Loading...
HomeMy WebLinkAbout25378AGREEMENT INFORMATION AGREEMENT NUMBER 25378 NAME/TYPE OF AGREEMENT AECOM TECHNICAL SERVICES, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES RFQ NO. 19-20-019/FILE ID: 16372/R-24- 0307/MATTER ID: 24-1841 EFFECTIVE DATE January 6, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 1/6/2025 DATE RECEIVED FROM ISSUING DEPT. 1/7/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 .-r�[= :• 0 to 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: AECOM Technical Services, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ $11,500,000.00 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 AECOM Technical Services, Inc. under RFQ No. 19-20-019 Citywide Program Management Support Services 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 September 24 Fe7rPi Annie Perez, CPPO ldb 44: fan 3s Dfor SIGNATURE: ,—Docusigned t \s-1C1-7A2J01DA7 RISK MANAGEMENT September 24, Ann M rie Sharpe 2024 15:02:46 EDT SIGNATURE: Docusigned b 'IrAI,tk G Funding is determined upon PO BUDGET OFFICE issuance LEM 10/25/24 October 25, 2024arie MM �bui42:08 EDT SIGNATURE: 2/395C63182 DocuSignedb CITY ATTORNEY /s/TMF 24-1841 Matter ID No. 24-1841 November 22, 2ffi.yerr hNom FIST SIGNATURE: F-0'EB Docusigned b � rO ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 27, 2ir4ryIM��prg.Olr1., ('Pq EST SIGNATURE: 88770E9F .., ,--' "D'ocuSignedb (,�' "Y Sp \—.76v2e97E: ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE November 22 , 2 Asael Marrero, AIA SIGNATURE:2.56 EST Do g"ed p ,cus b i u: CQF4P DEPUTY CITY MANAGER November 27, 2 131halCoMroA-NIjams SIGNATURE: DocuSignedb 11/414 CITY MANAGER January 6, 202 �r�}huf5N�V896V EST SIGNATURE: 84B70097g' —DocuSignedb a.v_i/ ..'_ t� `-850eoe CITY CLERK January 6, 2025To 11ar8fn59 EST SIGNATURE: Y-2DP Docusigned by E46D7560DCF11 y: 54FF... 144(15 4E7... 4D4.... 45A.. 41 B... 42A... 459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24200 Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 AMENDMENT OVERVIEW PSA TITLE: RFQ No. 19-20-019 Citywide Program Management Support Services — AECOM Technical Services, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ ❑ City Manager - Authority level of $ 500,000.00 ❑x City Commission - RESOLUTION No. 21-0226 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 $11,500,000.00. 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 manage, coordinate and integrate multiple, concurrent projects, at specific stages from assignment through completion. The scope of services includes, but is not limited to, (1) program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment; (2) project initiation and program monitoring, controlling and reporting; (3) project/construction management throughout the project phases (planning, design, bidding, construction, closeout, warranty or related services); (4) as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement (Procurement), and in accordance with governing state law and City ordinances and policies; (5) assisting OCI in coordinating with outside agencies, and construction inspection; (6) as needed, providing professional and technical expertise, such as architectural and engineering services and construction administration, CADD operator and construction inspector capabilities; and (7) as needed, providing program support services such as public relations, budgeting, permitting and finance staff augmentation. Other services may include value engineering analysis, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Capital Improvements Program. Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 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 29, 2025 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $3, 721, 851.46 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: 3983D40E-0083-464A-B202-A31 DEF67D733 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC. FOR CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES CONTRACT RFQ NO. 19-20-019 This Amendment No. 1 to the Professional Services Agreement dated July 30, 2021 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and AECOM Technical Services, Inc. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of citywide program management support services ("Services") for the Office of Capital Improvements ("OCI") is entered into this 06 day of January 2025 ,2024. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 19-20-019, the City Manager executed an Agreement with Consultant for an amount of $5,000,000.00, plus $2,500,000.00 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. 1 to the Agreement increases the capacity of the Agreement by $1,500,000.00, thereby increasing the Agreement value from $5,000,000.00 to an amount of $6,500,000.00, plus $2,500,000.00 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: 3983D40E-0083-464A-B202-A31 DEF67D733 Amendment No. 1 to the Professional Services Agreement with AECOM Technical Services, Inc. for Citywide Program Management 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 Six Million Five Hundred Thousand Dollars ($6,500,000.00) during the initial three (3)-year term, plus Two Million Five Hundred Thousand Dollars ($2,500,000.00) for each one-year renewal, for a total of Eleven Million Five Hundred Thousand Dollars ($11,500,000.00) 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: 3983D40E-0083-464A-B202-A31 DEF67D733 Amendment No. 1 to the Professional Services Agreement with AECOM Technical Services, Inc. for Citywide Program Management Support Services. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: AECOM Technical Services, Inc., a Foreign Profit Corporation Signature ► . u Pedro G. Hernandez, Vice President Endr razier, Vice President/Authorized Signatory Print Name, Title Prin Name, Title ATTEST: Armond Tatevossian, Secretary Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: E46D7560DCF1459... Todd B. Hannon, City Clerk ,—DocuSigned by: MLA)/ Naint,oa. `--8 OCF6C3 2Dg42A_. — — — Art ur Nonega V, City Manager APPROVED AS TO INSURANCEAPPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: r—DocuSigned by: ,—DocuSigned by: Firms Gow�t,�j `-27395C631R214F7 _ Ann Marie Sharpe, Director Risk Management Department Gurot, 00(isat4 Ill '--RR775F9FFRR24RR George K. Wysong III, City Attorney Fri‘j1C DS 24-1841 Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 Amendment No. 1 to the Professional Services Agreement with AECOM Technical Services, Inc. for Citywide Program Management Support Services. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that AFCOM Technical Services Inc , a corporation organized and ex- isting under the laws of the State of California . DO HEREBY CERTIFY, that (Name) Endrea Frazier were appointed as (Title) Vice President/Authorized Signatory 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 the Authorized Signatory, listed above, is authorized to act on behalf of the corporation. IN WITNESS WHEREOF, I have hereunto set my hand this 28th day of August 20 24 . Secretary: Print: Armond Tatevossian 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 aartners: Name Street Address City State Zip Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 Amendment No. 1 to the Professional Services Agreement with AECOM Technical Services, Inc. for Citywide Program Management 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: STATE OF COUNTY OF NOTARIZATION dada , a}�/� ) SS: d ) d The L foregoing instrument was acknowledged before me this TRH rCl4T , 24 by flIr(aHewer 2 7 day of who is mrsonally known t,. or who has produced as identification and who (did / GENEVIEVE CAVE -HUNT i Notary Pulsik • State of Florida Commission N HH 501317 My Comm. Expires mar 7, 2021 Bonded through National Notary Assn "e eavethrsie PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 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: 3983D40E-0083-464A-B202-A31 DEF67D733 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: 3983D40E-0083-464A-B202-A31 DEF67D733 ($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: 3983D40E-0083-464A-B202-A31 DEF67D733 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: 3983D40E-0083-464A-B202-A31 DEF67D733 ACCJRD® CERTIFICATE `,,,,,,„--- - CERTIFICATE OF LIABILITY INSURANCE DATE 09/0/2024 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 Marsh Risk & Insurance Services CA License #0437153 633 W. Fifth Street, Suite 1200 Los Angeles, CA 90071 Attn: LosAngeles.CertRequest@Marsh.Com CN101348564-STND-GAUE-24-25 04 2024 CONTACT NAME: Marsh U.S. Operations (A/CON No Ext)• 866-966-4664 FAX No): 212-948-0533 E-MAIL ADDRESS: LosAngeles.CertRequest@marsh.com INSURER(S) AFFORDING COVERAGE NAIC N INSURER A : ACE American Insurance Company 22667 INSURED AECOM AECOM Technical Services, Inc. 2 Alhambra Plaza, Suite 900 Coral Gables, FL 33134 INSURER B : N/A N/A INSURER C : Illinois Union Insurance Co 27960 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: LOS-002543676-12 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 HDOG47343045 04/01/2024 04/01/2025 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE LIMIT APPLIES POLICY [ i PE� OTHER: PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED _AUTOS SCHEDULED NON -OWNED AUTOS ONLY ISA H1073888A pp \/ Approved b Frank Gomez 04/01/2024 09-10-202� 04/01/2025 {Ea COMBIaccidNEent)D SINGLE LIMIT $ 2,000,000 BODILY INJURY (Per person) $ DILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENT ON $ $ A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N /A WLR C50718748 (AOS) SCF C50718852 (WI Retro) 04/01/2024 04/01/2024 04/01/2025 04/01/2025 X STATUTE EORH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C ARCHITECTS & ENG. PROFESSIONAL LIAB. EON G21654693 005 "CLAIMS MADE" 04/01/2024 04/01/2025 Per Claim/Agg Defense Included 3M Claim/$3M Agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: Citywide Program Management Support Services. Project #60734726. City of Miami is named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf of the named insured and where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL & AL coverages. Waiver of Subrogation is applicable where required by written contract with respect to GL, AL and WC. Contractual Liability is included in the General Liability coverage. CERTIFICATE HOLDER CANCELLATION City of Miami Attn:Assistant Director, A&E Construction Services 444 SW 2nd Avenue 6th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE '7Itevtd Red & 4 4 tce Seraced ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 From: Gomez Jr., Francisco (Frank) To: Caseres. Luis; Quevedo, Terry; Aviles. Yesenia Subject: RE: RFQ No. 19-20-019 Citywide Program Management Support Services - Amendment No. 1 Date: Tuesday, September 10, 2024 12:48:40 PM Attachments: imaae004.Dnq image009.pnq imaae011.Dnq image013.pnq imaae014.Dnq image016.pnq imaae017.Dnq image018.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: Tuesday, September 10, 2024 12:47 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 WI LW, L”, J.JJ r 1Y1 Detail by Entity Name DIVISION OF CORPORATIONS l/101 ; JJ im official 3tate of Flurlla websfru Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation AECOM TECHNICAL SERVICES, INC. Filing Information Document Number F95000004014 FEI/EIN Number 95-2661922 Date Filed 08/21/1995 State CA Status ACTIVE Last Event AMENDMENT Event Date Filed 04/25/2024 Event Effective Date NONE Principal Address 300 South Grand Avenue, 9th Floor Los Angeles, CA 90071 Changed: 01/19/2021 Mailing Address 300 South Grand Avenue 9th Floor Los Angeles, CA 90071 Changed: 04/05/2018 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Officer/Director Detail Name & Address Title PRESIDENT, DIRECTOR CRANE, MATTHEW 300 SOUTH GRAND AVENUE, 9TH FLOOR LOS ANGELES, CA 90071 Title Secretary, Director https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=AECOMT... 1/4 Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 WI LW, L”, J.JJ r 1Y1 Detail by Entity Name Tatevossian, Armond 300 South Grand Avenue, 9th Floor Los Angeles, CA 90071 Title Director, CEO Jensen, Karl 300 South Grand Avenue, 9th Floor Los Angeles, CA 90071 Title ASSOCIATE VICE PRESIDENT TRONEL , CLAIRE 300 SOUTH GRAND AVENUE, 9TH FLOOR LOS ANGELES, CA 90071 Title VICE PRESIDENT CAPESTANY, PEDRO 300 South Grand Avenue, 9th Floor Los Angeles, CA 90071 Title SVP EDELSTEIN, ROBERT 300 SOUTH GRAND AVENUE 9TH FLOOR LOS ANGELES, CA 90071 Title VICE PRESIDENT EVERETT, JANET 300 SOUTH GRAND AVENUE 9TH FLOOR LOS ANGELES, CA 90071 Title VICE PRESIDENT LYONS, JENNIFER 300 SOUTH GRAND AVENUE, 9TH FLOOR LOS ANGELES, CA 90071 Title VP RESPONSIBLE IN CHARGE PANZARINO, STEPHEN 300 SOUTH GRAND AVENUE, 9TH FLOOR LOS ANGELES, CA 90071 Title AUTHORIZED SIGNATORY https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=AECOMT... 2/4 Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 WI LW, L”, J.JJ r 1Y1 Detail by Entity Name MEJEUR, RANDALL 300 SOUTH GRAND AVENUE, 9TH FLOOR LOS ANGELES, CA 90071 Title CFO, Director Hall, Allison 300 South Grand Avenue, 9th Floor Los Angeles, CA 90071 Annual Reports Report Year Filed Date 2023 01/24/2023 2024 02/20/2024 2024 02/21/2024 Document Images 04/25/2024 -- Amendment 02/21/2024 --AMENDED ANNUAL REPORT 02/20/2024 --ANNUAL REPORT 02/09/2024 -- Amendment 11/02/2023 -- Amendment 10/06/2023 -- Amendment 09/13/2023 -- Amendment 02/07/2023 --AMENDED ANNUAL REPORT 01/25/2023 --AMENDED ANNUAL REPORT 01/24/2023 --ANNUAL REPORT 03/23/2022 --AMENDED ANNUAL REPORT 03/07/2022 --ANNUAL REPORT 09/16/2021 --AMENDED ANNUAL REPORT 06/25/2021 --AMENDED ANNUAL REPORT 01/19/2021 --ANNUAL REPORT 08/20/2020 -- Amendment 02/14/2020 --ANNUAL REPORT 12/19/2019 --AMENDED ANNUAL REPORT 07/19/2019 --AMENDED ANNUAL REPORT 01/29/2019 --ANNUAL REPORT 04/05/2018 --ANNUAL REPORT 04/13/2017 --ANNUAL REPORT 04/18/2016 --ANNUAL REPORT 12/13/2015 --AMENDED ANNUAL REPORT 07/21/2015 --AMENDED ANNUAL REPORT 05/27/2015 --AMENDED ANNUAL REPORT 05/21/2015 --AMENDED ANNUAL REPORT 04/21/2015 --ANNUAL REPORT 04/30/2014 --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 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=AECOMT... 3/4 Docusign Envelope ID: 3983D40E-0083-464A-B202-A31 DEF67D733 V/LW, G”, J.JJ r 1Y1 Detail by Entity Name 04/30/2013 --ANNUAL REPORT 07/02/2012 --ANNUAL REPORT 04/14/2012 --ANNUAL REPORT 06/06/2011 --ANNUAL REPORT 01/07/2011 --ANNUAL REPORT 08/19/2010 --ANNUAL REPORT 02/18/2010 --ANNUAL REPORT 10/29/2009 --ANNUAL REPORT 10/27/2009 --ANNUAL REPORT 10/23/2009 --ANNUAL REPORT 02/03/2009 --ANNUAL REPORT 12/22/2008 -- Dam/For AR 12/04/2008 -- Name Change 04/30/2008 --ANNUAL REPORT 04/10/2007 --ANNUAL REPORT 04/27/2006 --ANNUAL REPORT 04/15/2005 --ANNUAL REPORT 04/14/2004 --ANNUAL REPORT 04/22/2003 --ANNUAL REPORT 04/10/2003 --ANNUAL REPORT 08/26/2002 --ANNUAL REPORT 05/10/2001 --ANNUAL REPORT 05/01/2000 --ANNUAL REPORT 03/04/1999 --ANNUAL REPORT 01/30/1998 --ANNUAL REPORT 07/30/1997 --ANNUAL REPORT 08/09/1996 --ANNUAL REPORT 05/15/1996 --ANNUAL REPORT 08/21/1995 -- DOCUMENTS PRIOR TO 1997 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=AECOMT... 4/4 Olivera, Rosemary From: Caseres, Luis Sent: Tuesday, January 7, 2025 10:51 AM 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; Roberts, Frankeetha; Fossler, Thomas Subject: Document Distribution - RFQ 19-20-019 - Citywide Program Management Support Services - AECOM Technical Services, Inc. Attachments: Amendment_No_1_RFQ_No_19-20-019_CPMSS_-_AECOM-Executed 01-06-2025.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha You may now close this Matter ID 24-1841 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: AECOM Technical Services, Inc. Program/Purpose: Citywide Program Management Support Effective Date: 01/06/2025 Best regards, L c+% Ccus re4 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 i "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