Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25319
AGREEMENT INFORMATION AGREEMENT NUMBER 25319 NAME/TYPE OF AGREEMENT EASTERN ENGINEERING GROUP COMPANY DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICES RFQ NO. 21-22-016/FILE I D : 16372/R-24-0307/MATTER I D : 24- 1857 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 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: Eastern Engineering Group Company 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 Eastern Engineering Group Company 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 AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed by FVP. OK to proceed. September 5, 2 qA ppPRINT 02n4nil P�r6ez2cP13 EDT SIGNATURE: DocuSigned by: ��```" °�" RISK MANAGEMENT September 6, Ann Marie Sharpe 2024 I 07:10:57 EDT SIGNATURE: 8954SEB73CAC468... DocuSigned by: FratAk colt. CITY ATTORNEY /s/ TMF 24-1857 Matter ID# 24-1857 November 22 , George K. Wysona III 024 T 14: 50: 2I EST ,-oocu ignesa2bYE7- 1 at -OK 0 tiSIGNATURE: \---E877cC882486. Funding determined as needed upon BUDGET OFFICE p0 issuance LEM 12/10/2024 December 10, 201e1 GL420: 33 EST SIGNATURE: DocuSigned by: `-7) ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 11, ryISI tS Pb3P23 �24ll EST SIGNATURE: FDE831'9ee5-495 DocuSigned by: y S2Vi ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A C9D2602B97E540,... Barbara Hernandez, MPA N/A SIGNATURE: CITY MANAGER,CHIEF OF INFRASTRUCTURE December 11, �024 024 Marrero AASSISTANT 108:36:10 EST SIGNATURE: DocuSigned by: ;?: ',-- ‘..—c®G �oanlin3B^,n. DEPUTY CITY MANAGER December 12 , 2 biAlia T"imp9'6 Vmms SIGNATURE: DocuSigned by: Ne4A4. Cola CITY MANAGER December 13 , 2 t u l NOMV56 EST SIGNATURE: 84B7170'97g 274"TB.. ,—DocuSigned by: U.V (U " NDViu CITY CLERK December 13, T d H T:O z0� 1 010:49 EST SIGNATURE: `— 850CF6C372DD42A.. ,— DocuSigned by: E46D7560DCF1459. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24216 Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements — Eastern Engineering Group Company 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 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? July 28, 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH EASTERN ENGINEERING GROUP COMPANY FOR MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS CONTRACT RFQ NO. 21-22-016 This Amendment No. 1 to the Professional Services Agreement dated July 29, 2024 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Eastern Engineering Group Company ("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 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 Amendment No. 1 to the Professional Services Agreement with Eastern Engineering Group Company 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 Amendment No. 1. to the Professional Services Agreement with Eastern Engineering Group Company 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: N14.1 Signature 41 I fcLT3e•ty QJ,Ad, tf 1444;o-L4 Print Name, Title ATTEST: Consultant Secretary` (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: 1:-71- ____ Tod . annon, City Clerk APPROVED AS TO INSURA REQUIREMENTS: Signed bv: cF DocuSigned by: v'atn1 t wkt,�j 273�35G€ .1 g2-14€7... Ann Marie Sharpe, Director Risk Management Department Eastern Engineering Group Company, a Florida Profit Crporati Signature 'P c o- LoFe- , Py ;dev 4 Print Name, Title (Corporate Seal) i ice' I i jr� 3 ss. \ •'..:. CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: arTu kr Norm r. — g6F66 2DD42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: ,—DocuSigned by: Gt,avroc, 00(isal4111 George K. Wysong III, City Attorney FDS ri‘IF 24-1857 • Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 Amendment No. 1 to the Professional Services Agreement with Eastern Engineering Group Company 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 &Q.S4efft ,rjLvvp , a corporation organized and existing under the laws of the State ofFl eld on the / day ofpevibs-i 200Sa resolution was duly psed�and adopted authorizing (Name)"Rc�i,5ci.. , Lopc as (Title) Yes f tie Y1 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 ! day ofV j 202.,E —ce- Secretary: Print: Fe-(y)0.ndio TQ'b�f Gs 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. 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of oartners: Name Street Address City State Zip Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 Amendment No. 1 to the Professional Services Agreement with Eastern Engineering Group Company 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) HEREBY CERTIFY that, 1 (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 F1Ort.do) ) SS: ) COUNTY OF Pt & rr)t, h xde The foregoing instrument was acknowledged before me this a day of 1 , 20 4,, by' o S 5 cL �-' Joe , who is personally known to m or who has produced as identification and who (did / did not) take an oath. SIGNATURE'OF TARY PUBLIC STATE OF trli:ci w o9ogfrae(7) SLh PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC GERALDIN SANTANAMACIAS _•: f•+ 1 ; MY COMMISSION # HH 029411 •;�.i-•,�, E7(PIRES:October 2,2d24 F�FF+ Bonded Nu Notary Public Underwriters Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 ($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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 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: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 —, ® � AC®R® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 03/06/2024 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 Consolidated Insurance Nation, Inc. 12005 SW 117 Ave Miami FL 33186 CONAMEACT Humberto Torres " °NN , (305) 412-2205 otc,Nov: (305) 412-2085 EMAIL AIL EMAQDRC s: commercial@insurancenation.com insurancenation.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Century Surety Company 36951 INSURED Eastern Engineering Group 3401 NW 82 Ave 370 Dora( FL 33122 INSURER 6 : Ascendant Insurance Company 13683 INSURER C : Hamilton Select Insurance 17178 INSURER D: MSIG Specialty 34886 INSURER E : StarStone Specialty Insurance Company 44776 INSURER F : 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. INSR LTR TYPE OF INSURANCE ADDL iuSD..InD SUBR POL Y EFF POLICY NUMBER POLIC E P (MMIDD/YYYYI LIMITS A X COMMERCIAL GENERALLLIABILITY Y Approved by Terry Qu1jMM/ODIYYYYI CCP-1201460 01/05/2024 vado 04/04/2024 01/05/2025PERSONAL&ADVINJURY EACHOCCURRENCE $ 1000,000 (Es occuence' $MED CLAIMS -MADE �`OCCURPREMISES EXP (Anyone person) $ 5,000 $ 1,000,000 GENERALAGGREGATE S 2,000,000 GENLAGGREGATE LIMITAPPLIESPER: POLICY 1 ISPET I J LOCPRODUCTS•COMP/OPAGO OTHER: $ Excluded $ D AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY .--., _/ X SCHEDULED A TO$ UTOS ONLY Y HN01000289-01 02/13/2024 02/13/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY(P er person) $ BODILY INJURY P (Per accident) $ (Per acWNED cidenlTY DAMAGE $ C X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE EOXSHS215575.02 01/05/2024 01/05/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED mRETENTION $ B `WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFPICER/ME.MBFANY PROPRIETOR/PARTNER/EXECUTIVE YNN (Mandatory lo NH) Iyyes, descrihe under DESCRIPTION OF OPERATIONS below NIA WC-64190-11 09/24/2023. 09/24/2024 �/I PER bTH- /� f STATUTE ER E.L. F.ACNACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L DISEASE -POLICY LIMIT $ 1.000,000 E Professional Liability 871101242APL 01/05/2024 01/05/2025 Each Occurrence Each Aggregate $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is requi ed) Architects and Engineers City of Miami is listed as an additional insured with respect to General Liability, Coverage is afforded for Contingent and Contractual exposures. This insurance is Primary and Non -Contributory. Retro Date: Full Prior Acts 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 Rolando Castro CilgleiMirA RD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 From: Ouevedo, Terry To: Caseres, Luis Subject: RE: Eastern Engineering COI Date: Thursday, April 4, 2024 11:23:23 AM Attachments: imaae001.Dnq image003.pnq imaae004.Dnq image005.pnq image006.Dnq Thank you Luis, The COI is adequate. Regards, ,7e;iyPiff gteue Q City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo(Thmiamigov.com -Serac y, gedetrrury, atird %a ora4 arras garderdatrc From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, April 4, 2024 11:21 AM To: Quevedo, Terry <TQuevedo@miamigov.com> Subject: RE: Eastern Engineering COI Hi Terry, Here is revised COI, please review and approve. Best regards, Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 DIVISION OF CORPORATIONS \'\af 11 ////LIYI 1JI`I JJ �r Vr� 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 EASTERN ENGINEERING GROUP COMPANY Filing Information Document Number P05000123048 FEI/EIN Number 61-1492162 Date Filed 09/07/2005 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 10/08/2009 Event Effective Date NONE Principal Address 3401 NW 82 AVE SUITE 370 DORAL, FL 33122 Changed: 01/06/2011 Mailing Address 3401 NW 82nd Ave Suite 370 Dora!, FL 33012 Changed: 01/06/2017 Registered Agent Name & Address TORRES, FERNANDO 14973 SW 22ND STREET MIAMI, FL 33185 Officer/Director Detail Name & Address Title PD LOPEZ, RAISSA R 14973 SW 22ND STREET MIAMI, FL 33185 Docusign Envelope ID: 18043DD8-53C7-4ECB-9D10-5E87AD5D7C79 Annual Reports Report Year Filed Date 2022 01/25/2022 2023 01/23/2023 2024 02/09/2024 Document Images 02/09/2024 -- ANNUAL REPORT 01 /23/2023 -- ANNUAL REPORT 01 /25/2022 -- ANNUAL REPORT 03/10/2021 --ANNUAL REPORT 06/08/2020 -- ANNUAL REPORT 04/08/2019 -- ANNUAL REPORT 03/26/2018 -- ANNUAL REPORT 01 /06/2017 -- ANNUAL REPORT 01 /26/2016 -- ANNUAL REPORT 01 /08/2015 -- ANNUAL REPORT 01 /07/2014 -- ANNUAL REPORT 01 /02/2013 -- ANNUAL REPORT 01 /06/2012 -- ANNUAL REPORT 01/06/2011 --ANNUAL REPORT 01 /07/2010 -- ANNUAL REPORT 10/08/2009 -- Amendment 03/17/2009 -- ANNUAL REPORT 11 /24/2008 -- Amendment 01 /25/2008 -- ANNUAL REPORT 02/05/2007 -- ANNUAL REPORT 01 /06/2006 -- ANNUAL REPORT 09/07/2005 -- Domestic 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 Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Monday, December 16, 2024 11:53 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 -Eastern Engineering, Group Company Amendment_No_1_RFQ_21-22-016_-_Misc_Eng_Svcs-Eastern Eng-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 24-1857 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 Eastern Engineering Group Company 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