Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25440
AGREEMENT INFORMATION AGREEMENT NUMBER 25440 NAME/TYPE OF AGREEMENT BLACK & VEATCH CORPORATION 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 I D : 24-1840 EFFECTIVE DATE February 18, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 2/18/2025 DATE RECEIVED FROM ISSUING DEPT. 2/18/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 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: Black & Veatch Corporation 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 PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Black & Veatch Corporation under RFQ No. 19-20-019 Citywide Program Management Support Services NO NO 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 PROCUREM FONT AFFIdCER eviewe and OK to Fernando Ponassi proceed. January 7, 202 yr_.,_„,ze.,,,D gn1 ie1P0er z4,:SriST SIGNATURE:I n I ` e EST SIGNATURE: DocuSigned b DocuSigned b FF�Aan,� l 27395C631821 DocuSignedb r____,v4._ 5F6E831796C5 DocuSigned b rat,broy,4- 88776E9FE882 DocuSigned ' r y Sp C9D2602B97E RISK MANAGEMENT January 7, 202�� Funding is determined upon work BUDGET OFFICE order approval LEM 1/7/25 January 7, 202i arlel4LA:26 EST SIGNATURE: Georgqe 1: Wysonq III 114:31:40 EST SIGNATURE: I� SIGNATURE: CITY ATTORNEY 24-1840 Matter ID No. 24-1840 January 7, 2025 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER February 10, 25rrylMOprdn2q,41.,P� ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE February 10, Asael "Ace" Marrero, AIA 2025 I 17:49:27 EST SIGNATURE: DocuSigned b T'�'_.-, CDF4AD9ABD3 DocuSignedb I C DEPUTY CITY MANAGER February 12, 2�I�I;as� aleo$k�1/�il�l'ms SIGNATURE: CITY MANAGER February 18, 2025 Arthur Norie a V 1 12: 9: 57 EST SIGNATURE: 84B7009750E. DocuSigned b Q 'I VlU ItiV' 850CF6C372D CITY CLERK February 18, 20Wd1H�-b :o3:20 EST SIGNATURE: DocuSigned by C E46D7560DC F1 4E7� y� v� Sbt�. 48B... by: V.1n0 B45A... r D42A... 459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24199 Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D AMENDMENT OVERVIEW PSA TITLE: RFQ 19-20-019 Citywide Program Management Support Services — Black & Veatch Corporation 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: ® RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ 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? ® 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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 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, 334, 768.36 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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION 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 Black & Veatch Corporation ("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 18th day of February ,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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D Amendment No. 1 to the Professional Services Agreement with Black & Veatch Corporation 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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D Amendment No. 1 to the Professional Services Agreement with Black & Veatch Corporation 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: Alizire4 Print Name, Title ATTEST: ellIC'a,g:Po Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: rDocuSigned by: E46D7560DCF1459..I 1 Ocicl B. Hannon, city uierk APPROVED AS TO INSURA REQUIREMENTS: �DocuSigned by: Frra& abwa,A, 27395C6318214E7... Ann Marie Sharpe, Director Risk Management Department Black & Veatch Corpor Profit Corporation ArdrIP Signatures -� a Foreign Rafael E. Frias III, Vice President Print Name, Title (Cor to Seal) ���aiiPiMcup, A. am':' .. if c. pORA ••.•�'99� �� Tf z • 11%SEAL CITY OF MIAMI, a municipal corporation of the State of Florida �DocuSigned by: avitur ('J€* 4a. 850CF6C372DD42A... Arthur lvorlega v, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: CDocuSigned by: riy. t wysb <<< 88776E9FE88248B... George K. Wysong III, City Attorney 24-1840 iDSA Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 11.171,K BLACK &VEATCH CERTIFICATE OF OFFICER I, Andrea C. Bernica, the Assistant Secretary of BLACK & VEATCH CORPORATION, a corporation duly organized and existing under the laws of the State of Delaware, United States of America, certify that the following is a true excerpt of the by-laws of the Corporation and that said by-laws have not been rescinded or modified, and is still in full force and effect. RESOLVED, any note, mortgage, evidence of indebtedness, contract, share certificate, conveyance, power of attorney, or other instrument in writing and any assignment or endorsements thereof, or guarantee of any other entity's performance under any such executed document, entered into between this corporation and any other person or company shall be valid and binding on this corporation, when signed by either the Chairman of the Board, the President or any Vice President, and, if attestation is required, by either the Secretary, Assistant Secretary, Chief Financial Officer, Treasurer or any Assistant Treasurer of this corporation. Any such instruments may be signed by any other person or persons in such manner as from time to time shall be determined by the Board. I further certify that the individual named below is an officer of the company holding the titles indicated and have signature authority to sign, seal, deliver, negotiate, accept and enter into agreements, contracts and other instruments or documents by and on behalf of the Company. Rafael E. Frias, Vice President IN WITNESS WHEREOF, I have hereunto set my hand and attached the corporate seal of BLACK & VEATCH CORPORATION this 1st day of October 2024. and/wt., ea Andrea C. Bernica Assistant Secretary Building a World of Difference. Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D A/44/ ,22 ,by to me or who has produced did not) take an oath. Amendment No. 1 to the Professional Services Agreement with Black & Veatch Corporation 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 )166, COUNTY OF hra1/0600 NOTARIZATION SS: The foregoing instrument was acknowledged before r F NOTARY PUBLIC TATOF 2t'/. d Ja Mn_LA PRINTEL51 STAMPED OR TYPED NAME OF NOTARY PUBLIC /4 me this day of , who is personally known as identification and who (did / JACLYN HINES ._Notary Public -State of Florida Commission N HH 362651 My Commission Expires '„"" May 02, 2027 Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D ($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: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D 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: ge Wy j ng III, C y -ttor -y 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: 75E1ABF3-719C-443F-AAOE-A5BE79B0709D ACcf i, a iJsv CERTIFICATE OF LIABILITY INSURANCE 11/1/2025 DATE (MM/DD/YYYY) l E(MM/D NYY /28/2024 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 Lockton Companies, LLC 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 kcasu@lockton.com CONT NAMEACT PHONE FAX _IA/C, No. Extl: INC, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company 16535 INSURED BLACK & VEATCH CORPORATION 1482177 11401 LAMAR OVERLAND PARK KS 66211 BURBANO, ARTURO INSURER B : Lloyds of London INSURER c : National Fire and Marine Insurance Co 20079 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 17479884 REVISION NUMBER: XXXXXXX 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 APOLICY INSD(MMIDDIYYT WVD POLICY NUMBER Y) /YPOLICY EXP (MM/DDYYY) LIMITS A A X COMMERCIAL GENERAL LIABILITY Y Y GLO 4641358 GLO 1365630 Approved by Frank Gomez 11/1/2024 11/1/2024 10/30/202RODUCTS- 11/1/2025 11/1/2025 EACH OCCURRENCE $ 2,000,000 $ 100,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 $ 4,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE x X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED lc X SCHEDULED AUTOS NON -OWNED AUTOS ONLY y y BAP 4641355 (AOS) 11/1/2024 11/1/2025 COMBINED SINGLE LIMIT (Ea (Ea accident) 3,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) ( ) $ XXXXXXX PROPERTY DAMAGE (Per accident) - $ XXXXXXX $ XXXXXXX UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX DED RETENTION $ $ XXXXXXX A A, 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 NIA Y WC 4641353 (AOS) WC 4641354 (ID, MA, WI) WC 1365632 11/1/2024 11/1/2024 11/1/2024 11/1/2025 11/1/2025 11/1/2025 Na PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 $ 1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1,000,000 B C PROFESSIONAL LIABILITY N N GLCON2400110 42-EPP-324748-04 11/1/2024 11/1/2024 11/1/2025 11/1/2025 $10,000,000 PER CLAIM $10,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: PROJECT NUMBER: 908215; PROJECT NAME: BURBANO, ARTURO; PROJECT MANAGER:; GENERAL LIABILITY AND AUTO LIABILITY ARE PRIMARY AND NON-CONTRIBUTORY. CITY OF MIAMI, FLORIDA IS INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL AND AUTO POLICIES. WAIVER OF SUBROGATION IN FAVOR OF THE ADDITIONAL INSURED ON THE GENERAL, AUTO, AND WORKER'S COMPENSATION POLICIES. 30 DAY NOTICE OF CANCELLATION APPLIES, 10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. PROFESSIONAL LIABILITY RETRO DATE: FULL PRIOR ACTS CERTIFICATE HOLDER CANCELLATION See Attachments 17479884 CITY OF MIAMI, FLORIDA 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 REPRESENTATIV © 1988 015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 75E1ABF3-719C-443F-AA0E-A5BE79B0709D Attachment Code: D560357 Master ID: 1482177, Certificate ID: 17479884 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Docusign Envelope ID: 75E1ABF3-719C-443F-AA0E-A5BE79B0709D Attachment Code: D493890 Master ID: 1482177, Certificate ID: 17479884 POLICY NUMBER: BAP 4641355 (AOS) COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement indentifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:11/1/2024 Named Insured: BLACK & VEATCH CORPORATION SCHEDULE Name of Person(s) or Organization(s): AS REQUIRED PER WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. Docusign Envelope ID: 75E1ABF3-719C-443F-AA0E-A5BE79B0709D Attachment Code: D560356 Master ID: 1482177, Certificate ID: 17479884 WC000313 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule AS REQUIRED PER WRITTEN CONTRACT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Effective Policy No. WC 4641353 (AOS), WC 4641354 (ID, MA, WI), WC 1365632 Insured: BLACK & VEATCH CORPORATION Effective Date: 11/1/2024 Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D From: Gomez Jr.. Francisco (Frank) To: Caseres. Luis' Ouevedo. Terry' Aviles. Yesenia Subject: RE: Attention Supplier - Expiring Contract Documents Date: Wednesday, October 30, 2024 8:27:26 AM Attachments: image003.pnq imaoe005.ona imaoe006.ona Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-r76o Fax fgomez@miamigov.com Serving, Enhancing, and Transfarming our Cammunity" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Wednesday, October 30, 2024 8:14 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAvi l es @ m i a m i gov. co m> Subject: FW: Attention Supplier - Expiring Contract Documents Good morning, Please review and approve. Best regards, Lud-Ccoevey Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 A (305) 400-5335 RLcaseres@miamigov.com Visit us online "Serving, Enhancing, and Transforming our Community" Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D DIVISION OF CORPORATIONS D1vE lok'l f .org ! r (r sJ� an official 3'tate of llurida we.b.sii Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation BLACK & VEATCH CORPORATION Filing Information Document Number F98000006965 FEI/EIN Number 43-1833073 Date Filed 12/22/1998 State DE Status ACTIVE Principal Address 11401 LAMAR OVERLAND PARK, KS 66211 Changed: 04/25/2012 Mailing Address 11401 LAMAR OVERLAND PARK, KS 66211 Changed: 11 /01 /2001 Registered Agent Name & Address C T CORPORATION SYSTEM % C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 10/25/2004 Address Changed: 10/25/2004 Officer/Director Detail Name & Address Title CFO, Director Williams, Michael 11401 LAMAR OVERLAND PARK, KS 66211 Title Senior Vice President Docusign Envelope ID: 75E1 ABF3-719C-443F-AA0E-A5BE79B0709D HOFFMAN, ANGELA L 11401 LAMAR OVERLAND PARK, KS 66211 Title CEO Azar, Mario 11401 LAMAR OVERLAND PARK, KS 66211 Title Associate Vice President Hinkle, Kevin 11401 LAMAR OVERLAND PARK, KS 66211 Title VP Frias, Rafael 3111 North University Dr. Suite 310 Coral Springs, FL 33065 Annual Reports Report Year Filed Date 2022 04/19/2022 2023 03/06/2023 2024 04/12/2024 Document Images 04/12/2024 -- ANNUAL REPORT 03/06/2023 -- ANNUAL REPORT 04/19/2022 -- ANNUAL REPORT 04/14/2021 --ANNUAL REPORT 04/20/2020 -- ANNUAL REPORT 01 /29/2019 -- ANNUAL REPORT 04/16/2018 -- ANNUAL REPORT 02/23/2017 -- ANNUAL REPORT 05/05/2016 -- AMENDED ANNUAL REPORT 03/22/2016 -- ANNUAL REPORT 01 /26/2015 -- ANNUAL REPORT 04/22/2014 -- ANNUAL REPORT 04/29/2013 -- ANNUAL REPORT 04/25/2012 -- ANNUAL REPORT 05/13/2011 -- ANNUAL REPORT 04/07/2011 -- ANNUAL REPORT 04/30/2010 -- 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 Docusign Envelope ID: 75E1 ABF3-719C-443F-AAOE-A5BE79B0709D 04/29/2009 -- ANNUAL REPORT 04/23/2008 -- ANNUAL REPORT 03/15/2007 -- ANNUAL REPORT 04/18/2006 -- ANNUAL REPORT 04/29/2005 -- ANNUAL REPORT 10/25/2004 -- Reg. Agent Change 04/29/2004 -- ANNUAL REPORT 04/23/2003 -- ANNUAL REPORT 05/08/2002 -- ANNUAL REPORT 11 /01 /2001 -- Reg. Agent Change 05/03/2001 --ANNUAL REPORT 05/04/2000 -- ANNUAL REPORT 05/12/1999 -- ANNUAL REPORT 12/22/1998 -- Foreign Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Caseres, Luis Sent: Wednesday, February 19, 2025 9:09 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 to RFQ 19-20-019_ Black&Veatch-Executed 02-18-25.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 24-1840 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: Black & Veatch Corporation. Program/Purpose: Citywide Program Management Support Services Effective Date: 02/19/2025 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