Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25344
AGREEMENT INFORMATION AGREEMENT NUMBER 25344 NAME/TYPE OF AGREEMENT RS&H, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS RFQ NO. 16-17-063/FILE ID: 16372/R-24-0307/MATTER ID: 24-1830 EFFECTIVE DATE December 19, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/19/2024 DATE RECEIVED FROM ISSUING DEPT. 12/19/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: RS&H, Inc. EXT. 1913 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 RS&H, Inc. under RFQ 16-17-063 Civil Engineering Services for Miscellaneous Projects COMMISSION APPROVAL DATE: 07/25/2024 FILE ID: 16372 ENACTMENT NO.: R-24-0307 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR CHIEF PROCUREMENT OFFICER Reviewed and OK to proceed. Fernando V. Ponassi October 4, 2024 qqn ie PPQ rez, PO I1:5i. 4 EDT SIGNATURE: ocuSigned t PAA.,:t. RISK MANAGEMENT October 4, 202 An MarieShare540EB73CP 4 11: 56 : 5l EDT SIGNATURE: ,—DocuSigned t ttmi 6 Funding i s determined upon PO BUDGET OFFICE g p issuance LEM 10/25/24 October 25, 202 arie U 1 60: �:08 EDT SIGNATURE: `-55349B495F2 DocuSigned rp --//P" CITY ATTORNEY /s/TMF 24-1830 Matter ID No. 24-1830 November 22, KK� W IIT Z�g�rg r I2:�� n � EST SIGNATURE: 5F6E831796C ,—DocuSigned b at-brOt, -.•=8-8776E9FE88i ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 27, 2024 Larry M. Spring, Jr., CPA I 11: 52 :02 EST SIGNATURE: DocuSigned b ' "V''" (,Y i Spf \=c91326021397E ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 3, 2024 Asael "Ace" Marrero, AIA I 07:51:46 EST SIGNATURE: DocuSigned b COF4AD9ABO3 DEPUTY CITY MANAGER December 17, 20� taPh959 3 EIVams SIGNATURE: DocuSigned Ne4444 C g4&7444.73f4€ CITY MANAGER December 18, 2 eaa V. 4hu1r nilY/ : 30 EST SIGNATURE: DocuSigned t � �_ aVTuk' IU CITY CLERK December 19, 20 d11-1111 o 3:45 EST SIGNATURE: 850-CF6-C372C �DocuSignedb '—E46D7560DCF 468... v: 480... 495... 00(isa14 48B... 4D4 45A.. v: D42A... 459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24197 Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 AMENDMENT OVERVIEW PSA TITLE: RFQ 16-17-063 Civil engineering Services for Miscellaneous Projects — RS&H, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ Z City Manager - Authority level of $ 500,000.00 ❑ City Commission - RESOLUTION No. N/A 2. PROCUREMENT METHOD: L RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Yes, Amendment No.1 increases the capacity of the contract to $1,000,000.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? L YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 24-0307 5. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide planning and complete engineering design services, construction documents, construction administration, and various reports for the successful, timely, and economical completion of civil engineering related projects. Projects will include, but are not limited to, roadway reconstruction or resurfacing; drainage improvements; storm water management; sea level rise and resilience; swale restoration; curbs, gutters, sidewalks, and lighting improvements; landscaping; traffic calming devices; seawalls and baywalks; signage and striping; verification of City's Pavement Analysis Report within the Project area; digital recording of existing conditions in the Project area; researching 311 calls for various complaints; and completing any survey, geotechnical, and utility coordination required to produce complete sets of signed and sealed construction documents, specifications and estimate of probable construction costs for the Project. Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 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? December 30, 2024 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $381,801.52 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH RS&H, INC. FOR CIVIL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS CONTRACT RFQ NO. 16-17-063 This Amendment No. 1 to the Professional Services Agreement dated September 7, 2018 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and RS&H, Inc. ("Consultant"), a Florida Profit Corporation, for the provision of civil engineering services for miscellaneous projects ("Services") for the Office of Capital Improvements ("OCI") is entered into this l9th day of December , 2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 16-17-063, 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Amendment No. 1 to the Professional Services Agreement with RS&H, Inc. for Civil Engineering Services for Miscellaneous Projects. 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Amendment No. 1 to the Professional Services Agreement with RS&H, Inc. for Civil Engineering Services for Miscellaneous Projects. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: RS&H, Inc., a Florida Profit Corporation Signature Cathy G. Scott, Asst. Corporate Secretary Samuel E. Gonzalez, Vice President Print Name, Title Print Name, Title ATTEST: Consant Secretary Marlon F. Starr (Affirm Consultant Seal, if available) ATTEST: „„, CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by:DocuSigned by: r €46969B6F-'F439... Todd B. Hannon, City Clerk Signed bv: avfLAY -8§06F€C372D 42A... Arthur Noriega V, City Manager APPROVED AS TO INSURA APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: DocuSigned by: DocuSigned by: Itvni ,hr� i1�1�sat4 111 ss�4 ga��F�s� Ann arse harpe, Director E9FCf3fl240C3. George K. Wysong III, City Attorney Risk Management Department 24-1830 DS Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Amendment No. 1 to the Professional Services Agreement with RS&H, Inc. for Civil Engineering Services for Miscellaneous Projects. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of RS&H, Inc. , a corporation organized and existing under the laws of the State of Florida , held on the 14th day of November , 2023 a resolution was duly passed and adopted authorizing (Name) Samuel E. Gonzalez 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 this22nd day of August 20 24 . Secreta Print: Marlon F. Starr, EVP/CLO/Corp. Secretary CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _ day of , 20_ a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Amendment No. 1 to the Professional Services Agreement with RS&H, Inc. for Civil Engineering Services for Miscellaneous Projects. 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 ? A ) SS: COUNTY OF -31zr1wA� n ) The foregoing instrument was acknowledged before me this --? day of , 20�(4 by SCAN-%(�vr-�c,.1 ez who is personally known to me or who has produced as identification and who (did / did not) take an oath. S GNATURE OF NOTARY PUBLIC SIALLOF IM $ aL '>: Q. cTAM PFD a. ) NAME OF NOTARY PUBLIC SHANNON H. MCDONALD MY COMMISSION # HH 429431 FXPIRFS• Orinhar?4, 9n17 Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 ($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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 / A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/19/2024 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 Brown & Brown Insurance Services, Inc. 10151 Deerwood Park Blvd Bldg 100, Ste 100 Jacksonville FL 32256 CONTACT Danielle Conklin NAME: PHONE o, Ext): (904) 565-8286 FAX No): (904) 565-2440 E-MAIL Danielle.Conklin@bbrown.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED RS&H, Inc 10748 Deerwood Pk Blvd S See Second Page for All Named Insureds Jacksonville FL 32256 INSURER B : American Guarantee and Liability Insurance Company 26247 INSURER C: Travelers Property Casualty Company of America 25674 INSURER D : Continental Insurance Company 35289 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 24-25 Liability 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 GL01466409-02 Approved by Frank Gomez 06/28/2024 06/24/2024 06/28/2025 EACH OCCURRENCE 2,000,000 $DAMAGE CLAIMS -MADE X OCCUR TO RETED PREMISES (Ea occurrence) $ 300,000 X Blanket Al- PNC MED EXP (Any one person) $ 1 0,000 X Blanket WOS PERSONAL &ADV INJURY $ 2,000,000 GENIIAGGREGATE P POLICY POLICY OTHER: X LIMIT APPLIES PRO - PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS -COMP/OPAGG $ 4,000,000 $ A AUTOMOBILE X _ _ X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY Blanket Al X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Blanket WOS Y BAP1469564-02 06/28/2024 06/28/2025 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE See Attached 06/28/2024 06/28/2025 EACH OCCURRENCE $ 29,000,000 AGGREGATE $ 29,000,000 DED X RETENTION $ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N /A WC0411471-02 06/28/2024 06/28/2025 X PER STATUTE OTH ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is included as additional insured with respects to the Auto Liability policy when required by written contract. 30 day notice of cancellation provided per policy provisions. GL to reflect the City as additional insured on a primary and non contributory basis, along with coverage for contingent and contractual exposures and XCU hazards. CERTIFICATE HOLDER CANCELLATION I City of Miami 444 S.W. 2nd Ave, 6th Floor Miami FL 331301- 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 r` —� ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown Insurance Services, Inc. NAMED INSURED RS&H, Inc POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes Umbrella Total Limit: $29,000,000 Primary $9M -American Guarantee and Liability Insurance Company; Policy #AUC-1469558-02 $10M XS $9M - Travelers Property Casualty Company of America; Policy #EX-6T35064A-24-NF $10M XS $19M - Continental Insurance Company; Policy #7039681430 NAMED INSURED LIST: HB&A, LLC Reynolds, Smith and Hills Architects — Engineers Planners, P.A. Reynolds, Smith and Hills CS, Incorporated Reynolds, Smith and Hills, Inc. RS&H Alabama, Inc RS&H Architect and Engineer, P.C. RS&H Architects -Engineers -Planners, Inc. RS&H Arkansas, Inc. RS&H California, Inc. RS&H Commercial Realty, Inc. RS&H Idaho, P.C. RS&H Illinois, inc. RS&H Iowa, P.0 RS&H Maryland, Inc. RS&H Massachusetts, Inc. RS&H Michigan, Inc. RS&H Mississippi, P.C. RS&H Montana, P.C. RS&H Nevada, Inc. RS&H Ohio, Inc. RS&H Oregon, Architects -Engineers -Planner, P.C. RS&H Pennsylvania, Inc. Tsiouvaras Simmons Holderness, Inc. ACORD 101 (2008/01) © 2008ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 AcoRO° CERTIFICATE OF LIABILITY INSURANCE �------ DATE (MM/DD/YYYY) 6/25/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta GA 30022 CONTACT NAME: Grayling COI Specialist PHONE FAX (A/C, No, Ext): 770.756.6599 (A/C, No): E-MAIL ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Lloyd's of London 85202 INSURED RS&HINC RS&H, Inc. 10748 Deerwood Park Blvd South Jacksonville FL 32256 INSURERS: INSURERC: INSURERD: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1339148228 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ 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 $ A Professional Liab Incl. Pollution B0146LDUSA2404894 6/28/2024 6/28/2025 Per Claim Aggregate $5,000,000 $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Retro Date 01 /01 /1942 CERTIFICATE HOLDER CANCELLATION City of Miami 444 S.W. 2nd Ave., 8th Floor Miami FL 33130-0000 I 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis Subject: RE: COI-RS&H - Expired 06/28/2024 Date: Thursday, June 27, 2024 10:58:46 AM Attachments: imaoe003.onq image007.pnq Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, June 27, 2024 10:49 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Subject: RE: COI-RS&H - Expired 06/28/2024 Hi Frank, Please review and approve. Best regards, Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 DIVISION OF CORPORATIONS '(11i1-31.org C J 'Pr?ArfrI ! rtr! official 5itae of Florida saebsire Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation RS&H, INC. Filing Information Document Number L38717 FEI/EIN Number 59-2986466 Date Filed 12/28/1989 Effective Date 12/31/1989 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/05/2023 Event Effective Date NONE Principal Address 10748 DEERWOOD PARK BLVD. SOUTH SUITE 300 JACKSONVILLE, FL 32256 Changed: 02/14/2003 Mailing Address 10748 DEERWOOD PARK BLVD. SOUTH ATTN: CATHY SCOTT SUITE 300 JACKSONVILLE, FL 32256 Changed: 01/28/2019 Registered Agent Name & Address NRAI Services, Inc. 1200 South Pine Island Road Plantation, FL 33324 Name Changed: 01/28/2019 Address Changed: 01/28/2019 Officer/Director Detail Name & Address Docusign Envelope ID: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Title President, CEO, Director SWEENEY, DAVID T. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title EVP, CFO, Treasurer, Director DAVIS, AMY N. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title EVP, CLO, Secretary STARR, MARLON F. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title EVP, COO, Director ROBERT, LISA M. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title VP Sill, Ronald R. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title SVP CRAWFORD, RAYMOND S. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title VP COUNTY, MORGAN M. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Title Asst. Secretary SCOTT, CATHY G. 10748 DEERWOOD PARK BLVD. SOUTH JACKSONVILLE, FL 32256 Annual Reports Report Year Filed Date 2023 02/24/2023 Docusign Envelope ID: 80CCB5AE-526E-439C-8BOA-5A59699CB7C8 2023 2024 08/16/2023 02/14/2024 Document Images 02/14/2024 -- ANNUAL REPORT 09/05/2023 -- Amendment 08/16/2023 -- AMENDED ANNUAL REPORT 02/24/2023 -- ANNUAL REPORT 02/02/2022 -- ANNUAL REPORT 02/01/2021 --ANNUAL REPORT 01 /09/2020 -- ANNUAL REPORT 01 /28/2019 -- ANNUAL REPORT 02/13/2018 -- ANNUAL REPORT 02/10/2017 -- ANNUAL REPORT 01 /04/2016 -- ANNUAL REPORT 01 /26/2015 -- ANNUAL REPORT 01 /31 /2014 -- ANNUAL REPORT 01 /27/2014 -- Name Change 12/17/2013 -- Merger 01 /29/2013 -- ANNUAL REPORT 02/02/2012 -- ANNUAL REPORT 01/13/2011 --ANNUAL REPORT 01 /28/2010 -- ANNUAL REPORT 03/24/2009 -- ANNUAL REPORT 04/21/2008 -- ANNUAL REPORT 07/23/2007 -- ANNUAL REPORT 03/20/2007 -- ANNUAL REPORT 04/28/2006 -- ANNUAL REPORT 04/22/2005 -- ANNUAL REPORT 04/22/2004 -- ANNUAL REPORT 02/14/2003 -- ANNUAL REPORT 05/16/2002 -- ANNUAL REPORT 05/10/2001 --ANNUAL REPORT 01 /19/2000 -- ANNUAL REPORT 02/27/1999 -- ANNUAL REPORT 01 /28/1998 -- ANNUAL REPORT 02/10/1997 -- ANNUAL REPORT 02/02/1996 -- ANNUAL REPORT 04/13/1995 -- ANNUAL REPORT 01 /20/1995 -- ANNUAL REPORT 01 /20/1995 -- 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 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: 80CCB5AE-526E-439C-8B0A-5A59699CB7C8 Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Thursday, December 19, 2024 12:10 PM To: Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cc: Cambridge, Susan; Hannon, Todd; Olivera, Rosemary; Lima, Cristiane; Roberts, Frankeetha; Fossler, Thomas; Sagesse, Max; Sidan, Clara; Marquez, Giraldo; Dubuisson, Fabiola; Romero, Javier; Gomez, Humberto; Roberts, Frankeetha Subject: Document Distribution - Amendment No 1 RFQ 16-17-063 - Civil Engineering Services for Misc. Projects - RS&H, Inc. Attachments: Amendment_No_1_RFQ_16-17-063_Civil_Eng_Svcs for Misc Projects-RS&H-Executed 12-19-2024.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- 1830 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: RS&H, Inc. Program/Purpose: Civil Engineering Services for Misc. Projects Effective Date: 12/19/2024 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