Loading...
HomeMy WebLinkAbout25328AGREEMENT INFORMATION AGREEMENT NUMBER 25328 NAME/TYPE OF AGREEMENT HAZEN & SAWYER, P.C. DESCRIPTION AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT/CAPITAL IMROVEMENTS PROGRAM SUPPORT SERVICES RFQ NO. 21-22-018/FILE ID: 16372/R-24- 0307/MATTER I D : 24-1876 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 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: Hazen and Sawyer, P.C. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 7,000,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): Increase Capacity of PSA with Hazen and Sawyer, P.C. under RFQ No. 21-22-018 - Capital Improvements Program Support Services • NO NO 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. August 26, 2024 Annie Perez, CPPO 08:49:39 EDT SIGNATURE:[71 DocuSigned by: ""``' RISK MANAGEMENT August 26, 2024 An Marie Sharpe 08: 54:32 EDT SIGNATURE: �8954OSigned by: t-tini CITY ATTORNEY /s/TMF 24-1876 Matter ID# 12-1876��/ November 22 , 2 rye f51/V py® IT SIGNATURE: `-5 5F r—DocuSigned by: -0 Funding is determined upon PO BUDGET OFFICE issuance & available funds in project LEM December 12, 2024 Marie Gouin 110:07:28 EST SIGNATURE: `-887781- FE882d ,--DocuSigned by. `�� � 17 sF6E83WW:res4 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER December 12 , 2024 ar SVR12: EST SIGNATURE: �DocuSigned by: ' "V'" (,Y i Spvi \=C'9D2"6'07697En ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: CHIEF OF INFRASTRUCTURE ASSISTANT CITY MANAGER,December 12, 2024 Asael Marrero 1 11:25:12 EST SIGNATURE: ,--DocuSigned by '' -'w""' cnF4AngARns DEPUTY CITY MANAGER December 12 , 2D�ys i a RIep oo4lieTI�i ms SIGNATURE: ,—DocuSigned b Nf4i4A CITY MANAGER December 13, 2 t4hulr O i M8 EST SIGNATURE: Todd Hannon 1 20:16:58 EST SIGNATURE: r—DocuSignedb 66ND `-850CF6C372DC ,—DocuSigned by `—pasnzsnnncE CITY CLERK December 13, 2024 68... 59 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24201 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D PROFESSIONAL SERVICES AGREEMENT/AMENDMENT OVERVIEW PSA TITLE: Capital Improvements Program Support Services 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: 0 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. 2 increases the capacity of the contract to $7,000,000.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? 0 YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 24-0307 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall be responsible for assisting with the administration and management of the City's comprehensive Program. The Services will include, but may not be limited to, specific management oversight of vertical and horizontal projects, which encompass planning, quality control/quality assurance, permitting, and construction activities, as well as related services. The scope and duration of an individual project may extend over multiple years. 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 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? June 4, 2026 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $1,381,361.36 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH HAZEN AND SAWYER, P.C. FOR CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES CONTRACT RFQ NO. 21-22-018 This Amendment No. 2 to the Professional Services Agreement dated June 5, 2023 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Hazen and Sawyer, P.C. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of capital improvements program support services ("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. 21-22-018, the City Manager executed an Agreement with Consultant for an amount of $500,000.00; and WHEREAS, on November 20, 2023, Amendment No. 1 increased the capacity to $3,000,000.00, plus $1,000,000.00 per renewal year for the two (2) one (1)-year options to renew; 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. 2 to the Agreement increases the capacity of the Agreement by $2,000,000.00, thereby increasing the Agreement value from $3,000,000.00 to an amount of $5,000,000.00, plus $1,000,000.00 per renewal year for the two (2) one (1)-year options to renew; and WHEREAS, the City Commission has adopted Resolution No. 24-0307, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Amendment No. 2 to the Professional Services Agreement with Hazen and Sawyer, P.C. for Capital Improvements Program Support Services. 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 Five Million Dollars ($5,000,000.00) during the initial three (3)-year term, plus One Million Dollars ($1,000,000.00) for each one-year renewal, for a total of Seven Million Dollars ($7,000,000.00) over the term of the Agreement including any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act for Continuing Contracts, and other limitations on compensation, as applicable. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Amendment No. 2 to the Professional Services Agreement with Hazen and Sawyer, P.C. for Capital Improvements Program Support Services. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST= Hazen and Sawyer, P.C., a Foreign Profit Corporation 5i ature Beth Waters, Senior Associate Print Name, Title ATTEST: Consultant Secreta (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: a5€9E?6F Todd B. Hannon, City Clerk Signed by: Jayson J. Page, Vice President Print Name, Title CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: alb Nalntla. 85®D D�}42A... Arthur onega V, City Manager APPROVED AS TO INSURAN APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,-DocuSigned by: S Ann Marie Sharpe, Director Risk Management Department DocuSigned by: La t,avroc, Misat4 Ill 87'EgF George ysong III, City Attorney Ds 24-1876 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Amendment No. 2 to the Professional Services Agreement with Hazen and Sawyer, P.C. for Capital Improvements Program Support Services. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Hazen and Sawyer, P C , a corporation organized and existing under the laws of the State of New York , held on the lath day of April , 2021 a resolution was duly passed and adopted authorizing (Name) Jaysan Page as (Title) Vice President 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 lath day of July 20 24 Secretary: Print: 90--a- 13. 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 partners: Name Street Address City State Zip Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Amendment No. 2 to the Professional Services Agreement with Hazen and Sawyer, P.C. for Capital Improvements Program Support Services. CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 . Signed: Print: NOTARIZATION STATE OF Or� g3k_q SS: COUNTY OF The foregoing instrument was acknowledged before me this 3 day of `A\ ‘01 2u2.4 by ::+4m b— -ir . , who is personally known to me or who has produced as identification and who (did / did not) take an oath. 1) r SIGNATURE OF NOTARY PUBLIC STATE OF F ob— PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC MARY PEREZ *= MY COMMISSION # HH 232289 0 •` ? EXPIRES: Febniary 22, 2028 yOr iM1 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D ($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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D HAZE&SA-01 KGODWIN , ,d►coRO CERTIFICATE OF LIABILITY INSURANCE �� DATE(M 3/28/202YYY) 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 Ames & Gough 8300 Greensboro Drive Suite 980 McLean, VA 22102 CONTACT NAME: PHONE (A/c, No, Ext): (703) 827-2277 FAX No):(703) 827-2279 a DD RIEss: admin@amesgough.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : American Casualty Co of Reading, PA A(XV) 20427 INSURED Hazen and Sawyer 498 Seventh Avenue New York, NY 10018 INSURER B : National Fire Insurance Company of Hartford A(XV) 20478 INSURER C : Continental Casualty Company (CNA) A, XV 20443 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. 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 7036845683 Approved by Terry Quevado 3/29/2024 04/01/2024 3/29/2025 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 1,000,000 $ X Contractual Liab. MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PED PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON-OWNEDUUON 7036845635 3/29/2024 3/29/2025 COMBINED SINGLE LIMIT (Ea accident) 1,000 000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per PROPERTY $ Comp./Coll. Ded $ 1,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ 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 7036845652 3/29/2024 3/29/2025 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 $ C Professional Liab. AEH008231489 3/29/2024 3/29/2025 Per Claim/Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: RFQ #21-22-018-1, CAPITAL IMPROVEMENTS PROGRAM SUPPORT SERVICES Professional Liability Policy Retro Date/Knowledge Date is 3/29/1980. The City of Miami, FL is included as additional insured with respect to General Liability and Automobile Liability when required by written contract. General Liability and Automobile Liability are primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and when required by written contract. General Liability, Automobile Liability, and Workers Compensation policies include a waiver of subrogation in favor of the additional insureds where permissible by state law and when required by written contract. 30-day Notice of Cancellation will be SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION Cityof Miami,FL Office of the City Manager 444 SW 2nd Ave, 10th Floor 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: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D AGENCY CUSTOMER ID: HAZE&SA-01 KGODWIN LOC #: 0 AFRO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Ames & Gough POLICY NUMBER SEE PAGE 1 CARRIER SEE PAGE 1 NAIC CODE SEE P 1 NAMED INSURED Hazen and Sawyer 498 Seventh Avenue New York, NY 10018 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/Locations/Vehicles: issued for the General Liability, Automobile Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions. Pollution Liability coverage is provided and included within the Professional Liability policy noted above. It shares the limits of the Professional Liability policy. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D From: Ouevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles. Yesenia Subject: RE: Hazen and Sawyer - Renewal Certificate of Insurance Date: Monday, April 1, 2024 6:53:16 AM Attachments: imaoe003.onq image005.pnq Luis The COI is adequate. Regards, PJ'I C/ // Gel 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: Friday, March 29, 2024 9:08 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Hazen and Sawyer - Renewal Certificate of Insurance Good morning, Please review and approve. Best regards, Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D DIVISION OF CORPORATIONS J%11 I�y////��tyniJi`I of rl I('� �r � Jr_PDr� ' r`J1\ Li on official 5l ik of Florida websire Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation HAZEN AND SAWYER, P.C. Filing Information Document Number 841657 FEI/EIN Number 13-2904652 Date Filed 10/18/1978 State NY Status ACTIVE Last Event AMENDMENT Event Date Filed 08/10/1987 Event Effective Date NONE Principal Address 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Changed: 03/09/2016 Mailing Address 498 Seventh Ave, l l th Floor New York, NY 10018 Changed: 01/22/2016 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 06/30/2005 Address Changed: 06/30/2005 Officer/Director Detail Name & Address Title President, Director Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Taylor, Ronald L 4011 WestChase Blvd. Suite 500 Raleigh, NC 27607 Title VP Davis, Patrick A 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title VP Chiriboga, Fernando B 999 Ponce de Leon Blvd. Suite 1150 Coral Gables, FL 33134 Title VP, Director, Secretary Haubner, Gary 7870 East Kemper Road Suite 300 Cincinnati, OH 45249 Title VP Mehrotra, Sandeep 498 Seventh Ave, llth Floor New York, NY 10018 Title VP, Director Pitt, Paul 90 NEW MONTGOMERY STREET SUITE 333 San Francisco, CA 94105 Title VP, Director Stone, Alan 4011 WestChase Blvd. Suite 500 Raleigh, NC 27607 Title Senior Vice President, Director TAYLOR, ROBERT B 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Title VP, Treasuer, CFO Crayon, William 498 Seventh Ave, 11 th Floor New York, NY 10018 Title VP, Director Carney, Patricia A 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title VP Page, Jayson J 999 Ponce de Leon Blvd. Suite 1150 Coral Gables, FL 33134 Title VP Joykutty, Shajan 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title VP Muniz, Albert 2101 NW Corporate Blvd. Suite 301 Boca Raton, FL 33431 Title VP Anderson, Damann L 1000 N. Ashley Drive Suite 1000 Tampa, FL 33602 Title VP Bors, Gary W 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title VP Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Dieffenthaller, Andre A. 1000 N. Ashley Drive Suite 1000 Tampa, FL 33602 Title VP Wietgrefe, Janeen M. 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title Associate Vice President Cooke, JOHN PHILIP 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title Associate Vice President Regalado, Guillermo 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title Associate Vice President Pfeffer, Kurt A 2101 NW Corporate Blvd. Suite 301 Boca Raton, FL 33431 Title Associate Vice President Baar, David A 1000 N. ASHLEY DRIVE SUITE 1000 TAMPA, FL 33602 Title Associate Vice President Kish, Christopher L. 999 PONCE DE LEON BLVD SUITE 1150 CORAL GABLES, FL 33134 Title Associate Vice President Koroshec, John C. 2101 NW CORPORATE BLVD SUITE 301 Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D BOCA RATON, FL 33431 Title Associate Vice President McMahon, Jennifer N. 4000 HOLLYWOOD BLVD. SUITE 750N HOLLYWOOD, FL 33021 Title Associate Vice President Myers, Ervin B., Jr. 2420 S. LAKEMONT AVENUE SUITE 325 Orlando, FL 32814 Title Associate Vice President Schroeder, John P. 1000 N. ASHLEY DRIVE SUITE 1000 TAMPA, FL 33602 Title Manager Bulman, Gerrit R 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title SENIOR ASSOCIATE GRIBORIO, ALONSO G 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title ASSOCIATE VICE PRESIDENT VADIVELOO, ENRIQUE 4000 Hollywood Blvd. Suite 750N Hollywood, FL 33021 Title ASSOCIATE VICE PRESIDENT Castro, Orlando J 999 PONCE DE LEON BLVD. SUITE 1150 CORAL GABLES, FL 33134 Title ASSOCIATE VICE PRESIDENT Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D Kremers, Holly P 1000 N. ASHLEY DRIVE SUITE 1000 TAMPA, FL 33602 Title ASSOCIATE VICE PRESIDENT Brown, George 4000 HOLLYWOOD BLVD. 750N HOLLYWOOD, FL 33431 Annual Reports Report Year Filed Date 2022 01/12/2022 2023 01/24/2023 2024 01/12/2024 Document Images 01 /12/2024 -- ANNUAL REPORT 01 /24/2023 -- ANNUAL REPORT 08/12/2022 -- AMENDED ANNUAL REPORT 08/11/2022 -- AMENDED ANNUAL REPORT 01 /12/2022 -- ANNUAL REPORT 04/27/2021 -- AMENDED ANNUAL REPORT 03/31/2021 -- AMENDED ANNUAL REPORT 01/11/2021 --ANNUAL REPORT 01 /27/2020 -- ANNUAL REPORT 01 /14/2019 -- ANNUAL REPORT 01 /08/2018 -- ANNUAL REPORT 01 /09/2017 -- ANNUAL REPORT 03/09/2016 -- AMENDED ANNUAL REPORT 01 /22/2016 -- ANNUAL REPORT 02/23/2015 -- ANNUAL REPORT 01 /13/2014 -- ANNUAL REPORT 01 /23/2013 -- ANNUAL REPORT 01 /26/2012 -- ANNUAL REPORT 01/04/2011 --ANNUAL REPORT 01 /26/2010 -- ANNUAL REPORT 01 /19/2009 -- ANNUAL REPORT 02/26/2008 -- ANNUAL REPORT 01 /29/2007 -- ANNUAL REPORT 01 /12/2006 -- ANNUAL REPORT 06/30/2005 -- Reg. Agent Change 01 /14/2005 -- ANNUAL REPORT 02/09/2004 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Docusign Envelope ID: 1331 B9B3-FF8D-43AF-8A9A-12F7BF4A763D 03/06/2003 -- ANNUAL REPORT 03/14/2002 -- ANNUAL REPORT 05/03/2001 --ANNUAL REPORT 03/20/2000 -- ANNUAL REPORT 02/23/1999 -- ANNUAL REPORT 02/03/1998 -- ANNUAL REPORT 01 /15/1997 -- ANNUAL REPORT 01/31/1996 -- ANNUAL REPORT 01 /19/1995 -- 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 Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Monday, December 16, 2024 1:51 PM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Lima, Cristiane; Roberts, Frankeetha; Fossler, Thomas; Sagesse, Max; Sidan, Clara; Gomez, Humberto; Marquez, Giraldo; Dubuisson, Fabiola; Romero, Javier; Gomez, Humberto; Roberts, Frankeetha Subject: Document Distribution - Amendment No 2 RFQ 21-22-018 - Capital Improvements Program Support Services - Hazen and Sawyer, PC Attachments: Amendment No 2 RFQ_21-22-018_-Hazen and Sawyer -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 You may now close this Matter ID 24- 1876 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 2 First Party: City of Miami Second Party: Hazen and Sawyer, PC Program/Purpose: Capital Improvements Program Support Services 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