EIN Number 65-0806421 Date Filed 01/20/1998 Effective Date 01/16/1998 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/25/2019 Event Effective Date NONE Principal Address 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Changed: 04/26/1999 Mailing Address 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Changed: 04/26/1999 Registered Agent Name & Address KEITH-LAZOWICK, ADOLPHINE 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Name Changed: 01/08/2007 Address Changed: 04/26/1999 Officer/Director Detail Name & Address Title Chairman Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD KEITH-LAZOWICK, ADOLPHINE, P.L.S. 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title CEO, President, Treasurer LAZOWICK, ALEXANDER S, P.E. 301 E ATLANTIC BLVD POMPANO BEACH, FL 33060 Title VP WEINBERG, PAUL, P.L.A. 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP, Secretary UNDERWOOD, ELIZABETH A 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP Hall, Sam, P.S.M. 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP Treviranus, Lori, P.E. 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP Williams, Stephen, P.E. 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP Meyers, Michael 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Title VP Vonder Meulen, Michael, AICP 301 E. ATLANTIC BLVD POMPANO BCH, FL 33060 Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD Annual Reports Report Year Filed Date 2023 01/26/2023 2024 01 /11 /2024 2024 04/04/2024 Document Images 04/04/2024 -- AMENDED ANNUAL REPORT 01 /11 /2024 -- ANNUAL REPORT 01 /26/2023 -- ANNUAL REPORT 01 /04/2022 -- ANNUAL REPORT 01/04/2021 --ANNUAL REPORT 01 /07/2020 -- ANNUAL REPORT 09/25/2019 -- Amendment 07/15/2019 -- Amendment 02/05/2019 -- ANNUAL REPORT 08/06/2018 -- Amendment 07/16/2018 -- Amendment 01 /10/2018 -- ANNUAL REPORT 07/27/2017 -- Amendment 01 /12/2017 -- ANNUAL REPORT 01 /04/2016 -- ANNUAL REPORT 01 /13/2015 -- ANNUAL REPORT 11 /14/2014 -- Amendment 01 /13/2014 -- ANNUAL REPORT 01 /02/2013 -- ANNUAL REPORT 05/15/2012 -- Amendment 01 /04/2012 -- ANNUAL REPORT 08/24/2011 -- Amendment 01/04/2011 --ANNUAL REPORT 03/24/2010 -- Amendment 01 /11 /2010 -- ANNUAL REPORT 03/24/2009 -- ANNUAL REPORT 03/14/2008 -- ANNUAL REPORT 09/04/2007 -- Amendment 01 /08/2007 -- ANNUAL REPORT 11 /22/2006 -- Amendment 10/30/2006 -- Off/Dir Resignation 10/23/2006 -- ANNUAL REPORT 10/16/2006 -- ANNUAL REPORT 03/27/2006 -- ANNUAL REPORT 02/21/2005 -- ANNUAL REPORT 01 /14/2004 -- ANNUAL REPORT 02/24/2003 -- ANNUAL REPORT 05/05/2002 -- ANNUAL REPORT 04/26/2001 --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 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 Docusign Envelope ID: 062B44C2-61 CE-40E2-A7BC-08EC1 B9FACFD 05/16/2000 -- ANNUAL REPORT View image in PDF format 04/26/1999 -- ANNUAL REPORT View image in PDF format 01 /20/1998 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Wednesday, December 4, 2024 9:31 AM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn Subject: Document Distribution RFQ 21-22-016 Misc. Eng. Services for Citywide Capital Improvements - Keith and Associates, Inc. Attachments: Amendment No 1 RFQ_21-22-016 Misc Eng Svcs-KEITH-Executed 12-04-2024.pdf Good morning 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. Reinike You may now close this Matter ID 24-1853 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. 1 First Party: City of Miami Second Party: Keith and Associates, Inc. Program/Purpose: Misc. Eng. Services for Citywide Capital Improvements Effective Date: 12/04/2024 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