Amendment No. 3 to the Agreement with Kaufman Lynn Construction, Inc.AMENDMENT NO.3
TO
THE AGREEMENT FOR CONSTRUCTION MANAGER-AT-RISK SERVICES
BETW EEN THE CITY OF MIAMI BEACH,FLORIDA
AND
KA UFMAN LYNN CONSTRUCTION,INC.JAM 13 2125
DATED APRIL 30,2020
FOR THE PROVISION OF ADDITIONAL PRECONSTRUCTION SERVICES FORTHE
FIRE STATION NO.1 PROJECT IN AN AMOUNT NOT TO EXCEED $194,500
THIS Amendment No.3 to the Agreement is made and entered this day of
,2024,by and between the CITY OF MIAMI BEACH,a municipal corporation
existing under the laws of the State of Florida (the "City"),having its principal offices at
1700 Convention Center Drive,Miami Beach,Florida 33139,and KAUFMAN LYNN
CONSTRUCTION,INC.,a Florida Corporation having its principal office at 3185 South
Congress Avenue,Delray Beach,Florida 33445 (the "Contractor").
RECITALS
WHEREAS,on January 15,2020,pursuant to Request for Qualifications (RFQ)No.2019-
370-ND,the Mayor and City Commission (City Commission)adopted Resolution No.2020-31112
approving and authorizing the Mayor and City Clerk to execute an agreement with Kaufman Lynn
Construction,Inc.(Kaufman Lynn)as Construction Manager at Risk (CMR),for the construction
of the new Fire Station No.1 Facility (Fire Station),to be located at the South Shore Community
Center (SSCC),833 6 Street,in the Flamingo Park Neighborhood in the amount of $80,000 for
Pre-Construction Phase services only with a future Amendment for the final negotiated
Guaranteed Maximum Price (GMP)for the construction phase of the project subject to prior
approval of the Mayor and City Commission ;and
WHEREAS,the new 29,369 square feet facility for the Fire Station will provide four drive-
thru apparatus bays,living spaces,offices,a kitchen,a gym,support facilities and 34 parking
spaces;and
WHEREAS,on March 27,2023,the City Commission adopted Resolution No.2023-
32519,approving Amendment No.1 to the agreement with Kaufman Lynn for preconstruction
services to include the manufacture and installation of a temporary modular structure for use by
the Daycare,relocation of the Daycare to the temporary location in Flamingo Park and the
structural and electrical infrastructure to support the Apollo Mural's installation on the facade of
the Fire Station in the total amount of $395,000;and
WHEREAS,on July 31,2023,NTP No.1A was issued to Kaufmann Lynn for the
preparation and submittal of engineered shop drawings for the prefabricated modular buildings
necessary for the temporary relocation of the Daycare to 1245 Michigan Avenue,in Flamingo
Park;and
WHEREAS,on September 13,2023,the City Commission adopted Resolution No.2023-
32775,approving Amendment No.2 to the Agreement with Kaufman Lynn,for the Guaranteed
Maximum Price (GMP)for the construction of the Fire Station,the temporary Daycare and the
infrastructure for the future installation of the Apollo Mural in the amount of $24,991,845;and
WHEREAS,on February 21,2024,the City Commission adopted Resolution No.2024-
32927,item C7 W,directing the City Administration to study the possible relocation of the new
Fire Station project to a City-owned site located at the western boundary of Flamingo Park at
Alton Road between 11th and 12th Streets (Flamingo Park Site);and
WHEREAS,on March 13,2024,the City Commission heard item C7 T which proposed
suspension of any expenditures towards the Fire Station project,until the City Commission
receives and evaluates recommendations on the options and viability of other suitable locations
for the Fire Station;and
WHEREAS,in March,the City notified Kaufman Lynn of the suspension of all
expenditures pending direction from the City Commission regarding the location of the Fire
Station;and
WHEREAS,the amount earned by the CMR during the course of the project is $1,202,464
including $80,000 for pre-construction services for the Fire Station,$22,000 for preconstruction
services related to the installation of the Apollo Mural,$48,000 for pre-construction services for
the Daycare,$57,290 for the preparation of engineered shop drawings for the modular structures,
$981,071 for general conditions,bonds,and insurance,and $14,103 for assistance with the
analysis to relocate the Fire Station to the Flamingo Park Site;and
WHEREAS,the Flamingo Park Site analysis showed that in order to accommodate the
new Fire Station,the existing running track will need to be shifted eastward approximately 15',
and additionally,the approximately 1700 SF restroom and locker building currently located west
of the track,the approximately 800 SF field house located east of the track,and the scoreboard
will have to be demolished and reconstructed;and
WHEREAS,on June 26,2024,the City Commission adopted Resolution No.2024-33157,
authorizing the Administration to proceed with the relocation of the Fire Station to the new
proposed Flamingo Park Site,if a countyw ide referendum is approved by a majority of Miami-
Dade County voters and more specifically,a majority of the City of Miami Beach's voters in the
aggregate;and
WHEREAS,on August 20,2024,a countywide referendum was held to approve the
construction of a new Fire Station at the Flamingo Park Site,and an overwhelming majority of
Miami-Dade County voters voted in favor of the measure,with 75.71 %voting in favor and 24.29%
opposed ;and
WHEREAS,the results of the referendum for Miami Beach precincts indicated strong
support from City residents,with every Miami Beach precinct voting in favor of the new location;
and
WHEREAS,on September 11,2024,the City Commission adopted Resolution No.2024-
33259,directing the Administration to collaborate with the design consultant to explore
modifications to the concept plans that could prevent shifting the running track and field,provided
these changes did not significantly affect cost or duration of the Fire Station construction;and
WHEREAS,on October 30,2024,a schematic layout for placing the Fire Station at
Flamingo Park was presented to the City Commission indicating that the design used at the SSCC
site would not fit in Flamingo Park,west of the track without impacting the track and field and that
a redesign of the facility is required to accommodate the facility at this location;and
WHEREAS,on October 30,2024,the City Commission adopted Resolution No.2024-
33345,establishing policy that the Fire Station construction at the Flamingo Park Site shall not
result in the relocation of any portion of the running track and field,or any interruption of its use;
and
WHEREAS,at the October 30,2024 meeting,the City Commission also directed the
Administration to issue a directive to Wannamacher Jensen Architects,Inc.(WJA)to implement
such modifications to the construction drawings for the Fire Station,as necessary to ensure the
running track and field will remain where currently located;and,
WHEREAS,at the October 30,2024 meeting,the City Commission further directed the
Administration to prepare the necessary amendment to the professional services agreement
between the City and WJA to incorporate the additional design services:and
WHEREAS,as the procurement method for the Fire Station is CMR,and the relocation of
Fire Station requires a redesign,an amendment to the agreement with Kaufman Lynn is
necessary to include additional preconstruction services during the redesign;and
WHEREAS,Kaufman Lynn has provided a negotiated proposal for preconstruction
services in the amount of $194,500,which includes an allowance of $50,000 for preconstruction
services should the 911 Call Center be added to the Fire Station project,upon direction by the
City Commission;and
WHEREAS,as construction has been suspended,pending the redesign at the Flamingo
Park Site,the amendment,will also include credits for all unused funds under the Agreement with
Kaufman Lynn;and
WHEREAS,Kaufman Lynn's contract amount of $25,466,845 minus a total amount
earned of $1,202,464,results in an unused balance of $24,264,381;and
WHEREAS,Amendment No.3 in the credit amount of $24,069,881 includes the additional
preconstruction services and the unused contract funds;and
WHEREAS,as construction activities will be delayed,the CMR will issue a reimbursement
to the City for Builder's Risk Insurance and Payment and Performance Bonds,once those
cancellations are processed;and
WHEREAS,City staff has reviewed the negotiated proposal for the additional
preconstruction services and found it reasonable for the effort required by the CMR;and
NOW,THEREFORE,the parties hereto,and in consideration of the mutual promises,
covenants,agreements,terms,and conditions herein contained,and other good and valuable
consideration,the respect and adequacy are hereby acknowledged,do agree as follows:
1.ABOVE RECITALS
The above recitals are true and correct and are incorporated as a part of this
Amendment No.3.
2.MODIFICATIONS
(a)The Agreement is amended,as provided he rein and in Schedule
"A"attached hereto.
(b)In consideration for the services to be performed under this Amendment
No.3,the City shall pay Contractor the not-to-exceed amount of $194,500,as provided
in schedule "B",attached hereto.
3.OTHER PROVISIONS.
All other provisions of the Agreement,as amended,are unchanged and shall remain in
full force and effect.
4.RATIFICATION.
The City and Contractor ratify the terms of the Agreement,as amended by this
Amendment No.3.
IN WITNESS WHEREOF,the parties hereto have caused this Amendment No.3 to be
executed in their names by their duly authorized officials as of the date first set forth
above.
ATTEST?J
JAN 1 3 2025
Rafael EGranado,
City Clerk
CITY OF MIAMI BEACH,FLORIDA
Eric Carpenter
City Manager
ATTEST:
CONSULTANT:
Kaufman Lyn Construction,Inc.a=E-r>
Print Name
CHI L.LONG
Print Name
APPROVED AS TO
FORM &LANGUAGE
&F 'ECUTION
rz)]2o zu
Date
2019-370-ND
Construction Manager at Risk (CMR)
for the construction of a
New Fire Station Number 1 Facility
Additional Preconstruction Services
I.PROJECT DESCRIPTION
SCHEDULE "A"
It is the City of Miami Beach's intention to build a new Fire Station Number 1 facility
approximately 30,0000 sf and field building.The FS#1 previously designed and permitted
for 833 6 Street,is being relocated to an alternate site as directed by the City Commission.
The identified location of Alton Road (between 11"and 12"Street)will require relocation of
the existing 2,000 sf field building.As the Construction Manager,Kaufman Lynn will
provide preconstruction services as defined in the Contract Documents in consideration for
a preconstruction fee of $194,500.
II.FEE SCHEDULE
TASK DELIVERABLE FEE
Task I:1)Attend Preconstruction /Design $18,000
Meetings
Schematic Design 2)Preliminary Preconstruction Schedule &
CM Services Construction Phasing /Site
3)Schematic In-House Estimate
Duration:30 Calendar Days 4)Constructability Analysis
5)Stakeholder,Community,and
Department Meetings
6)Preconstruction Follow Requests /
Services
Task II:1)Master Project Schedule -Updated $36,500
(Preconstruction &Construction)
30%Design Documents 2)Proposed Construction Sequence
CM Services 3)Proposed MOT &Site Logistics
4)Trade Bid Package List
Duration:42 Calendar Days 5)Probable Cost Estimate
6)Constructability Analysis
7)Stakeholder,Community,and
Department Meetings
8)Preconstruction Follow Requests/
Services
Task Ill:1)Master Project Schedule -Updated $52,500
(Preconstruction &Construction)
60%Design Documents 2)Proposed Construction Sequence
CM Services 3)Proposed MOT &Site Logistics
4)Trade Bid Package List
Duration:42 Calendar Days 5}List of Pre-qualified Bidders
1of5]Page
6)Probable Cost Estimate
7)Constructability Analysis
8)Stakeholder,Community,and
Department Meetings
9)Preconstruction Follow Requests I
Services
Task IV:1}Cost Model for GMP $27,500
2)Finalize Memorandum of Changes
90%Design Documents 3)Finalize Pre-qualified Bidders
CM Services -Prior to GMP 4)Finalize Invitation to Bid
5)Finalize Bid Packages/Scopes of Work
Duration:21 Days 6)Pre-Bid Conference
7)Stakeholder,Community,and
Department Meetings
8)Preconstruction Follow Requests /
Services
Task V:1)Summary of Work $60,000
2)GMP Price Summary
90%Design Documents 3)Scope Clarifications and Assumptions
CM Services -GMP 4)Detailed Estimates
5)Bid Tabulations
Duration:42 Calendar Days 6)Preliminary Construction Schedule
7)Contract Documents -Construction
Plan List and Specification List
8)Stakeholder,Community,and
Department Meetings
9)Preconstruction Follow Requests /
Services
TOTAL:$194,500
Alternatives Preconstruction Services (if not concurrent with FS-I Precon Services)
Alternate I:Allowance 1)Schematic,30%,60%&90%Sch.(I)-$4,500
Deliverables 30%CD (II)-911 Dispatch 2)Stakeholder,Community,and $10,000CMServices-GMP Department Meetings
3)Preconstruction Follow Requests /60%CD (Ill)-
Duration:N/A Services $13,500
90%CD-
(IV)$7,000
(V)$15,000
TOTAL:$50,000
Preconstruction Services -Descriptions
2 of 5 I Page
www.kaufmanlynn.com GC021732
Task I:Upon receipt of the schematic design documents the Construction Manager (CM)
Project Executive or the Project Manager will attend all design progress meetings.Within
30 days,the CM will fur ther develop the preliminary project sum mary schedule
{preconstruction and construction,a schematic estimate and a constructability analysis
including a review of all background data made available by City as to requirements,
criteria,priorities,feasibility,and physical and financial limitations with regard to the
Project.The Constru ction Manager shall become thoroughly familiar with the Project
Site and surr ounding conditions and document the conditions observed on the Project Site
with photos.The CM will participate in Stakeholder,Comm unity,and Departm ent
Meetings along with providing Preconstruction Follow Requests and Services.This task
will be billed upon CM's submission of deliverable for a total am ount of $18,000.
Task II:Upon receipt of the 30%constru ction documents the Construction Manager
(CM)shall participate in a progress status meeting with the Project Team.The Project
Executive or the Project Manager will attend all design progress meetings.Within 42
calendar days,the CM will develop a more detailed project schedule,a proposed
construction sequence,inclusive of a MOT and Site logistics plan.The CM will conduct
constructability analysis and budget estimate.During this review effort,CM will work
with the Design team and City to provide alternates and design solutions that are cost
effective,value added and provide risk mitigation during constru ction.The CM shall
provide constru ction expertise in development of the constru ction documents to provide
optimal sequencing of the construction work to stay within budget and schedule.During
the budget estimate review,CM will perform a constru ctability analysis of structure,and
key building waterproofing components to identify defects,omissions,and
recommendations for alternatives,and value engineering options for Design team and
City review.The CM will participate in Stakeholder,Comm unity,and Department
Meetings along with providing Preconstruction Follow Requests and Services.This task
shall be billed upon submission of the 30%deliverable for a total amount of $36,500.
Task III:Upon receipt of the 60%construction documents the Construction Manager
(CM)shall participate in a progress status meeting with the Project Team.The Project
Executive or the Project Manager will attend all design progress meetings.Within 42
calendar days,the CM will develop a more detailed project schedule,a proposed
construction sequence,inclusive of a MOT and Site logistics plan.The CM shall provide
a Trade Bid Package List,List of Pre-qualified Bidders,Probable Cost Estimate,and a
Constructability Analysis.During this review effort,CM will work with the Design team
and City to provide alternates and design solutions that are cost effective,value added
and provide risk mitigation during construction.The CM will participate in Stakeholder,
Community,and Departm ent Meetings along with providing Preconstruction Follow
Requests and Services.This task shall be billed upon submission of the 60%deliverable
for a total amount of $52,500.
3 of 5 I Page
www.kaufmanlynn.com CGC021732
Task IV:Upon receipt of the 90%construction documents the Construction Manager
(CM)shall participate in a progress status meeting with the Project Team.The Project
Executive or the Project Manager will attend all design progress meetings.Within 21
calendar days,the CM will develop a cost model for the GMP,The Memorandum of
Changes,list of Pre-qualified Bidders,Invitation to Bid,and Bid Packages will be
pro vided to the Project Team for final approval.A Pre-Bid Conference meeting will be
held with all the pre-qualified bidders to review the bid process.This task shall be billed
aft er pre-bid conference for a total amount of $27,500
Task V:Within 42 calendar days after pre bid conference the Construction Manager will
submit to the Project Team the GMP Book.Bid openings will be performed three weeks
after the pre-bid conference,and then a comprehensive bid leveling process will occur to
ensur e the Subcontractor bids are complete,and accurate.CM will package a GMP
pro posal and review it w ith the C ity for recommendations of each trade,with the ability
to dive deeper into any tra de to ensure the C ity and C M are in agreement with each scope
of w ork,the pricing,and the Subcontra ctors qualifi cations and abili ty to perfo rm .The
C M w ill part icipate in Stakeholder,Community,and Department Meetings along with
providing Preconstru ction Follow Requests and Services.This task shall be billed upon
submission of the GMP deliverable for a total amount of $60,000
Alternate Preconstruction Services:
Alternate I 911 Dispatch Allowance:The 911 Dispatch Preconstruction Service shall run
concurrently with the MBFS #1 preconstruction schedule.The Construction Manager
(CM)will provide the Alternate Preconstruction Services for 911 Dispatch at an
additional cost if not concurrent with MBFS #l,reviewing with the City each scope of
work,pricing,and the Subcontractors'qualifications.These tasks shall be billed upon
the submission of the scheduled deliverables for a total amount of $50,000.
4 of5]Page
www.kaufmanlynn.com CGC021732
Miami Beach Fire Station #1 -Alton Road SCHEDULE "B"11/14/24
Kaufman Lynn Construction
Pre-Construction Services Fee I 44 [wk Duration
Note:There is design lags between estimates
ITEM TOTAL Proposal w/Discount
CONCEPTUAL ESTIMATE -2 WKS
Review design drawings/work to date $-
Conceptual Estimate $-
Timeline Analysis $-
Shell Analysis $-
Site Development Analysis $-
Preconstruclion Follow Requests /Services $-
Total For Conceptual Estimate N/A N/A
DD ESTIMATE -4 WKS
Review design drawings/work to date $1,498
DD Estimate $6,665
Timeline Analysis $943
Project Analysis $2,652
Stakeholder,Community and Department Meetings $2,343
Preconstruction Follow Requests I Services $6,042
Total for DD Estimate $20,143 $18,000
30%CD ESTIMATE -6 WKS
Document Review/KL Plan Flip $2,473
30%Estimate $12,006
ConstructabilityNE Analysis $2,636
Develop Baseline Schedule $2,812
Scope Bid Packages &Work Categories $1,045
MOT &Site Manag.Planning $-
Stakeholder,Community and Department Meetings $5,133
Preconstruction Follow Requests I Services $16,106
Total For 30%CD Estimate $42,213 $36,500
60%CD ESTIMATE -6 WKS
Document Review/KL Plan Flip $3,681
60%Estimate $18,752
ConstructabilityNE Analysis $6,496
Develop Baseline Schedule $3,481
Scope Bid Packages &Work Categories $2,696
MOT &Site Manag.Planning $2,075
Stakeholder,Community and Department Meetings $9,150
Preconstruction Follow Requests /Services $10,965
Total For 60%CD Estimate $57,297 $52,500
90%PERMIT DOC -9 WKS IGMP I7 WKS GMP
Document Review /KL Final Plan Flip $9,195
Equipment Review/Coordination $2,913
Scope Bid Packages &Work Categories $19,591
Sub.Nendor Solic/Prequal/Recommend $3,221
Permit Coordination $1,042
Finalize Construction Schedule $4,753
Final Logistics /Safety Review $2,901
IGMP $16,099
True-up of IGMP (Permit Comments &Additional Revisions)$5,113
GMP -Finalization of Costs $5,113
Stakeholder,Community and Department Meetings $11,486
Preconstruction Follow Requests I Services $14,503
Total For GMP $95,928 $87,500
4
4
6
4
6
4
3
6
3
4
Preconstruction Totad~$2_1_5_,5_8_1 ~I _$19_4_,5_0~0 l 44~
Miami Beach Fire Station #1 -911 Dispatch 11/15/24
Kaufman Lynn Construction
Pre-Construction Services Fee I 44 [wk Duration
Note:There is desian laas between estimates
ITEM TOTAL Proposal w/Discount
CONCEPTUAL ESTIMATE -2 WKS
Review design drawings/work to date $-
Conceptual Estimate $-
Timeline Analysis $-
Shell Analysis $-
Site Development Analysis $-
Preconstruction Follow Requests /Services $-
Total For Conceptual Estimate NIA NIA
DD ESTIMATE -4 WKS
Review design drawings/work to date $381
DD Estimate $2,229
Timeline Analysis $236
Project Analysis $539
Stakeholder,Community and Department Meetings $917
Preconstruction Follow Requests /Services $909
Total for DD Estimate $5,211 $4,500
30%CD ESTIMATE -6 WKS
Document Review/KL Plan Flip $763
30%Estimate $3,772
ConstructabilityNE Analysis $763
Develop Baseline Schedule $703
Scope Bid Packages &Work Categories $365
MOT &Site Manag.Planning $-
Stakeholder,Community and Department Meetings $1,542
Preconstruction Follow Requests /Services $3,324
Total For 30%CD Estimate $11,231 $10,000
60%CD ESTIMATE -6 WKS
Document Review/KL Plan Flip $954
60%Estimate $5,715
ConstructabilityNE Analysis $1,624
Develop Baseline Schedule $870
Scope Bid Packages &Work Categories $674
MOT &Site Manag.Planning $519
Stakeholder,Community and Department Meetings $2,443
Preconstruction Follow Requests /Services $2,147
Total For 60%CD Estimate $14,946 $13,500
90%PERMIT DOC -9 WKS IGMP /7 WKS GMP
Document Review /KL Final Plan Flip $1,959
Equipment Review/Coordination $728
Scope Bid Packages &Work Categories $5,420
Sub.Nendor Solic/Prequal/Recommend $805
Permit Coordination $267
Finalize Construction Schedule $1,188
Final Logistics /Safety Review $725
IGMP $5,063
True-up of IGMP (Permit Comments &Additional Revisions)$1,259
GMP -Finalization of Costs $1,259
Stakeholder,Community and Department Meetings $2,957
Preconstruclion Follow Requests/Services $3,067
Total For GMP $24,699 $22,000
Preconstruction Total~'$5_6_,0_8_7~I _$5_0_,o_o__,o I ~
RESOLUTION NO.2024-33412
Agenda Item:C7 B
Date:12/11/2024
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH,FLORIDA,APPROVING AND AUTHORIZING THE CITY
MANAGER AND CITY CLERK TO EXECUTE AMENDMENT NO.3 TO THE
AGREEMENT BETWEEN THE CITY OF MIAMI BEACH,FLORIDA AND
CONSTRUCTION MANAGER AT RISK,KAUFMAN LYNN CONSTRUCTION,
INC.,FOR THE NEW FIRE STATION NO.1,SAID AMENDMENT INCLUDES 1)
TO PROVIDE FOR ADDITIONAL PRECONSTRUCTION SERVICES REQUIRED
TO RELOCATE THE PROPOSED FIRE STATION NO.1 TO THE FLAMINGO
PARK SITE,ON ALTON ROAD BETWEEN 11TH AND 12TH STREETS,WEST
OF THE FOOTBALL FIELD ANO TRACK,IN ACCORDANCE WITH
RESOLUTION NO.2024-33345,FOR A NOT-TO-EXCEED AMOUNT OF
$194,500 AND 2)RESCINDING THE UNUSED REMAINING BALANCE OF THE
GMP AMOUNT FOR CONSTRUCTION WORK NOT COMPLETED IN THE
CREDIT AMOUNT OF ($24,264,381)FOR A TOTAL CREDIT IN THE AMOUNT
OF ($24,069,881);TO BE CREDITED BACK TO THE PROJECT BUDGET FOR
FUTURE USE.
WHEREAS,on January 15,2020,pursuant to Request for Qualifications (RFQ)No.2019-
370-ND,the Mayor and City Commission (City Commission)adopted Resolution No.2020-31112
approving and authorizing the Mayor and City Clerk to execute an agreement with Kaufman Lynn
Construction.Inc.(Kaufman Lynn)as Construction Manager at Risk (CMR),for the construction
of the new Fire Station No.1 Facility (Fire Station),to be located at the South Shore Community
Center (SSCC),833 6"Street,in the Flamingo Park Neighborhood in the amount of $80,000 for
Pre-Construction Phase services only with a future Amendment for the final negotiated
Guaranteed Maximum Price (GMP)for the construction phase of the project subject to prior
approval of the Mayor and City Commission ;and
WHEREAS,the new 29,369 square feet facility for the Fire Station will provide four drive-
thru apparatus bays,living spaces,offices,a kitchen,a gym,support facilities and 34 parking
spaces;and
WHEREAS,on March 27,2023,the City Commission adopted Resolution No.2023-
32519,approving Amendment No.1 to the agreement with Kaufman Lynn for preconstruction
services to include the manufacture and installation of a temporary modular structure for use by
the Daycare,relocation of the Daycare to the temporary location in Flamingo Park and the
structural and electrical infrastructure to support the Apollo Mural's installation on the facade of
the Fire Station in the total amount of $395,000;and
WHEREAS,on July 31,2023,NTP No 1A was issued to Kaufmann Lynn for the
preparation and submittal of engineered shop drawings for the prefabricated modular buildings
necessary for the temporary relocation of the Daycare to 1245 Michigan Avenue,in Flamingo
Park;and
WHEREAS,on September 13,2023,the City Commission adopted Resolution No.2023-
32775,approving Amendment No.2 to the Agreement with Kaufman Lynn,for the Guaranteed
Maximum Price (GMP)for the construction of the Fire Station,the temporary Daycare and the
infrastructure for the future installation of the Apollo Mural in the amount of $24,991,845;and
WHEREAS,on February 21,2024,the City Commission adopted Resolution No.2024-
32927,item C7 W,directing the City Administration to study the possible relocation of the new
Fire Station project to a City-owned site located at the western boundary of Flamingo Park at
Alton Road between 11th and 12th Streets (Flamingo Park Site);and
WHEREAS,on March 13,2024,the City Commission heard item C7 T which proposed
suspension of any expenditures towards the Fire Station project,until the City Commission
receives and evaluates recommendations on the options and viability of other suitable locations
for the Fire Station;and
WHEREAS,in March,the City notified Kaufman Lynn of the suspension of all
expenditures pending direction from the City Commission regarding the location of the Fire
Station;and
WHEREAS,the amount earned by the CMR during the course of the project is $1,202,464
including $80,000 for pre-construction services for the Fire Station,$22,000 for preconstruction
services related to the installation of the Apollo Mural,$48,000 for pre-construction services for
the Daycare,$57,290 for the preparation of engineered shop drawings for the modular structures,
$981,071 for general conditions,bonds,and insurance,and $14,103 for assistance with the
analysis to relocate the Fire Station to the Flamingo Park Site;and
WHEREAS,the Flamingo Park Site analysis showed that in order to accommodate the
new Fire Station,the existing running track will need to be shifted eastward approximately 15',
and additionally,the approximately 1700 SF restroom and locker building currently located west
of the track,the approximately 800 SF field house located east of the track,and the scoreboard
will have to be demolished and reconstructed;and
WHEREAS,on June 26,2024,the City Commission adopted Resolution No.2024-33157,
authorizing the Administration to proceed with the relocation of the Fire Station to the new
proposed Flamingo Park Site,if a countywide referendum is approved by a majority of Miami-
Dade County voters and more specifically,a majority of the City of Miami Beach's voters in the
aggregate;and
WHEREAS,on August 20,2024,a countywide referendum was held to approve the
construction of a new Fire Station at the Flamingo Park Site,and an overwhelming majority of
Miami-Dade County voters voted in favor of the measure,with 75.71%voting in favor and 24.29%
opposed;and
WHEREAS,the results of the referendum for Miami Beach precincts indicated strong
support from City residents,with every Miami Beach precinct voting in favor of the new location;
and
WHEREAS,on September 11,2024,the City Commission adopted Resolution No.2024-
33259,directing the Administration to collaborate with the design consultant to explore
modifications to the concept plans that could prevent shifting the running track and field,provided
these changes did not significantly affect cost or duration of the Fire Station construction;and
WHEREAS,on October 30,2024,a schematic layout for placing the Fire Station at
Flamingo Park was presented to the City Commission indicating that the design used at the SSCC
site would not fit in Flamingo Park,west of the track without impacting the track and field and that
a redesign of the facility is required to accommodate the facility at this location;and
WHEREAS,on October 30,2024,the City Commission adopted Resolution No.2024-
33345,establishing policy that the Fire Station construction at the Flamingo Park Site shall not
result in the relocation of any portion of the running track and field,or any interruption of its use;
and
WHEREAS,at the October 30,2024 meeting,the City Commission also directed the
Administration to issue a directive to Wannamacher Jensen Architects,Inc.(WJA)to implement
such modifications to the construction drawings for the Fire Station,as necessary to ensure the
running track and field will remain where currently located;and,
WHEREAS,at the October 30,2024 meeting.the City Commission further directed the
Administration to prepare the necessary amendment to the professional services agreement
between the City and WJA to incorporate the additional design services;and
WHEREAS,as the procurement method for the Fire Station is CMR,and the relocation of
Fire Station requires a redesign,an amendment to the agreement with Kaufman Lynn is
necessary to include additional preconstruction services during the redesign;and
WHEREAS,Kaufman Lynn has provided a negotiated proposal for preconstruction
services in the amount of $194,500,which includes an allowance of $50,000 for preconstruction
services should the 911 Call Center be added to the Fire Station project,upon direction by the
City Commission:and
WHEREAS,as construction has been suspended,pending the redesign at the Flamingo
Park Site,the amendment,will also include credits for all unused funds under the Agreement with
Kaufman Lynn;and
WHEREAS,Kaufman Lynn's contract amount of $25,466,845 minus a total amount
earned of $1,202,464,results in an unused balance of $24,264,381;and
WHEREAS,Amendment No.3 in the credit amount of $24,069,881 includes the additional
preconstruction services and the unused contract funds;and
WHEREAS,as construction activities will be delayed,the CMR will issue a reimbursement
to the City for Builder's Risk Insurance and Payment and Performance Bonds,once those
cancellations are processed;and
WHEREAS,City staff has reviewed the negotiated proposal for the additional
preconstruction services and found it reasonable for the effort required by the CMR;and
NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA that the Mayor and City Commission
of the City of Miami Beach,Florida,approving and authorizing the City Manager and City Clerk to
execute Amendment No.3 to the agreement between the City of Miami Beach,Florida and
construction manager at risk,Kaufman Lynn Construction,Inc.,for the new Fire Station No.1,
said amendment includes 1)to provide for additional preconstruction services required to relocate
the proposed Fire Station No.1 to the Flamingo Park site,on Alton Road between 11th and 12th
streets,west of the football field and track,in accordance with Resolution no.2024-33345,for a
not-to-exceed amount of $194,500 and 2)rescinding the unused remaining balance of the GMP
amount for construction work not completed in the credit amount of ($24,264,381)for a total credit
in the amount of ($24,069,881);to be credited back to the project budget for future use.
PASSED and ADOPTED this_Il_day or Lew
ATTEST'zj DEC !2 202l
Rafael E.Granado,City Clerk
Steven Meiner,Mayor
Sponsored by Commissioner Alex J.Femandez
Sponsored by Commissioner Tanya K.Bhatt
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
12}l zo4
Date
IANIB EAC H
City of M iam i Beach,1700 Convention Cen ter Drive,Miami Beach,Florida 33139,www .miamibeachfl.gov
OFFICE OF CAPITAL IMPROVEMENT PROJECTS
Tel:305.673.7 071 Fax:305.673.7073
LETTER OF TRANSMITTAL
TO :
VIA:
FRO M :
DA TE:
SU BJEC T:
Eric Carpenter,P.E .
City Manager
David Martinez,P.E.
Assistant City Manager
David Gomez
CIP Director
January 9,2025
Amendment No.3 for Fire Station #1 -Kaufman Lynn Construction,Inc.
We are submitting:Priority:Submitted for:Action Taken:
[]Permit Application [FRUSH []Review []Reviewed
[]Final Acceptance Letter []High Priority EI Approval/Signature []Approved
[]Letter to Commission []L_ow Priority D Comment []Returned forDAgendaItemsDForyouruseCorrections
[]Other:Change Order D As requested
[]Returned due to revisions
Due Date:0 nee ready,please contact Gloria Salam ext.26854
Notes:
Enclosed please find "Addendun No.3"to the Agreement for Construction Manager-At-Risk
Services between the City of Mia.mi Beach and Kaufman Lynn Construction,Inc ..dated April
30,2020,for pre construction services for Fire Station 1 to be relocated to Flamingo Park
located at Alton Road (between 11and 12"Street).
CC:David Gomez,Director
Colette Satchell,Interir Division Director
Herman Fung,Project Manager
We are committed to providing excellent public service and safety to all who live,work,and play in our vibrant tropical,historic community.