Loading...
HomeMy WebLinkAbout25273AGREEMENT INFORMATION AGREEMENT NUMBER 25273 NAME/TYPE OF AGREEMENT CES CONSULTANTS, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS - GROUP 1 RFQ NO. 22- 23-002/F I L E ID: 16372/R-24-0307/MATTER ID: 24-2137 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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 oR4 ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: CES Consultants, Inc. CITY OF MIAMI DOCUMENT ROUTING FORM EXT. 1913 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 2,500,000.00 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 CES Consultants, Inc. under RFQ No. 22-23-002 Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1 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. September 20, Annie Perez, CPPO 2024 14:01:51 EDT SIGNATURE: DocuSigned by r...,;� 89540EB73CAC DocuSigned by 1 a RISK MANAGEMENT September 20, Ann M rie Shar 2024 1 14:05pe 17 EDT SIGNATURE:e CITY ATTORNEY /s/TMF 24-2137 Matter ID# 24-2137 November 22 , urge �C5W2Ygol� Ipsi_ l��/ SIGNATURE: �ao�irit�� u2b�y t.o887i6 Funding is determined upon PO BUDGET OFFICE issuance & available funds in proje.ct LEM November 27, 2 4ieIGcj1 107:04 EST SIGNATURE: -9PE882a DocuSignedbl ---710 .6,E9,34a s6 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 3, 2024 Larry Spring, CPA I 14:08:28 EST SIGNATURE: ,-DocuSigned b -�'�„„� (n Spk' ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 2 , 2024deI ro 11:33:03 EST SIGNATURE: DocuSigned b n nF4An9ARTIP DEPUTY CITY MANAGER December 3, 20tgshAG421?rppk+lliams SIGNATURE: ,—DocuSignedb Nip. C CITY MANAGER December 3, 2024 Art ur Noriega V 16:57:36 EST SIGNATURE: -atsaoes,5rs ocuSigned b grOLUr 0 CITY CLERK December 4, 202Ddld d r1:52 EST SIGNATURE: 50-CF6c372D- DocuSigned by E46D7560DCF1 468... 0... 4D4... 45A 41 B... V1titt 42A... 59... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24239 Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 AMENDMENT OVERVIEW PSA TITLE: RFQ 22-23-002 Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1 — CES Consultants, 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 $2,500,000.00. 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 manage the Program, coordinate, and integrate multiple, concurrent projects, at specific stages from assignment through completion. This shall include, but is not limited to, (1) program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment; (2) project initiation and program monitoring, controlling and reporting; (3) project/construction management throughout the project phases (planning, design, bidding, construction, closeout, warranty or related services); (4) as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement ("Procurement"), and in accordance with governing state law and City ordinances and policies; (5) assisting the City in coordinating with outside agencies, and construction inspection; (6) as needed, providing professional and technical expertise, such as architectural, environmental, and engineering services and construction administration, CADD operator and construction inspector capabilities; (7) assisting the City in the development of funding programs including bonding, grants, loans and public/private partnerships, grant compliance and performance audits; and (8) as needed, providing program support services such as public relations, budgeting, permitting and finance staff augmentation. Other services may include value engineering analysis, plans reviews, review of environmental documents, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Stormwater Master Plan and Capital Improvements Program. Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Department of Resilience and Public Works 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? February 4, 2027 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $455,023.00 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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 CITY OF MIAMI DEPARTMENT OF RESILIENCE AND PUBLIC WORKS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH CES CONSULTANTS, INC. FOR CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES FOR STORMWATER INFRASTRUCTURE IMPROVEMENTS — GROUP 1 CONTRACT RFQ NO. 22-23-002 This Amendment No. 1 to the Professional Services Agreement dated February 5, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and CES Consultants, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of citywide program management support services for stormwater infrastructure improvements — Group 1 ("Services") for the Department of Resilience and Public Works ("DRPW") 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. 22-23-002, 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 $2,000,000.00, thereby increasing the Agreement value from $500,000.00 to an amount of $2,500,000.00; 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: Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 Amendment No. 1 to the Professional Services Agreement with CES Consultants, Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1. 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 Two Million Five Hundred Thousand Dollars ($2,500,000.00) 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. 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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 Amendment No. 1 to the Professional Services Agreement with CES Consultants, Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: CES Consultants, Inc., a Florida Profit Corporation :,harles Moseley, Senior Vice President/Director of PM/CM Juan Alfonso, AIA, NCARB, CCM, President & COO Print Name, Title Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: ,-DocuSigned by: -€46D75609EF14.641 Todd B. Hannon, City Cler APPROVED AS TO INSUR (Corporate Seal) `+� �,,..,e+n„r,,{ h c •4•4,' • j 51, • • z..�J F—:v K � • LO 1 may'• • ,, .) o'N* ,, oodgfia.s6444' CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: a Nave. Art ur C'�$4 orlega V, City Manager APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: DocuSigned by: r giAtAitaa Ann Marie Sharpe, Director Risk Management Department DocuSigned by: Guvroc, Misat4 Ill L_ 813 7-6.FF�6.82,488... George K. Wysong III, City Attorney 24-2137 DS^ Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 Amendment No. 1 to the Professional Services Agreement with CES Consultants, Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of CES Consultants, Inc. , a corporation organized and existing under the laws of the State of Florida , held on the 5th day of January, 2024 a resolution was duly passed and adopted authorizing (Name)Juan Alfonso, AIA. NCARB. CCM as (Title) President & COO 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 5 day of January , 2024 . Secretary: Print: Rudy Ortiz 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. 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of partners Name Street Address City State Zip Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 Amendment No. 1 to the Professional Services Agreement with CES Consultants, Inc. for Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1. 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 FlOs68o-- SS. COUNTY OF ' The foregoing instrument was acknowledged before me this day of , 2Q, by ) t ] r\ IM or O who is personally known to me or who has produced as identification and who (did / did not) take an oath. JGNATURE F NOTARY UBLIC STATE OF FA yf � --• �al�a A-nareA lh� PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 4 1O' i'= THALIAANDREA DUQUE Notary Publk - State of Florida Commission M HH 466419 n My Comm. Expires Nov 20, 2027 Bonded through National Notary Assn. Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 ($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: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 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: 49B222F9-OAED-41 CF-97EA-E6C967A3E515 CESCON ACORD,CERTIFICATE OF LIABILITY INSURANCE (MM/DD/YWY)., 12/05/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 2502 N Rocky Point Drive Suite 400 Tampa, FL 33607 CONTACT NAME: PHONE 813 321-7500 FAX (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers Property Cas. Co. of America 25674 INSURED CES Consultants, Inc. 880 Southwest 145th Avenue, Suite 106 Pembroke Pines, FL 33027 INSURER B : Phoenix Insurance Company 25623 INSURER C : XL Specialty Insurance Company 37885 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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. LTR TYPE OF INSURANCE NSR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY OCCUR X X 6609D349718 Approved by Terry Quevado 12/06/2023 12/07/2023 12/06/2024 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X PREMISES (EO a RENTED $1,000,000 MED EXP (Any one person) $10,000 PERSONAL&ADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECOT LOC PRODUCTS - COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED ONLY -OWNED ONLY X X BA2R165655 12/06/2023 12/06/2024 COMBINEDaccident)SILIMIT (Ea $NGLE 1e e 000 000 X BODILY INJURY (Per person) $ SCHEDULED AUTOS BODILYINJURY(Peraccident) $ X X NON PROPERTY DAMAGE (Per accident) $ _AUTOS $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X CUP4K364717 12/06/2023 12/06/2024 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENT ON $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y/ N N / A X UB0P573198 12/06/2023 12/06/2024 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 below E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability X DPR5021740 12/06/2023 12/06/2024 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability coverage is written on a claims -made basis. RE: Project 1 City of Miami Citywide Program Management Support Services for Stormwater Infrastructure Improvements (Agreement No. 22-23-002 / 3) Group 1 (Federally Funded Projects) 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 (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Miami - Department of Procurement 444 SW 2nd Avenue, 6th 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 ACORD 25 (2016/03) 1 of 2 #S42796547/M42786814 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RFPZP Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 DESCRIPTIONS (Continued from Page 1) 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. SAGITTA 25.3 (2016/03) 2 of 2 #S42796547/M42786814 Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 From: Ouevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles, Yesenia Subject: RE: COI-CES Consultants Inc. - Exp. 12-06-23 Date: Thursday, December 7, 2023 11:41:51 AM Attachments: image004.pnq image006.pnq imaue007.onq image008.pnq Luis The COI is adequate. Regards, Je7<yy di' teeec�C 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 ",Sewief, Seta rcuf, amd 71euta u"u f ?arazrazyhCfty From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, December 7, 2023 11:30 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: COI-CES Consultants Inc. - Exp. 12-06-23 Good morning, Please review and approve. Best regards, Cceexea- Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 (305) 400-5335 ELcaseres©miamigov.com Visit us online "Serving, Enhancing, and Transforming our Community" Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 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. From: Hansen, Anthony <AM HansenPmiamigov.com> Sent: Thursday, December 7, 2023 11:11 AM To: Caseres, Luis <LcaseresPmiamigov.com> Subject: FW: RFQ 22-23-002 PSA's Good morning Luis, Please see attached and process for Risk approval, thank you. Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 DIVISION OF CORPORATIONS DtynjiI JJ .or9 F);-)rJr)AerrCc_yiNr an o iriul 5wrue of Florida wtsite Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation CES CONSULTANTS, INC. Filing Information Document Number P97000085972 FEI/EIN Number 65-0792884 Date Filed 10/06/1997 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 02/23/2001 Principal Address 3150 SW 38th Avenue Suite 450 Miami, FL 33146 Changed: 05/13/2024 Mailing Address 3150 SW 38th Avenue Suite 450 Miami, FL 33146 Changed: 05/13/2024 Registered Agent Name & Address ORTIZ, RUDY 880 SW 145th Avenue Suite 106 Pembroke Pines, FL 33027 Name Changed: 05/13/2024 Address Changed: 05/13/2024 Officer/Director Detail Name & Address Title CEO, Chairman, Secretary Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 ORTIZ, RUDY 880 SW 145th Avenue Suite 106 Pembroke Pines, FL 33027 Title Senior Vice President Hoot, David 2056 Vista Parkway Suite 200 West Palm Beach, FL 33411 Title CEO Ortiz, Rudy M 208 North Laura Street Suite 800 Jacksonville, FL 32202 Title Senior Vice President Moseley, Charles 880 SW 145th Ave Suite 106 Pembroke Pines, FL 33027 Title Senior Vice President Said, Morsy 45-10 Court Square lst Floor Long Island City, NY 11101 Title Senior Vice President Fernandez, Darlene 2002 N Lois Ave Suite 160 Tampa, FL 33607 Title Senior Vice President Caraballo, Jose 3150 SW 38th Avenue Suite 450 Miami, FL 33146 Title President Alfonso, Juan 880 SW 145th Avenue Suite 106 Docusign Envelope ID: 49B222F9-0AED-41 CF-97EA-E6C967A3E515 Pembroke Pines, FL 33027 Title VP Alhalawani, Ahmad 65 Challenger Road Suite 215 Ridgefield Park, NJ 07660 Annual Reports Report Year Filed Date 2023 01/03/2023 2024 01/03/2024 2024 05/13/2024 Document Images 05/13/2024 -- AMENDED ANNUAL REPORT 01 /03/2024 -- ANNUAL REPORT 05/25/2023 -- AMENDED ANNUAL REPORT 02/22/2023 -- AMENDED ANNUAL REPORT 01 /03/2023 -- ANNUAL REPORT 07/25/2022 -- AMENDED ANNUAL REPORT 01 /04/2022 -- ANNUAL REPORT 08/20/2021 -- AMENDED ANNUAL REPORT 06/28/2021 -- AMENDED ANNUAL REPORT 01/29/2021 -- AMENDED ANNUAL REPORT 01/15/2021 --ANNUAL REPORT 01 /06/2020 -- ANNUAL REPORT 09/18/2019 -- AMENDED ANNUAL REPORT 04/05/2019 -- AMENDED ANNUAL REPORT 01 /03/2019 -- ANNUAL REPORT 01 /02/2018 -- ANNUAL REPORT 09/15/2017 -- AMENDED ANNUAL REPORT 06/16/2017 -- AMENDED ANNUAL REPORT 02/15/2017 -- AMENDED ANNUAL REPORT 01 /04/2017 -- ANNUAL REPORT 02/08/2016 -- AMENDED ANNUAL REPORT 01 /04/2016 -- ANNUAL REPORT 04/06/2015 -- AMENDED ANNUAL REPORT 01 /02/2015 -- ANNUAL REPORT 01 /03/2014 -- ANNUAL REPORT 01 /08/2013 -- ANNUAL REPORT 01 /10/2012 -- ANNUAL REPORT 10/31/2011 --ANNUAL REPORT 01/03/2011 --ANNUAL REPORT 01 /08/2010 -- 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 Docusign Envelope ID: 49B222F9-OAED-41 CF-97EA-E6C967A3E515 02/12/2009 -- ANNUAL REPORT 03/26/2008 -- ANNUAL REPORT 01 /10/2007 -- ANNUAL REPORT 01 /13/2006 -- ANNUAL REPORT 01 /04/2005 -- ANNUAL REPORT 01 /06/2004 -- ANNUAL REPORT 01 /13/2003 -- ANNUAL REPORT 02/26/2002 -- ANNUAL REPORT 02/23/2001 -- REINSTATEMENT 10/06/1997 -- Domestic Profit Articles 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 Olivera, Rosemary From: Caseres, Luis Sent: Wednesday, December 4, 2024 11:21 AM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Roberts, Frankeetha; Fossler, Thomas Subject: Document Distribution - RFQ 22-23-002 - Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1 - CES Consultants, Inc. Attachments: Amendment No 1 to RFQ 22-23-002 CPMSS-Stormwater-CES Consultants -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. Frankeetha You may now close this Matter ID 24- 2137 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Amendment No. 1 City of Miami CES Consultants, Inc.. Program/Purpose: Citywide Program Management Support Services for Stormwater Infrastructure Improvements — Group 1 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