Loading...
HomeMy WebLinkAbout25317AGREEMENT INFORMATION AGREEMENT NUMBER 25317 NAME/TYPE OF AGREEMENT STANTEC CONSULTING SERVICES INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICVES RFQ NO. 21-22-016/FILE I D : 16372/R-24-0307/MATTER I D : 24- 1881 EFFECTIVE DATE December 13, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/13/2024 DATE RECEIVED FROM ISSUING DEPT. 12/16/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 OR4 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: Stantec Consulting Services 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 Stantec Consulting Services Inc. under RFQ 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 13:14:31 EDT SIGNATURE: I -iliriel l3rYeEDT SIGNATURE: ,—DocuSigned by: �```" °� `-89540EB73CAC468 ,—DocuSigned by: FratAk om RISK MANAGEMENT August 29, 2024n CITY ATTORNEY /s/TMF 24-1881 Matter ID# 24-1881 November 22 , r e 0 1(5 o : �9 I ST SIGNATURE:�0 ftay E7... '-9739Q631 2ti�" 1 w \— 8877-6 E9FL83248 D... Funding determined as needed BUDGET OFFICE upon PO issuance LEM 12/10/2024 December 10, 2024 Marie Gouin 114:24:04 EST SIGNATURE: DocuSigned by: `— ` 6,E&24796.65495.. ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 11, 2024 Larry Spring, CPA I 08:06:45 EST SIGNATURE: .6 DocuSigned by: FAnil Sprite ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: C9B4`062SffE54D4.. CITY MANAGER,CHIEF OF INFRASTRUCTURE20242 December 11, Marrero AASSISTANT I 08:38:43 EST SIGNATURE: DocuSigned by: -',' bCflF4AflRfl3R44A DEPUTY CITY MANAGER December 12 ,2094asha16ples_b_o8l I S0 EISTms SIGNATURE: DocuSigned by: Ne444, CITY MANAGER December 13, 20z h�{r LS: 1 EST SIGNATURE: 84B70097g 274"1 ,—DocuSigned by: griLLAY Wit, CITY CLERK December 13 , 20Dd µ��q ' YVn4 : 40 EST SIGNATURE: `— 850CF6C372DD42A ,-DocuSigned by: `—E46D7560DCF1459 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24205 Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements — Stantec Consulting Services 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 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? March 17, 2026 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $88,179.09 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES 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 March 18, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Stantec Consulting Services Inc. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of miscellaneous engineering services for citywide capital improvements ("Services") for the Office of Capital Improvements ("OCI") is entered into this 13th 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 Amendment No. 1 to the Professional Services Agreement with Stantec Consulting Services 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 Amendment No. 1 to the Professional Services Agreement with Stantec Consulting Services 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: Heidi Perez - Sr. Administrative Asst. Print Name, Title ATTEST: Consultant Assistant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: Todd B. Hannon, City Clerk APPROVED AS TO INSURA REQUIREMENTS: DocuSigned by: - 9955CC31 1,1E7... Ann Marie Sharpe, Director Risk Management Department Stantec Consulting Services Inc., a Foreign Profit Corporation Signature Ramon Castella - Vice President Print Name, Title CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: avguAr Nbvi461 -8-5QEFFrC372DI42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: Lt.or,)t-E hisbtA. ((( George K. Wysong III, City Attorney Ds 24-1881 Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 OFFICER'S CERTIFICATE of STANTEC CONSULTING SERVICES INC. A NEW YORK, CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Assistant Secretary of Stantec Consulting Services Inc., a New York corporation (the "Corporation"). 2. On April 1, 2024, the following resolution was adopted by the Corporation's Board of Directors: BE IT RESOLVED THAT: 1. the Corporation hereby adopts the Signing Authority Policy, as modified or amended from time to time, of Stantec Inc. 2. execution of any documents for and on behalf of the Corporation shall be governed by the Signing Authority Policy, as modified or amended from time to time, of Stantec Inc.; 3. the Secretary or any of the Corporate Counsels of the Corporation be authorized, empowered and directed from time to time as required to facilitate the execution of contracts or submission of proposals, to sign, and to seal with the Corporate Seal, Certificates of the foregoing action evidencing the authority delegated in the Signing Authority Policy, as amended from time to time, of Stantec Inc. Ramon Castella is a Vice President of the Corporation, and in that capacity is duly authorized to sign a Contract accordance with the Corporation's Signing Authority Policy in connection with the following project: City of Miami, Florida Office of Capital Improvements Amendment No. 1 to the Professional Services Agreement with Stantec Consulting Services Inc. for Miscellaneous Engineering Services for Citywide Capital Improvements Contract RFQ NO. 21-22-016 IN WITNESS) W F, I have hereunto set my hand and affixed the seal of the Corporation, this Iy 2024. Digitally signed by Jeffrey P. Stone Jeffrey P. Stone Date: 2024.07.26 15:38:56 -04'00' Jeffrey P. Stone, Assistant Secretary City of Napa CA 3.27.2023 Secretary Certificate Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 ($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: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 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: 43FF7FD4-BD3C-406B-9C97-8B9744071 CA3 ACCO b �i CERTIFICATE OF LIABILITY INSURANCE 10/1/2024 DATE (MMIDDIYYYY) 1 9/22/2023 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOCkt011 Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 kcasu@lockton.com NAMEACT E FAX PAICNN . Extl A/C. NM: E•MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Berkshire Hathaway Specialty Insurance Company 22276 INSURED STANTEC CONSULTING 1414100 SERVICES INC. 410 17TH STREET SUITE 1400 DENVER CO 80202-4427 INSURER B : AIG Specialty Insurance Company 26883 INSURER C : INSURER : INSURER E INSURER F : COVERAGE:S`I L UM5LLo, rL - GlatRTIFICATE NUMBER: 15491077 REVISION NUMBER: XXXXXXX 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 ANso R WV!) POLICY NUMBER POLICY EFF (MMIDD YYYYI POLICY EXP (MMIDD YYYYI LIMITS COMMERCIAL GENERAL LIABILITY NOT APPLICABLE Approved by Frank Gomez 07/18/2024 EACH OCCURRENCE $ XXXXXXX C CLAIMS -MADE OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) $ XXXXXXX MED EXP (Any one person) $ XXXXXXX PERSONAL & ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ XXXXXXX PRODUCTS - COMP/OP AGG $ XXXXXXX $ AUTOMOBILE LIABILITY ANY AUTO OWNED _ _ SCHEDULED NOT APPLICABLE COMBINED SINGLE LIMIT (Ea accident) $ XXXXXXX BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident) $ XXXXXXX $ XXXXXXX UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX DED I I RETENT ON $ $ XXXXXXX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN NIA NOT APPLICABLE1 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ XXXXXXX E.L. DISEASE - EA EMPLOYEE $ XXXXXXX E.L. DISEASE - POLICY LIMIT $ XXXXXXX A A B Professional Liab Contractors Pollution Liab N N 47-EPP-308810 NO RETROACTIVE DATE CP08085428 10/1/2023 2/9/2024 10/1/2024 10/1/2025 $3,000,000 PER CLAIM/AGG INCLUSIVE OF COSTS $3,000,000 PER LOSS/AGG DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION 15491077 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS (OCI) 444 SW 2ND AVENUE - 8TH FLOOR MIAMI FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIV ACORD 25 (2016/03) ©1988L'1015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071 CA3 Caseres, Luis From: Gomez Jr., Francisco (Frank) Sent: Thursday, July 18, 2024 6:43 AM To: Caseres, Luis Subject: RE: COI-STATNEC CONSULTING SERVICES Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez 7a m am gov....corn Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Wednesday, July 17, 2024 3:44 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: FW: COI-STATNEC CONSULTING SERVICES Hi Frank, Attached is COI you requested, once approved I wilt add to DocuSign. Best regards, Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071 CA3 A R/$ CERTIFICATE OF LIABILITY INSURANCE fir..../ 5/1/2025 DATE(MM/DD/YYYY) 4/25/2024 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 Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 kcasu@lockton.com NAMEACT PHONE FAX Ext): (A/C, No): E-MAILo, ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Travelers Property Casualty Company of America 25674 INSURED STANTEC CONSULTING 1415077 SERVICES INC. 410 17TH STREET SUITE 1400 DENVER CO 80202-4427 rn A T r A nT nc vT 91 rL INSURER B : Berkshire Hathaway Specialty Insurance Company 22276 INSURER C : INSURER D : INSURER E INSURER F : COVERA ' - t; RTIFICATE NUMBER: 15491073 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. LTRINSR TYPE OF INSURANCE INsD SUBR POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y 47 - GLO-307584 Approved Icy TerryQU@VaCiO 5/1/2024 04/26/2024 5/1/2025 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) $ 1,000,000 X CONTRACTUAL/CROSS MED EXP (Any one person) $ 25,000 X XCU COVERED PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE X L OITAPPLIESPER: 'CrJE X LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AX AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY y N TC2J - CAP - 8E086819 (AOS) Ti - BAP - 8E086820 5/1/2024 5/1/2024 5/1/2025 5/1/2025 (Ea acc dentSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX t id accident) BODILY INJURY (PerXXXXXXX $ (Perr accidT n )AMAGE $ XXXXXXX $XXXXXXX B _X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N 47 - UMO-307585 5/1/2024 5/1/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED RETENTION $ $ XXXXXXX A A, A 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 N UB - 3P635310(AOS) UB - 3P533004 MA, WI) EXCEPT FOR OH ND WA WY 5/1/2024 S/1/2024 5/1/2025 5/1/2025 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 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space jegguked.1, , ,,, ,,,,,,,,..,,.., ,,,, ....u. ,�. u GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY, IF REQUIRED BY WRITTEN CONTRACT, THE ADDITIONAL INSUREDS' OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY STANTEC CONSULTING SERVICES INC. IF REQUIRED BY WRITTEN CONTRACT, WAIVER OF SUBROGATION APPLIES TO GENERAL LIABILITY WHERE ALLOWED BY STATE LAW IF REQUIRED BY WRITTEN CONTRACT, CERTIFICATE HOLDER CANCELLATION See Attachment 15491073 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS (OCI) 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 REPRESENTATIV ©1988r 015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071 CA3 Attachment Code: D564542 Master ID: 1415077, Certificate ID: 15491073 STANTEC CONSULTING.; 1415077 15491073 CITY OF MIAMI 444 SW 2ND AVENUE - 8TH FLOOR, MIAMI, FL 33130 Dear Valued Client: In our continuing effort to provide timely certificate delivery, Lockton Companies is utilizing paperless delivery of Certificates of Insurance. To ensure electronic delivery for future renewals of this certificate, we need your email address. Please contact us via the email below and reference Certificate ID: 15491073. You must reference this Certificate ID number in order for us to complete this process. O Certificate ID: 15491073 O Email: kcasu@Lockton.com O Subject Line: ASU E-Delivery NOTES: •Signing up for this will NOT sign you up for any solicitation emails - your email will only be used to forward updated or renewal certificates direct from Lockton. •Your certificates will come via a secure link to our database. If you do need a pdf of a certificate, please email kcasu@lockton.com to request one. •If you received this letter with a certificate via email, no further action on your part is necessary. •If you no longer need this certificate, please contact us at kcasu@lockton.com, reference the Holder ID number and use this subject line: "Certificate Removal" Thank you for your cooperation. Lockton Companies Account Services Unit Email / Mailing Update - Liability Certificates Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 From: Ouew,le Ter, Francisco (Frank); ay g. yesan a Subject: RE: Santee - Renewal Cot,ficate Date Fnelay, April 26, 2029 11:16:92 AM Luis The COI is adequate. Regards >y.9 Q City of Miami Risk Management Department 9th Floor 444 SW 2°d Avenue Miami, Florida 33130 (305] 416-1641 Office (305) 416-1710 Fax Tau eyed o (0miami gov.rom From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Friday, April 26, 2024 10:52 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Stantec— Renewal Certificate Good moming, Please review and approve. Best regards, Lu.Gb-Ca4erey Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2"d Avenue, 6th Floor, Miami, FL 33130 la (305)416-1923 a (305)400-5335 easeres©miamigov corn visa us online "Serving, Enhancing and Transforming our Community" CONFIDENFIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(sj named above. If you are not the intended recipient, you are hereby not that any review, dissemination, dutnb4ion, or duplication of this communication is strictly prohibited If you are not the intended recipient, please immediately contact the sender by ropy e-mail and destroy all copies of the original message. Thank you 'Please Note: Due to Florida's very broad public records law, most wrdten commurvcations to or from City of Mara employees regarding Cily business are public records, available to the publc and media upon request Therefore, this erred communication maybe 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: Gilman, Jack <lack.Gilman @lockton.com> Sent: Friday, April 26, 2024 10:32 AM To: Caseres, Luis <Loaseres@miamigov.com> Subject: RE: Stantec— Renewal Certificate ICATJTION: 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.' Hello, See PDF of COI attached. Let me know if you have any questions. Thanks, Jack Gilman Associate Account Manager Lockton Companies Office 816 8313687 From: Caseres, Luis <l raserer@miamigov com> Sent: Friday, April 26, 2024 9:05 AM To: Gilman, Jack <Jark Gilman Plorkton rnm> Subject: RE: Stantec—Renewal Certificate Ym don't often get ®ail from lcasmestannamieov corn. Learn why this IS important Good morning, Please resend without link since it is restricted on our end. Best regards, Lu.i4-Caderey Construction Procurement Assistant Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 DIVISION OF CORPORATIONS LtyniJi`I of org i on official 5liik of Florida website Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation STANTEC CONSULTING SERVICES INC. Filing Information Document Number F01000005948 FEI/EIN Number 11-2167170 Date Filed 11/14/2001 State NY Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 12/27/2007 Event Effective Date 12/31/2007 Principal Address 410 17TH STREET SUITE 1400 DENVER, CO 80202 Changed: 04/16/2023 Mailing Address 10220 - 103 AVENUE NW SUITE 300 EDMONTON T5J 0K4 CA Changed: 07/24/2023 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 02/14/2013 Address Changed: 02/14/2013 Officer/Director Detail Name & Address Title Director, VP, Asst. Secretary Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 STONE, JEFFREY P 61 COMMERCIAL STREET SUITE 100 ROCHESTER, NY 14614 Title Director, COO, Executive Vice President LERNER, STUART E 475 FIFTH AVENUE 12TH FLOOR NEW YORK, NY 10017 Title President JOHNSTON, GORDON A 10220 - 103 AVENUE NW SUITE 300 EDMONTON T5J 0K4 CA Title Secretary HEISLER, CHRISTOPHER 0 10220 - 103 AVENUE NW SUITE 300 EDMONTON T5J 0K4 CA Title Treasurer JANG, THERESA 10220 - 103 AVENUE NW SUITE 300 EDMONTON T5J 0K4 CA Title Account Manager KENNEDY, MICHAELA 6920 PROFESSIONAL PARKWAY EAST SARASOTA, FL 34240 Title VP CASTELLA, RAMON 901 PONCE DE LEON BLVD SUITE 900 CORAL GABLES, FL 33134 Title VP WILHOIT, KRISTOPHER 6920 PROFESSIONAL PARKWAY EAST SARASOTA, FL 34240 Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 Title Senior Principal STOKER, DOUGLAS E 380 PARK PLACE BOULEVARD SUITE 300 CLEARWATER, FL 33759 Title VP HOLMES, MEGAN 1500 SPRING GARDEN STREET SUITE 1100 PHILADELPHIA, PA 19130 Title Senior Principal BUTTARI, SCOTT 6920 PROFESSIONAL PARKWAY EAST SARASOTA, FL 34240 Title VP BURNHAM, ANDREW 777 S HARBOUR ISLAND BLVD STE 600 TAMPA, FL 33602 Title VP CAMPBELL, AMY 777 S HARBOUR ISLAND BLVD STE 600 TAMPA, FL 33602 Annual Reports Report Year Filed Date 2023 04/16/2023 2023 07/24/2023 2024 01/22/2024 Document Images 01 /22/2024 -- ANNUAL REPORT 11/06/2023 -- AMENDED ANNUAL REPORT 09/12/2023 -- AMENDED ANNUAL REPORT 07/27/2023 -- AMENDED ANNUAL REPORT 07/24/2023 -- AMENDED ANNUAL REPORT 04/16/2023 -- ANNUAL REPORT 04/29/2022 -- ANNUAL REPORT 04/16/2021 --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 Docusign Envelope ID: 43FF7FD4-BD3C-406B-9C97-8B9744071CA3 01 /16/2020 -- ANNUAL REPORT 05/03/2019 -- AMENDED ANNUAL REPORT 04/06/2019 -- ANNUAL REPORT 03/15/2018 -- ANNUAL REPORT 02/16/2017 -- ANNUAL REPORT 08/26/2016 -- AMENDED ANNUAL REPORT 04/21/2016 -- ANNUAL REPORT 02/05/2015 -- ANNUAL REPORT 04/17/2014 -- ANNUAL REPORT 04/03/2013 -- AMENDED ANNUAL REPORT 02/14/2013 -- ANNUAL REPORT 02/29/2012 -- ANNUAL REPORT 02/01/2011 --ANNUAL REPORT 09/07/2010 -- ANNUAL REPORT 04/27/2010 -- ANNUAL REPORT 04/22/2009 -- ANNUAL REPORT 07/24/2008 -- ANNUAL REPORT 12/27/2007 -- Merger 03/27/2007 -- ANNUAL REPORT 06/30/2006 -- ANNUAL REPORT 07/13/2005 -- ANNUAL REPORT 04/08/2005 -- Name Change 01/31/2005 -- Name Change 01 /31 /2005 -- Name Change 09/13/2004 -- ANNUAL REPORT 08/04/2003 -- ANNUAL REPORT 11 /06/2002 -- ANNUAL REPORT 11/14/2001 -- Foreign Profit 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 Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Monday, December 16, 2024 11:24 AM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn Document Distribution RFQ 21-22-016 Misc. Eng. Services for Citywide Capital Improvements -Stantec Consulting Services, Inc. Amendment_No_1_RFQ_21-22-016_-_Misc_Eng_Svcs-Stantec Consulting. -Executed 12-13-2024.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 24-1881 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: Program/Purpose: Effective Date: Best regards, Amendment No. 1 City of Miami Stantec Consulting Services, Inc. Misc. Eng. Services for Citywide Capital Improvements 12/13/2024 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