Loading...
HomeMy WebLinkAbout25737AGREEMENT INFORMATION AGREEMENT NUMBER 25737 NAME/TYPE OF AGREEMENT KIMLEY-HORN & ASSOCIATES, INC. DESCRIPTION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ARCHITECTURAL & LANDSCAPE ARCHITECTURAL SERVICES RFQ NO. 21-22- 017/FI LE ID: 16372/R-24-0307/MATTER ID: 24-2134 EFFECTIVE DATE August 28, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 8/28/2025 DATE RECEIVED FROM ISSUING DEPT. 8/28/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 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: Kimley-Horn and Associates, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 1,000,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 1 ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): To increase capacity of PSA with Kimley-Horn and Associates, Inc. under RFQ 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements 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 January 29, 2025 Anni Perez CPPO ? 13:21:44 EST SIGNATURE: DocuSigned by: Fes¢ 89540EB73CAC DocuSigned by: %Ty a RISK MANAGEMENT January 29, 2025 Ann -Marie Sharpe I 13:37:06 EST SIGNATURE: Funding determined upon work BUDGET OFFICE needed and PO issuance LEM 3/11/25 March 13, 202 SMri5lG9pjn 10 EDT I 11� SIGNATURE: 55344R445 F254 DocuSigned by CITY ATTORNEY /s/TMF 24-2134 Matter ID No. 24-2134 April 21, 2025 George K. Wysong III 114:29:28 EDT SIGNATURE: 5F6E831796C5, DocuSigned by: nt ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER April 24, 2025 L r MM pr�pa Jr. CPA �10: 1:14' ED`T SIGNATURE: 88776E9FE8824 DocuSigned by: (14+ r y Sfleii ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A C9D2602 B97E54 Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE August 13, 2025 Asael "Ace" Marrero, AIA 110:17:37 EDT SIGNATURE: DocuSigned by ' :o COF4AD9AB03`3z DEPUTY CITY MANAGER August 21, 2025 Natasha Colebrook -Williams 109:52:24 EDT SIGNATURE: DocuSigned by: Nfxk. A Co `— CITY MANAGER August 26, 2025 Arthur Nor ie a V 12:2317 ELt� SIGNATURE: 84B7 b®'97'gDE4 ,— DocuSigned b}: ,/ ay� Akv `—a50er6c372D CITY CLERK August 28, 2025 Tod1d Ham] 1� 113: 1:z / aT SIGNATURE: 4 DocuSigned b;+: c,,, E46D7560DCF z 6 R0 95... D4.. 5A.. 1 B... 1t,6�A. 2A... 59.. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24236 Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 AMENDMENT OVERVIEW PSA TITLE: RFQ 21-22-017 Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements — Kimley-Horn and Associates, 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: ® 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. Amendment No. 1 to increase the capacity of the contract to $1,000,000.00. 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 provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The required disciplines are Architecture and Landscape Architecture. Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 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 24, 2025 10.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $310,452.78 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: 63FEEC5F-826F-445E-B442-0304609C5DD5 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR MISCELLANEOUS ARCHITECTURAL AND LANSCAPE ARCHITECTURAL SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS CONTRACT RFQ NO. 21-22-017 This Amendment No. 1 to the Professional Services Agreement dated July 25, 2023 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Kimley-Horn and Associates, Inc. ("Consultant"), a Foreign Profit Corporation authorized to conduct business in Florida, for the provision of miscellaneous architectural and landscape architectural services for citywide capital improvements ("Services") for the Office of Capital Improvements ("OCI") is entered into this 7Rth day of August , 2025. RECITALS WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and Request for Qualifications ("RFQ") No. 21-22-017, the City Manager executed an Agreement with Consultant for an amount of $500,000.00; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the City's outstanding and foreseeable future services; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate outstanding and foreseeable future assignments; and WHEREAS, this Amendment No. 1 to the Agreement increases the capacity of the Agreement by $500,000.00, thereby increasing the award value from $500,000.00 to an amount of $1,000,000.00; and WHEREAS, the City Commission has adopted Resolution No. 24-0307, to approve the corresponding increase in the Compensation Limits. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.05-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, "Compensation and Payments," attached hereto; provided, however, that in no event shall the amount of compensation exceed One Million Dollars ($1,000,000.00) in total over the term of the Agreement including any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act for Continuing Contracts, and other limitations on compensation, as applicable. Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Amendment No. 1 to the Professional Services Agreement with Kimley-Horn and Associates, Inc. for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. All other terms and conditions of the Agreement are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Amendment No, 1 to the Professional Services Agreement with Kimley-Horn and Associates, Inc. for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: nature Dip Nki or SAP Print Name, Title ATTEST: Consultant S r-otax / 64, ti•y (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: Todd B. Hannon, City Clerk APPROVED AS TO INSURANC REQUIREMENTS: ,—DocuSigned by: ttrrt 6 495F25 Ann Marie Sharpe, Director Signed by: Risk Management Department Kimley-Horn and Associates, Inc., a Foreign Profit Corporation Signature Print Name, Title (Corporate Seal) •��oiypQ�;h } F.SEA,L`� . CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: ark u.r N 1(14a, `— g4PE C372DD12n... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: at,bric, 4 wysot4 f l l 88776E9FE88248B... George K. Wysong III, City Attorney Ds 24-2134 Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Amendment No. 1 to the Professional Services Agreement with Kimley-Horn and Associates, Inc. for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of i,rn1t- �--t {X oration organized and existing under the laws of the State o i, geld on the day afSCV1 , 2Clne resolution was duly passed and adopted authorizing (Name) st i\ . '� as (Title) V t trOttbte Adv. of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of—retilitilal 20. Secretary: Print: ie-j` e_ )Z /Rik CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , 20_ a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. further certify that said partnership agreement remains in full force and effect. 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of Dartners: Name Street Address City State Zip Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Amendment No. 1 to the Professional Services Agreement with Kimley-Horn and Associates, Inc. for Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements. CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/bla) (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,u SS: COUNTY OF fret/ The foregoing instrument was acknowledged before me this 1 day of --c,,+,,,.,i,AA, , 20 y--.l, rr1 `Le._ , who is personally known to me or who has produced as identification and who (did 1 not) take an oath. S GNATURE OF NOTARY PUBLIC STATE OF Cum "ruu'..�•..: PAULINE TOFT•NIELSEN 14v "f;`; Notary Public • State of Florida Commission N HH 518490 (Iaid ■ Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 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: 63FEEC5F-826F-445E-B442-0304609C5DD5 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: 63FEEC5F-826F-445E-B442-0304609C5DD5 ($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: 63FEEC5F-826F-445E-B442-0304609C5DD5 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 Wys ng III, C ty 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: 63FEEC5F-826F-445E-B442-0304609C5DD5 A� D CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/18/2024 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 Edgewood Partners Ins. Center/Greyling 3780 Mansell Rd. Suite 370 Alpharetta GA 30022 CONTACT NAME: Jerry Nevem PHONE FAX (AiC N,,.E�t1: 7702207699 I (NC,Nol: ADMDRESS: Breylingcertsn@greylinq.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Union Fire Ins Co of Pittsburg 19445 INSURED KIMLASS Kimley Horn and Associates, Inc. 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 INSURER B : Allied World Assurance Co (U.S.) Inc. 19489 INSURER C : New Hampshire Insurance Company 23841 INSURER D : Llovd's of London 85202 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:1508023747 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 wvo POLICY NUMBER (MM/DOYYY YYI POLICY EXP 1MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL5268169 Approved by Frank Gorhez 4/1/2024 03/18,2024 4/1/2025 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 X Contractual Llab MED EXP (Any one person) $ 25,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRo- JECT X PER: LOC GENERAL AGGREGATE $4,000,000 PRODUCTS-COMP/OPAGG $4,000,000 $ A A AUTOMOBILE X rOWNED X LIABILITY ANY AUTO X _ SCHEDULED CA4489663 (AOS) CA2970071 (MA) 4/1/2024 4/1/2024 4/1/2025 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 4/1/2025 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X X UMBRELLALIAB EXCESS LIAB X O OCCUR CLAIMS -MADE 03127930 4/1/2024 4/1/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I X RETENTION $ in nnn 00 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 WC015893685 (AOS) WC015893686 (CA) 4/1/2024 4/1/2024 4/1/2025 4/1/2025 X I STATUTE I I EERH E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE -POLICY LIMIT $ 2,000,000 D Professional Liability B0146LDUSA2404949 4/1/2024 4/1/2025 Per Claim Aggregate $2,000,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) George Puig. The City of Miami is named as an Additional Insured with respects to General, Automobile & Pollution Liability where required by written contract. The above referenced liability efir gt gigle 1'8rgre IRt'1$40 kTiC>sai '8f§6080atdneRPOt YIMr TRuliP yb§, u pfsr4'a4'fa�t�'&"�iNarg9rl Qmasti&N FiWN' lid City for the vicarious liability arising from the work performed by subcontractors. Retroactive Date: 10/02/1967. CERTIFICATE HOLDER CANCELLATION City of Miami; Risk Manager/Insurance Compliance 444 SW 2nd Avenue, 8th Floor; Miami FL 33130-0000 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 REP RESENTATIVE AL11 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 From: To: Subject: Date: Gomez Jr., Francisco (Frank) Caseres, Luis; Ouevedo, Terry: Aviles. Yesenia RE: 24-25 Kimley-Horn and Associates, Inc. Renewal Certificates Monday, March 18, 2024 3:36:09 PM Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPII Property & Casualty Manager City of Miami Risk Management (305) 416-1740 Office (305) 416-1760 Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" Original Message From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Monday, March 18, 2024 3:35 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: 24-25 Kimley-Horn and Associates, Inc. Renewal Certificates Good afternoon, Please review and approve. Best regards, Luis Caseres Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 (305) 400-5335 Lcaseres@miamigov.com Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 DIVISION OF CORPORATIONS P fr(JINC J an official Seufy of Florida websirw Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information Document Number 821359 FEI/EIN Number 56-0885615 Date Filed 04/24/1968 State NC Status ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Senior Vice President Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Title Senior Vice President Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Blakely, Stephen 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Chairman Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Harry, Jennifer L 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Raleigh, NC 27601 Title Senior Vice President, Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO, Senior Vice President Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO, President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP, Treasurer, Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Annual Reports Report Year Filed Date 2022 02/10/2022 2023 02/22/2023 2024 04/03/2024 Document Images 04/03/2024 -- ANNUAL REPORT 02/22/2023 -- ANNUAL REPORT 02/10/2022 -- ANNUAL REPORT 04/24/2021 --ANNUAL REPORT 04/15/2020 -- ANNUAL REPORT 11/25/2019 -- AMENDED ANNUAL REPORT 04/27/2019 -- ANNUAL REPORT 06/21/2018 -- AMENDED ANNUAL REPORT 03/15/2018 -- ANNUAL REPORT 04/28/2017 -- ANNUAL REPORT 08/02/2016 -- AMENDED ANNUAL REPORT 01 /28/2016 -- ANNUAL REPORT 09/09/2015 -- AMENDED ANNUAL REPORT 04/15/2015 -- ANNUAL REPORT 04/22/2014 -- ANNUAL REPORT 01 /14/2013 -- ANNUAL REPORT 03/29/2012 -- ANNUAL REPORT 02/17/2011 -- ANNUAL REPORT 04/21/2010 -- ANNUAL REPORT 04/30/2009 -- ANNUAL REPORT 05/14/2008 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 04/12/2007 -- ANNUAL REPORT 04/21/2006 -- ANNUAL REPORT 06/02/2005 -- ANNUAL REPORT 04/26/2004 -- ANNUAL REPORT 04/30/2003 -- ANNUAL REPORT 08/12/2002 -- Reg. Agent Change 05/08/2002 -- ANNUAL REPORT 02/06/2001 --ANNUAL REPORT 03/02/2000 -- ANNUAL REPORT 03/17/1999 -- ANNUAL REPORT 02/12/1998 -- ANNUAL REPORT 02/27/1997 -- ANNUAL REPORT 03/05/1996 -- 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 Florida Department of State, Division of Corporations Docusign Envelope ID: 63FEEC5F-826F-445E-B442-0304609C5DD5 A`ORE, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) E(MM!D 25 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 Edgewood Partners Insurance Agency 3780 Mansell Rd. Suite 370 Alpharetta GA 30022 CONTACT NAME: Jerry Noyola PHONE FAX (A/C, No, Ext): 7702207699 (A/C, No): E-MAIL ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Union Fire Ins Co of Pittsburg 19445 INSURED KIMLASS Kimley-Horn and Associates, Inc. 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 INSURER B: Allied World Assurance Co (U.S.) Inc. 19489 INSURERC: New Hampshire Insurance Company 23841 INSURER D: Lloyd's of London 85202 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 263344643 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 (NM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL5268169 4'6 4/1/202`.® `�/Y //�`\ 7► l �vvV// v 4/1/2026 EACH OCCURRENCE $2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 X Contractual Liab MED EXP (Any one person) $ 25,000 PERSONAL &ADV INJURY $ 2,000,000 GEN'LAGGREGATE P POLICY OTHER: X LIMIT APPLIESPER: PE� X LOC GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A A AUTOMOBILE X X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY CA4489663 (AOS) CA2970071 (MA) 4%4, ` �/(�)) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE 04]llii / /'� ` CS ' 4/1/2025 4/1/2026 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION $ 1n DDD $ UU WORKERS COMPENSATION EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / Nl `O ifi?9AND 1/I/C(�79 ` 1 1885 (i1 V 0 (AOS) (CA) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 X STATUTEPER OTH- ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 D Professional Liability O."-B0146LDUSA2504949 4/1/2025 4/1/2026 Per Claim Aggregate $2,000,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Miami is named as an Additional Insured with respects to General, Automobile & Pollution Liability where required by written contract. The above referenced liability policies with the exception of workers compensation & professional liability are primary & non-contributory where required by written contract. X-C-U is included under the General Liability Policy. Waiver of Subrogation is applicable where required by written contract & allowed by law. Policies cover Kimley-Horn and the City for the vicarious liability arising from the work performed by subcontractors. Retroactive Date: 10/02/1967. CERTIFICATE HOLDER CANCELLATION City of Miami; Risk Manager/Insurance Compliance 444 SW 2nd Avenue, 8th Floor; Miami FL 33130-0000 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: 63FEEC5F-826F-445E-B442-0304609C5DD5 From: Quevedo, Terry To: Caseres. Luis; Gomez Jr., Francisco (Frank); Aviles, Yesenia Subject: RE: Kimley-Horn and Associates, Inc. Renewal Certificates Date: Friday, March 21, 2025 9:36:29 AM Attachments: image003.pnq image005.pnq Luis The COI is adequate. Regards, Terry M. Quevedo City of Miami Risk Management Department 14 NE 1st Avenue, 2nd Floor Miami, Florida 33132 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo@,miamigov.com 15- •sy, aed 7T4040/00-4 ara garfte40004 *Cc /S° From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Friday, March 21, 2025 9:33 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Kimley-Horn and Associates, Inc. Renewal Certificates Good morning, Please review and approve. Best regards, L wi.- Ce'- Construction Procurement Assistant Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Thursday, August 28, 2025 3:57 PM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Document Distribution RFQ 21-22-017 - Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements -Kimley-Horn Amendment_No_1_RFQ_21-22-017_-_Misc_Arch - Kimley-Horn - Executed 08-28-2025.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Frankeetha/Reinike You may now close this Matter ID 24-2134 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Amendment No. 1 City of Miami Kimley-Horn and Associates, Inc. Miscellaneous Architectural and Landscape Architectural Services for Citywide Capital Improvements Effective Date: 08/28/2025 Best regards, i LuA.- Cc e re k 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