Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25327
AGREEMENT INFORMATION AGREEMENT NUMBER 25327 NAME/TYPE OF AGREEMENT R.E. CHISHOLM ARCHITECTS, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES RFQ NO. 21-22- 017/F I LE ID: 16372/R-24-0307/MATTER ID: 24-2135 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 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: R.E. Chisholm Architects, 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 R.E. Chisholm Architects, Inc. under RFQ No. 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 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 5, Annie Perez, CPPO 2024 1 16:07:57 EDT SIGNATURE: ,—DocuSigned b �Q,,,,,A;g. RISK MANAGEMENT September 6, 2024 Ann -Marie Share p I 07:02:38 EDT SIGNATURE: `-89540EB73CA (—DocuSigned b FratAk L- CITY ATTORNEY /s/ TMF 24-2135 Matter ID# 24-2135 November 22 , 202e4orpe14 (;K ,�LYsorlLl IaT r 7 4l7 SIGNATURE:at-WOG Marie Gouin 1 14:02:45 EST SIGNATURE: `-27395C631821 1—DocuSigned b `-8877UEWFEB& ,—DocuSigned b ` //p_ -- Funding determined as needed BUDGET OFFICE upon PO issuance LEM 12/10/2024 December 10, 2024 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 11, rr Zb pEig9'28P.4 EST SIGNATURE: SF&E8-3 w9ee �DocuSignedb '„ (fl Y SpV ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA SIGNATURE: N/A ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 11, 2024e1 Asa IMarre08 33 : 31 EST SIGNATURE: (—DocuSigned by ,„:,.t,u_ _ �c®F DEPUTY CITY MANAGER December 12 , 2024shalC� le2O-vtlams SIGNATURE: ,—DocuSigned by: N _4 4lo� l®_ o+ � `— CITY MANAGER December 13, 2 Nloreza }hint l./ i zu :V52 EST SIGNATURE: 8467170'99'gCiE7fi4 ,—DocuSigned by: grlqattr NOV CITY CLERK December 13, 202TT o4ddl H5rbno :12 EST 11 SIGNATURE: `— 850CF6C372DD49 �DocuSigned by:l ���� __...__.,,,�- �yCi `—F. L175FnUCF1J • 468... 144(17 4E7... i1�11�SOl 48B... 495... 4D4.... 5A.. 2A... 59 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24237 Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements — R.E. Chisholm Architects, 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. Amendment No. 1 to increase 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 required disciplines are Architecture and Landscape Architecture. 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 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 17, 2025 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $55,420.00 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R.E. CHISHOLM ARCHITECTS, INC. FOR MISCELLANEOUS ARCHITECTURAL AND LANSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS CONTRACT RFQ NO. 21-22-017 This Amendment No. 1 to the Professional Services Agreement dated July 18, 2023 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and R.E. Chisholm Architects, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of miscellaneous architectural and landscape architectural 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. 21-22-017, 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 Amendment No. 1 to the Professional Services Agreement with R.E. Chisholm Architects, Inc. for Miscellaneous Architectural and Landscape Architectural 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 Amendment No. 1 to the Professional Services Agreement with R.E. Chisholm Architects, Inc. for Miscellaneous Architectural and Landscape Architectural 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: Signature Arianna Dominguez Print Name, Title ATTEST: Lilliam F. Chisholm Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: EF46117560neFt4 DocuSigned by: Todd B. Hannon, City Clerk APPROVED AS TO INSURA REQUIREMENTS: r—DocuSigned by: FratAk Gow�t �j \'•--27�.45 .3 .a214F7 Ann Marie Sharpe, Director Risk Management Department R.E. Chisholm Architects, Inc., a Florida Profit Corporation Robert E. Chisholm, FAIA, NCARB Print Name, Title CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: alb Navttia. `— 850CF6C372DD42A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: ,—DocuSigned by: 00Gisat4 Ill `— 847-74E9FL88248 D... George K. Wysong III, City Attorney DS^ 24-2135 Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 Amendment No. 1 to the Professional Services Agreement with R.E. Chisholm Architects, Inc. for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) HEREBY CERTIFY that at a meeting of the Board of Directors of R.E. Chisholm Architects, Inc. , a corporation organized and existing under the laws of the State of Florida held on the 30th day of July , 2024 a resolution was duly passed and adopted authorizing (Name) Robert E. Chisholm, FAIA as (Title) Chairman / CEO 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. further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 30th day of July 20 24 . Secretary: Print: Uiliam CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , 20_ a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 Amendment No. 1 to the Professional Services Agreement with R.E. Chisholm Architects, Inc. for Miscellaneous Architectural and Landscape Architectural 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, 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 Florida ) ) SS: COUNTY OF Miami -Dade ) The foregoing instrument was acknowledged before me this 30th day of July 2024, by Robert E. Chisholm, FAIA , who is personally known to me or who has produced Personally Known as identification and who (did / did not V- an oath. SIGNAT RE OF NO ARY PUBLIC STATE OF Florida Paula C. Bravo PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC PAULAC. BRAVO :,r- MY COMMISSION #HH481583 0:R€S:April 25, 2028 Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 ($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: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 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. Docu� si n Envelo a ID g p . UQL L• I LIM9-0VJC-41-44-MOC4-1-044/ D/ LILJ I rys° " ` CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/25/2023 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 be endorsed. If SUBROGATIONIS 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 PAYCHEX INSURANCE AGENCY INC 76210705 225 KENNETH DR STE 110 ROCHESTER NY 14623 CONTACT NAME: PHONE (877) 266-6850 (A/C, No, Ext): FAX (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: Twin City Fire Insurance Company 29459 INSURED R E CHISHOLM ARCHITECTS, INC. 782 NW 42ND AVE STE 650 MIAMI FL 33126-5547 INSURER B : INSURERC: INSURERD: 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.NOTVNTHSTANDING 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 INSR SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY OCCUR EACH OCCURRENCE CLAIMS -MADE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO-LOC PER: GENERAL AGGREGATE PRODUCTS - COMP/OPAGG AUTOMOBILE — _ — LIABILITY ANY AUTO ALLOWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS Approved byTerryQuevado �� 07/25/2024 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) _ PROPERTY DAMAGE (Per accident) _ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS- MADE EACH OCCURRENCE AGGREGATE DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY Y/N PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A 76 WEG G13188 12/24/2023 12/24/2024 x PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. City of Miami is an Additional Insured per the Business Liability Coverage Form SS0008, and the Hired Auto and Non -Owned Auto Endorsement SS0438 attached to this Policy. Coverage is primary and non-contributory per the Business Liability Coverage Form SS0008 attached to this policy. CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI PROCUREMENT DEPT. 444 SW 2ND AVE FL 6 MIAMI FL 33130-1910 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 AC o® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/20/2023 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 Collinsworth Ins & Risk Mgmt Services In P.O. Box 661628 Miami Springs FL 33266 CONTACT NAME: Erinn E Collinsworth PHONE FAX (A/C No Ext): (786) 930-4795 (A/C,No): (786) 930-4794 E-MAIL ADDRESS: erinn@collinsworthinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: The Phoenix Insurance Company 25623 INSURED R.E. Chisholm Architects, Inc. 782 NW 42nd Avenue Miami FL 33126 (305) 661-2070 INSURERB: Travelers Property Casualty of 25674 INSURERC: Liberty Insurance Underwriters 19917 INSURERD: INSURERE: INSURERF: COVERAGES RG CERTIFICATE NUMBER: Cert ID 18066 (7) REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 680-0K381225 Approved by Terry Que 12/02/2023 ado 07/25/2024 12/02/2024 EACH OCCURRENCE $ 1, 000, 000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMSESO(Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10, 000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES 'ECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 Empl Benefits Liab $ 1,000,000 A AUTOMOBILE X LIABILITY ANY AUTO OWNED X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 680-0K381225 12/02/2023 12/02/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILYINJURY(Perperson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLALIAB EXCESS LIAB X O OCCUR CLAIMS -MADE CUP-0K381599 12/02/2023 12/02/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1, 000, 000 DED X RETENTION $ 10, 000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ C Professional Liability AEXNYABEO6W005 Claims Made Basis 12/02/2023 12/02/2024 Each Claim Policy Aggregate $ 2,000,000 $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) When required by written agreement, Certificate Holder is named as additional insured, excluding professional services, on the General and Auto Liability; the General Liability is primary and non-contributory to that of the Certificate Holder; the General Liability provides for a Waiver of Subrogation in favor of the Certificate Holder. Issuing companies will provide 30 days written notice of cancellation and/or non -renewal; 10 days for non-payment of premium. Retro Date on the Professional Liability policy is 1/10/1982. CERTIFICATE HOLDER CANCELLATION City of Miami Procurement Department - 444 SW 2nd Ave., Floor 6 Miami FL 33130 MRC Bldg 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 IA. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 1 of 1 Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 From: Ouevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles. Yesenia Subject: RE: Updated COI - R.E. Chisholm Architects, Inc. - WC Exp 12-24-2023 Date: Thursday, July 25, 2024 2:34:13 PM Attachments: imaoe003.onq image005.pnq Luis The certificates are adequate. Regards, PJ'I C/ // Get e 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 -Sews y, S etacc ry, atird %a orrccry ata garsusurrc From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, July 25, 2024 2:12 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Updated COI - R.E. Chisholm Architects, Inc. - WC Exp 12-24-2023 Good afternoon, Please review and approve. Best regards, Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 DIVISION OF CORPORATIONS Dsmiao �f W official State of Florida wriAate Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation R.E. CHISHOLM ARCHITECTS, INC. Filing Information Document Number K83992 FEI/EIN Number 65-0131871 Date Filed 04/28/1989 Effective Date 05/01/1989 State FL Status ACTIVE Principal Address 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Changed: 02/21/2018 Mailing Address 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Changed: 02/21/2018 Registered Agent Name & Address CHISHOLM, ROBERT E. 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Name Changed: 02/21/2018 Address Changed: 02/21/2018 Officer/Director Detail Name & Address Title PRES Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 CHISHOLM, ROBERT E 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Title TR CHISHOLM, ROBERT M 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Title S CHISHOLM, LILLIAM F 782 NW 42nd Ave Suite #650 MIAMI, FL 33126 Annual Reports Report Year Filed Date 2022 01/25/2022 2023 01 /11 /2023 2024 01 /11 /2024 Document Images 01 /11 /2024 -- ANNUAL REPORT 01 /11 /2023 -- ANNUAL REPORT 01 /25/2022 -- ANNUAL REPORT 01/12/2021 --ANNUAL REPORT 01 /14/2020 -- ANNUAL REPORT 05/20/2019 -- ANNUAL REPORT 02/21/2018 -- ANNUAL REPORT 01 /10/2017 -- ANNUAL REPORT 01 /07/2016 -- ANNUAL REPORT 01/21/2015--ANNUAL REPORT 01 /20/2014 -- ANNUAL REPORT 01 /17/2013 -- ANNUAL REPORT 01 /04/2012 -- ANNUAL REPORT 04/26/2011 -- ANNUAL REPORT 08/30/2010 -- Reg. Agent Change 03/29/2010 -- ANNUAL REPORT 02/06/2009 -- ANNUAL REPORT 02/13/2008 -- ANNUAL REPORT 03/26/2007 -- ANNUAL REPORT 01 /09/2006 -- ANNUAL REPORT 01 /28/2005 -- 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 Docusign Envelope ID: 56CC1 DA4-803E-4F42-A8E4-F3427B7D2314 01 /20/2004 -- ANNUAL REPORT 01 /21 /2003 -- ANNUAL REPORT 01 /30/2002 -- ANNUAL REPORT 01/25/2001 --ANNUAL REPORT 02/01/2000 -- ANNUAL REPORT 01 /18/2000 -- ANNUAL REPORT 01 /28/1999 -- ANNUAL REPORT 01 /20/1998 -- ANNUAL REPORT 01 /21 /1997 -- ANNUAL REPORT 01 /31 /1996 -- ANNUAL REPORT 02/27/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Monday, December 16, 2024 1:42 PM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Subject: Document Distribution RFQ 21-22-017 - Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements -RE Chisholm Architects, Inc. Attachments: Amendment_No_1_RFQ_21-22-017_-_Misc_Arch_Landscape-RE Chisholm -Executed 12-13-2024.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha/Reinike You may now close this Matter ID 24-2135 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Amendment No. 1 First Party: City of Miami Second Party: RE Chisholm Architects, Inc. Program/Purpose: Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Effective Date: 12/13/2024 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