Loading...
Resolution 2025-33850 2025-33850 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM, AMENDMENT NO. 5 TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND JAMES CORNER FIELD OPERATIONS, L.L.C. FOR ARCHITECTURAL AND ENGINEERING (A/E) DESIGN SERVICES FOR THE LINCOLN ROAD IMPROVEMENTS PROJECT, SAID AMENDMENT INCLUDING THE FOLLOWING (I) THE SEPARATION OF THE DESIGN DOCUMENTS FOR THE DREXEL AVENUE IMPROVEMENTS AND THE MERIDIAN AVENUE IMPROVEMENTS, (II) THE RE-ENGINEERING OF THE FLORIDA POWER AND LIGHT (FPL) DUCT BANK, AND (III) COMPLIANCE WITH NEW DERM REQUIREMENTS FOR STORMWATER PRE-TREATMENT, IN THE ADDITIONAL NOT-TO-EXCEED AMOUNT OF $239,449.00, UTILIZING PREVIOUSLY APPROPRIATED FUNDING, INCREASING THE TOTAL CONTRACT AMOUNT FROM $7,478,406.71 TO $7,717,855.71; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE SAID AMENDMENT NO. 5. WHEREAS, on March 9, 2016, the City Commission adopted Resolution No. 2016-29319, awarding the contract for Architectural and Engineering (A/E) Design Services for Lincoln Road District to James Corner Field Operations, L.L.C. ("JCFO"); and WHEREAS, the types of improvements proposed along the district included enhancement of pedestrian walkways and cafe zones, modifications to the existing planters and water features, new landscape and irrigation, cosmetic repairs to historic Lapidus structures, drainage improvements, new lighting and signalization/wayfinding, performance/multipurpose areas in the 500 and 600 Blocks, outdoor furnishings at selected locations, gateway trellis at the 400 Block, replacement of underground infrastructure, crosswalk enhancements, and milling and resurfacing of asphalt paving; and WHEREAS, on June 23, 2016, the City and JCFO executed that certain Agreement for Architectural and Engineering (A/E) Design Services (as amended, the "Agreement") for professional architecture and engineering services for the Project in the total amount of $3,861,000; and WHEREAS, on July 14, 2016, the City issued Notice to Proceed 1, to commence with the design and engineering services for the Project; and WHEREAS, on February 8, 2017, the Mayor and City Commission adopted Resolution 2017-29746, approving Amendment No. 1 to the Agreement in the additional amount of $1,274,000, for additional architectural and engineering services associated with the implementation of the vision of the Lincoln Road Master Plan; and WHEREAS, on May 16, 2017, the City Manager administratively executed Amendment No. 2, changing and adjusting some terms of the Agreement; and WHEREAS, following the execution of Amendment No. 2, JCFO proceeded with the design and the preparation of construction documents; and WHEREAS, on March 12, 2020, the City of Miami Beach declared a State of Emergency in response to the Coronavirus 2019 Pandemic("COVID-19")and announced various emergency measures to mitigate the spread of COVID-19, including the immediate closure of non-essential retail businesses which impacted the commercial businesses along the Lincoln Road corridor; and WHEREAS, accordingly, throughout this design and preparation phase, the Administration, City staff and JCFO encountered challenges associated with estimated construction costs, COVID-19 related closures and impacts to local businesses, high market volatility related to material availability and delivery logistics; and WHEREAS, on January 13, 2021, the Mayor and City Commission adopted Resolution No. 2021-31552, accepting the recommendation of the Administration to reduce the scope of the Project, and authorizing the Administration to amend the Agreement to revise the drawings to complete the Project within the total allocated budget of approximately $52.4 million, equating to a construction budget ranging between $34 million and $36 million, inclusive of $5.2 million for water/sewer and drainage infrastructure work, funded separately from alternate funding sources; and WHEREAS, on June 22, 2022, the Mayor and City Commission adopted Resolution No. 2022-32181 approving Amendment No. 3, in the additional amount of$2,730,080, to redesign the Project, incorporating the reduced construction scope of work; and WHEREAS, a credit in the amount of $1,216,695.29 for work not performed under the original scope of the Project, and no longer required under the reduced scope, was inadvertently left out of Amendment No. 3; and WHEREAS, the City and JCFO executed Amendment No. 4 on March 22, 2024, providing for the following (i)additional services in the amount of$694,822.00, (ii)an additional $135,200.00 for travel expenses not accounted for in Amendment No. 3, and (iii) a net credit in the amount of $386,673.29, accounting for the $1,216,695.29 that should have been credited under Amendment No. 3; and WHEREAS, on January 30, 2024, Invitation to Bid No. 2024-022-ND ("ITB") was advertised for the Lincoln Road Improvements for Meridian Avenue and Drexel Avenue, resulting in the receipt of a sole response on April 2, 2024 which response significantly exceeded the construction budget; and WHEREAS, on May 17, 2024, the Administration rejected the sole bid, authorized the issuance of a new solicitation, directed staff to complete a review of current Project requirements and incorporate any changes to the solicitation in an effort to encourage competitive responses and obtain proposals within the allotted budget; and WHEREAS, following the rejection of the bid, City staff held industry meetings with contractors to gain insights into market conditions, understand the reasons for the lack of responses, and identify cost-driving factors that caused the sole bid to exceed the construction budget; and WHEREAS, during these meetings, contractors highlighted the requirement to maintain vehicular traffic through Meridian Avenue throughout the construction period as one significant cost factor, and mentioned other factors including increased construction costs across the market and high demand, combined with project backlogs; and WHEREAS, in response, and in an attempt to isolate the specific types of work required for each location, broaden the range of contractors and increase overall interest, the Project team devised a strategy of re-packaging the ITB into two distinct projects—one for the Meridian Avenue Improvements, and another for the Drexel Avenue Improvements; and WHEREAS, in addition, and to achieve additional cost savings, the construction documents were revised to include measures such as easing restrictions on road closures and identifying contractor staging areas; and WHEREAS, concurrently, Florida Power and Light ("FPL") identified a new connection point to the electrical service infrastructure that was not available when the Agreement was initially executed, allowing for a simplified design of the necessary electrical ductbank and leading to reduced construction costs and a shorter Project duration; WHEREAS, additionally, new Miami-Dade County Division of Environmental Resource Management ("DERM") requirements for stormwater pre-treatment were implemented for the Project; and WHEREAS, on June 30, 2025, the City received JCFO's revised and negotiated proposal in the additional amount of $239,449.00, which includes separating the design documents into two packages for Drexel Avenue Improvements and Meridian Avenue Improvements, re- engineering of the FPL duct bank, and incorporating the new DERM requirements for stormwater pre-treatment; and WHEREAS, City staff has reviewed the negotiated proposal for the additional services and found it reasonable for the effort required from JCFO; and WHEREAS, the City Manager recommends that the Mayor and City Commission do the following: (i) approve Amendment No. 5 attached to the City Commission Memorandum, said Amendment No. 5 including the following (a) the separation of the design documents for the Drexel Avenue Improvements and the Meridian Avenue Improvements, (b) the re-engineering of the Florida Power and Light (FPL) duct bank, and (c) compliance with new DERM requirements for stormwater pre-treatment, in the additional not-to-exceed amount of $239,449.00, utilizing previously appropriated funding, increasing the total contract amount from $7,478,406.71 to $7,717,855.71, and (ii) authorize the City Manager and City Clerk to execute said Amendment No. 5. 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 approve, in substantial form, Amendment No. 5 to the Agreement between the City of Miami Beach, Florida and James Corner Field Operations, L.L.C. for Architectural and Engineering (A/E) Design Services for the Lincoln Road Improvements Project, said Amendment No. 5 including the following (i) the separation of the design documents for the Drexel Avenue Improvements and the Meridian Avenue Improvements, (ii) the re-engineering of the Florida Power and Light (FPL) duct bank, and (iii) compliance with new DERM requirements for stormwater pre-treatment, in the additional not-to-exceed amount of $239,449.00, utilizing previously appropriated funding, increasing the total contract amount from $7,478,406.71 to $7,717,855.71; and further, authorize the City Manager and City Clerk to execute said Amendment No. 5. PASSED and ADOPTED this j day of � ���� , 2025. . Steven Meiner, Mayor ATTEST: ,,,,,,�, ':�r^!����.�' {��7 � � '�fb�l+. =�`'. ,S'�� . � ,�i a�.. d/�b�� ': Rafael E. Granado, City Clerk :,;INCORP�ORATED,� : r 7 ' �� �^ '',�l,�C}J �)h ,',A ;.,.. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION S126 zo� City Attorney � 'f Date Resolutions - C7 A MIAMIBEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: September 3, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM, AMENDMENT NO. 5 TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND JAMES CORNER FIELD OPERATIONS, L.L.C. FOR ARCHITECTURAL AND ENGINEERING (A/E) DESIGN SERVICES FOR THE LINCOLN ROAD IMPROVEMENTS PROJECT, SAID AMENDMENT INCLUDING THE FOLLOWING (i) THE SEPARATION OF THE DESIGN DOCUMENTS FOR THE DREXEL AVENUE IMPROVEMENTS AND THE MERIDIAN AVENUE IMPROVEMENTS, (II) THE RE-ENGINEERING OF THE FLORIDA POWER AND LIGHT (FPL) DUCT BANK, AND (III) COMPLIANCE WITH NEW DERM REQUIREMENTS FOR STORMWATER PRE-TREATMENT, IN THE ADDITIONAL NOT-TO-EXCEED AMOUNT OF $239,449.00, UTILIZING PREVIOUSLY APPROPRIATED FUNDING, INCREASING THE TOTAL CONTRACT AMOUNT FROM $7,478,406.71 TO $7,717,855.71; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE SAID AMENDMENT NO. 5. RECOMMENDATION The Administration recommends that the Mayor and City Commission (City Commission) adopt the Resolution. BACKGROUND/HISTORY On March 9, 2016, the City Commission adopted Resolution No.2016-29319, awarding a contract for Architectural and Engineering Design Services for Lincoln Road District Redevelopment Project to James Corner Field Operations. LLC. (JCFO). The types of improvements proposed along the district include enhancement of pedestrian walkways and cafe zones, modifications to the existing planters and water features, new landscape and irrigation, cosmetic repairs to historic Lapidus structures, drainage improvements, new lighting and signalization/wa�nding, performance/multipurpose areas in the 500 and 600 Blocks, outdoor furnishings at selected locations, gateway trellis at the 400 Block, replacement of underground infrastructure, crosswalk enhancements, and milling and resurfacing of asphalt paving. The sgreement was negotiated and executed on June 23, 2016, in the total amount of$3,861,000. On July 14, 2016, the City issued Notice to Proceed 1, to commence with Design and Engineering Services. On February 8, 2017, the City Commission adopted Resolution 2017-29746, approving Amendment No. 1, in the amount of $1,274,000, for additional architectural and engineering services associated with the implementation of the vision of the Lincoln Road Master Plan. 193 of 1750 On May 16, 2017, the City Manager administratively executed Amendment No. 2, changing and adjusting the terms of the agreement. Following the issuance of Amendment No. 2, JCFO proceeded with the design and the preparation of construction documents. Throughout this phase, the Administration, City staff and JCFO encountered challenges associated with estimated construction costs, Covid related closures and impacts to loca� businesses, high market volatility related to material availability and delivery logistics. On January 13, 2021, the City Commission adopted Resolution 2021-31552, accepting the recommendation of the Administration to reduce the scope of the project, and authorizing the Administration to amend the agreement with JCFO to revise the drawings to complete the project within the total allocated budget of approximately $52.4 million, equating to a construction budget ranging between $34 million and $36 million, inclusive of $5.2 million for water/sewer and drainage infrastructure worlc, funded separately from alternate funding sources. The reduced scope of work includes Meridian Avenue improvements, pedestrianization of Drexel Avenue, restoration of fountains and equipment, restoration of the Lapidus follies, upgrading existing light fixtures, implementation of the Euclid Avenue oval concept, refurbishing the seating • areas along the Lincoln Road corridor, refinish the existing piano keys, restore the existing aluminum trench drain grates, Lincoln Road directional and informational signage, Lincoln Road gateway signs at Washington Avenue and Alton Road, and a security barrier system, including planters, bollards, and site furnishings. On June 22, 2022, the City Commission adopted Resolution 2022-32181 approving Amendment No. 3 in the amount of$2,730,080, to redesign the project, incorporating the reduced construction scope of work. Amendment No. 3 did not reflect a credit in the amount $386,673.29 for work not performed under the terms of the original Agreement. On March 22, 2024, Amendment No. 4 was executed, reflecting the credit amount of ($386,673.29) for work n�t performed which would no longer be required. ANALYSIS On January 30, 2024, ITB 2024-022-ND was advertised for the Lincoln Road Improvements for Meridian Avenue and Drexel Avenue. Qn April 2, 2024, a sole response significantly exceeding the construction budget was received and on May 17, 2024, the Administration rejected the bid received, authorized the issuance of a new solicitation, directed staff to complete a review of project requirements, incorporate any changes to the solicitation in an effort to encourage competitive responses and obtain proposals within the allotted budget. Following the rejection of the bid, City staff held industry meetings with contractors to gain insights into market conditions, understand the reasons for the lack of responses, and identify cost-driving factors `.hat caused the bid to exceed the construction budget. During these meetings, contractors highlighted that one significant cost factor was the requirement to maintain vehicular traffic through Meridian Avenue throughout the construction period. Other factors included increased construction costs across the market and high demand, combined with project backlogs. In response, the project team devised a strategy of re-packaging the ITB into two distinct projects; one for the Meridian Avenue Improvements and another for the Drexel Avenue Improvements. To achieve additional cost savings, the construction documents were revised to include measures such as easing restrictions on road closures and identifying contractor staging areas. This 194 of 1750 approach aimed to isolate the specific types of work required under each contract, thereby broadening the range of contractors and increasing overall interest. Concurrently, Florida Power and Light identified a new connection point to the efectrical service infrastructure that was not available when the JCFO agreement was initially executed. These updates allowed for a simplified design of the necessary electrical ductbank, leading to reduced construction costs and a shorter project duration. Additionally, new Miami-Dade County Division of Environmental Resource Management (DERM) requirements for stormwater pre-treatment were implemented in the project. On June 30, 2025, the City received JCFO's revised and negotiated proposal. This proposal includes separating the design documents into two packages for Drexel Avenue and Meridian Avenue, re-engineering of the FPL duct bank, and the incorporation of new DERM requirements for stormwater pre-treatment. The total cost for these services was not to exceed $239,449.00. City staff has prepared Amendment No. 5 (Exhibit A) to the existing Professional Services Agreement, in the amount of$239,449.00, revising the total contract amount to $7,717,855.71. City staff has reviewed the negotiated proposal for the additional services and found it reasonable for the effort required from the consultant. FISCAL IMPACT STATEMENT Amendment No. 5 to JCFO in the amount of$239,449 will be funded with previously appropriated funding. D_o_es this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https:/Iwww.miamibeachfl.yov/city-hall/city-clerk/meetin�-notices/ FINANCIAL INFORMATION 309-0820-061357-00-410-549-00-00-00-29310 $239,449.00 CONCLUSION The Administration recommends that the City Commission adopt the Resolution. Applicable Area South Beach Is this a "Residents Riqht to Know" item, Is this item related to a G.O. Bond Lursuant to Citv Code Section 2-17? Proiect? Yes No 195 of 1750 Was this Aqenda Item initiallv requested bv a lobbvist which, as defined in Code Sec. 2-481, includes a principal enqaQed in lobbvinq? No If so, specify the name of lobbyist(s) and principal(s): Department Capital Improvement Projects Sponsor(s) Co-sponsor(s) Condensed Title • Execute Amendment 5 to Agmt w/ James Corner Field Operations, Lincoln Rd Improv Proj. CIP Previous Action (For Citv Clerk Use Onlv) 196 of 1750 EXHIBIT A AMENDMENT NO. 5 TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND JAMES CORNER FIELD OPERATIONS, L.L.C. FOR ARCHITECTURAL AND ENGINEERING (A/E) DESIGN SERVICES TO PROVIDE ADDITIONAL PROFESSIONAL SERVICES FOR THE LINCOLN ROAD IMPROVEMENTS PROJECT, IN THE NOT-TO-EXCEED AMOUNT OF b239,449.00, INCLUDING (1) SEPARATING DESIGN DOCUMENTS FOR DREXEL AVENUE AND MERIDIAN AVENUE, (2) RE-ENGINEERING FLORIDA POWER AND LIGHT (FPL) DUCT BANK, AND (3) COMPLYING WITH NEW DERM REQUIREMENTS FOR STORMWATER PRE-TREAMENT, AND ACCORDINGLY, TO REVISE THE CONTRACT TOTAL TO 57,717,855.71 This Amendment No. 5 ("Amendment") to the Agreement(as defined below) is made and entered into this_day of , 2025, 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 JAMES CORNER FIELD OPERATIONS, L.L.C., a New York limited liability company, having its principal office at 4 Bryant Park, Floor 11, New York City, New Yorlc 10018 (the "Consultant"). RECITALS WHEREAS, on June 23, 2016, pursuant to Request for Qualifications No. 2015-245-KB (the "RFQ"), the Mayor and City Commission adopted Resolution No. 2016-29319, approving and authorizing the Mayor and City Clerk to execute an agreement with James Corner Field Operations, L.L.C. for professional architecture and engineering services for the Lincoln Road District Improvements Project (ti�e "Project"); WHEREAS, on June 23, 2016, the City and Consultant executed that certain Agreement for Architectural and Engineering (A/E) Design Services (as amended, the "Agreement") for professional architecture and engineering services for the Project in the total amount of $3,861,000; WHEREAS, the Agreement provides for the architectural, engineering, landscape architecture, surveying, infrastructure, limited historic preservation, signage and wayfinding, cost estimating, and permitting as necessary for the Project, includin� the design, bidding and award services, and construction administration for the Project; WHEREAS, on February 8, 2017, the Mayor and City Commission adopted Resolution No. 2017-29746 approving AmPndment No. 1 to the Agreement in the additional amount of $1,274,000, for additional architectural and engineering services associated with the implementation of the vision of the Lincoln Road Master Plan, including a negotiated credit for the design services for the 17'" Street Component, incorporation of a security barrier system, and extension of the geographic area of the Project to include the area of the Lincoln Road Mall from Washington Avenue to Collins Avenue (200-300 Blocks) as contemplated in the Lincoln Road Master Plan; WHEREAS, on May 16, 2017, Amendment No. 2 to the Agreement was approved 197 of 1750 EXHIBIT A administratively, revising the terms set forth under Section 4.2.2 of the Agreement to increase the variance within the Consultant's Statement of Probable Construction Cost from plus or minus ten percent(+/-10°/a)to plus or minus twenry percent (+/-20%), and to increase the Construction Cost Budget for the Project from $43 Million to $46 Million; WHEREAS, on March 12, 2020, the City of Miami Beach declared a State of Emergency in response to the Coronavirus 2019 Pandemic ("COVID-19") and announced various emergency measures to mitigate the spread of COVID-19, including the immediate closure of non-essential retail businesses which impacted the commercial businesses along the Lincoln Road corridor; WHEREAS, as a consequence of the pandemic, market conditions and uncertainty within the construction industry resulted in a delay in the Construction Manager At Risk the Guaranteed Maximum Price (GMP) process for construction services; WHEREAS, on January 13, 2021, the Mayor and City Commission directed the Administration to reduce the Project Scope and keep the Project within the originally allocated total budget of approximately $52.4 million, equating to a construction budget of $34 million to $36 million, inclusive of $5.2 million for water/sewer and drainage infrastructure work to be funded separately from alternate funding sources; WHEREAS, on June 22, 2022, the Mayor and City Commission adopted Resolution No. 2022-32181 approving Amendment No. 3, in the additional amount of$2,730,080, to redesign the Project, incorporating the reduced construction Project Scope; WHEREAS, a credit in the amount of $1,216,695.29 for work not performed under the original Project Scope was inadvertently left out of Amendment No. 3; WHEREAS, the City and Consultant executed Amendment No. 4 on March 22, 2024, providing for the following (i) additional services in the amount of $694,822.00, (ii) an additional $135,200.00 for traval expenses not accounted for in Amendment No. 3, and (iii) a net credit in the amount of $386,673.29, accounting for the $1,216,695.29 that should have been credited under Amendment No. 3; WHEREAS, on January 30, 2024, Invitation to Bid No. 2024-022-ND ("ITB") was advertised for the Lincoln Road Improvements for Meridian Avenue and Drexel Avenue, resulting in the receipt of a sole response which significantly exceeded the construction budget; WHEREAS, the Admi��istration rejected the sole bid, authorized the issuance of a new solicitation, and directed staff to complete a review of current requirements and incorporate any changes to the solicitation in an effort to encourage competitive responses and obtain proposals within the allotted budget; WHEREAS, in an attempt to isolate the specific rypes of work required for each location, broaden the range of contractors and increase overall interest, the Project team devised a strategy to repackage the ITB into two distinct projects, one for the Meridian Avenue Improvements and another for the Drexel Avenue Improvements; 198 of 1750 EXHIBIT A WHEREAS, in addition, and to achieve additional cost savings, the construction documents were revised to include measures such as easing restrictions on road closures and identifying contractor staging areas; WHEREAS, concurrently, Florida Power and Light ("FPL") identified a new connection point to the electrical service infrastructure that was not available when the Agreement was initially executed, allowing for a simplified design of the necessary electrical ductbank and leading to reduced construction costs and a shorter Project duration; WHEREAS, additionally, new Miami-Dade County Division of Environmental Resource Management ("DERM") requirements for stormwater pre-treatment were implemented for the Project; WHEREAS, on June 30, 2025, the City received Consultant's revised and negotiated proposal in the additional amount of $239,449.00, which includes separating the design documents into two packages for Drexel Avenue Improvements and Meridian Avenue Improvements, re-engineering of the FPL duct bank, and incorporating the new DERM requirements for stormwater pre-treatment; WHEREAS, this Amendment No. 5 to the Agreement, in the additional amount of $239,449.00, will revise the totat contract amount to $7,717,855.71; and WHEREAS, City staff has reviewed the negotiated proposal for the additional services and found it reasonable for the effort required from the Consultant. 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. Capitalized terms used herein and not otherwise defined shall have the meanings given to them in the Agreement. 2. MODIFICATIONS. a) Exhibit A to this Amendment No. 5 is incorporated into the Agreement by reference, and modifies the Project Scope as detailed therein. b) Section 7.1 of the Agreement is hereby amended to reflect a $239,449.00 increase in the Consultant's Lump Sum fee, from $7,478,406.71, as provided in Amendment No. 4, to $7,717.855.71. 3. RATIFICATION. Except as amended herein, all other provisions of the Agreement shall remain unchanged and in full force and effect. In the event there is a conflict between the provisions of this Amendment and the Agreement, the provisions of this Amendment shall govern. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK) 199 of 1750 EXHIBIT A IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 5 to be executed in their names by their duly authonzed officials as of the date first set forth above. FOR CITY: ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Eric T. Carpenter, City Manager FOR CONSULTANT: ATTEST� JAMES CORNER FIELD OPERATIONS, L.L.C. By: Isabel Castilla James Corner, President 200 of 1750 EXHIBIT A EXHIBIT A CONSULTANT PROPOSAL FOR FEE AND SCOPE REVISIONS (to be attached) 201 of 1750 JAMES FORpER Schedule A EXHIBIT A OPERATIONS Ariei Guitian Capital Projects Coordinator Office of Capital Improvements Projects 1700 Convention Center Drive Miami Beach, FL 33139 12.20.2024 Revision #1 04.24.2025 Revision #2 05.29.2025 Revision #3 06.30.2025 Ariel: I am submitting a proposal for fee and scope revisions to Amendment 4, executed on March 22, 2024, to the Agresment between the City of Miami Beach and James Corner Field Operations, L.L.0 for Professional Architectural and Engineering Design Services for the Lincoln Road District Resolution No. 2016-29319, dated June 23, 2016 ("Prime AgreemenY'). A detailed description and reasoning for revisions is listed in the pages that follow. Item #1- Phase 2 Separation Original Amendment 4 proposal Schedule A.2023- Rev;sed Scope of Services • ltem 3 task 2: Construction Documents and Approvals: Rev 2: Per City's direcfive, the project will now be developed into two phases. Construction documents will be developed as two separate packages: Phase 2: Encompassing improvemenfs fo Meridian and Drexe!Avenues Phase 3: Encompassing improvemenfs to Lincoln Road from Lennox fo Washington Avenue. • Item lll. Assumptions and Exclusions, A. Assumptions, number 3: 3. Per the City's directive, the scope oi work wil!be prepared as two cohesive packages for permitting, bidding and construction- one for Phase 2 and one for Phase 3. Proposed revisions On September 6, 2024, the Office of Capital Improvement Projects (CIP) directed Field Operations and their subconsultants to: 4 bryant parK, f!oor 11, new yo�k, r,y '(�� B�ld$� ?450 fieldope�a'�ons ^et JAMES CORNER EXHIBIT A FIELD OPERATIONS • Separate the Lincoln Road Phase 2 Construction Document and Bid set into two separate packages- one for Drexel Avenue and another for Meridian Avenue. Efforts associated with this directive are in addition to the scope of work outlined on Amendment 4 and require additional fees based on the tasks outlined below: • Task 1- Drawing Set Reformatting Field Operations and their subconsultants will re-format the Lincoln Road Phase 2 construction document set, including all drawings and specifications- completed May 26, 2023- as two independent packages for bid and construction: one including all scope of worlc required to bid and construct Drexel Avenue and another one for Meridian Avenue. Efforts associated with Task 1 have been completed to date. Revised drawing sets were delivered to the City on October 17, 2024. • Task 2- Permitting and Approvals � It is anticipated that on-going permits from Miami-Dade County, including traffic and drainage, may require an amendment to reflect the scope of work separation. Per City direction, the design team will continue pursuing ongoing permits as one project, including Meridian and Drexel Avenues together, and will file for a post-approval amendment to separate the scopes, at a later date, if necessary. • Task 3: Bidding Assistance and Construction Observation Current Design Team fees for bidding assistance and construction observation account for one round of bidding (already completed in the Spring of 2024) and a single construction mobilization for both Meridian and Drexel Avenues. Additional fees are required to cover efforts associated with rebidding the project as two separate bid packages, as well as the increased scope and timeline associated with two independent construction mobilizations, potentially involving different contractors and non-concurrent schedules. Per CtP direction, available funds earmarked for Phase 3 bidding and construction observation and associated travel expenses will be re-allocated to cover additional fees associated with separate construction mobilizations. A forthcoming contract amendment will be issued to address fee shortfall once Phase 3 is bid. Item #2- FPL Duct Bank Engineering Following on-going permit coordination, Florida Power 8� Light Company (FPL) has requested a primary power duct bank to connect the proposed electrical power vault near the intersection of Lincoln Road and Drexel Avenue to an existing FPL manhole located near the intersection of Drexel Avenue and Lincoln Lane South. Duct bank engineering was not originally included in the scope of worlc. This work has been completed to date. Drawings were delivered to the City on October 17, 2024 Item #3- Stormwater Treatment Units 303 of 1750 �annEs CORNER EXHIBIT A FIELD OPERATIONS Oripinal 2016 Prime Apreement Exhibit A Scope of Services • ltem Nl. Assumptions and Exclusrons, B. Exclusions, numbers 29-31: 29. No rncrease in drainage capacity is anticipated or included rn thrs scope. Consultant anticipates the existing drainage capacity in the Lincoln Road Mall to be sufficient for the proposed improvements. All drainage shall be routed to existing drainage trunk lines on Lincoln Road. Scope is for a rehabilitation drainage improvemenf project, and thus generally assumes straight line grading from the respective frnished floor elevations to the exisfing slot drain locafion. 30. Consultant will be provided supporting documentation, based on the City's drainage masferp/an, for existing drainage capacity, and associated as-builts. Consultant shall re/y on this information for rts use during designated permii submittals. 31. It is assumed that adequate drainage capacify exists, and no signifrcant changes to perviou�mpervious ratios wili be proposed,therefore, no detailed, permit level engineering studies, calculations, modeling, simulations, operational impacts, or land usage recommendations are included in fhis scope. For this scope, only a pre/posf calculation is anticipated to be required by the jurisdictional authority. Proposed revisions In 2016, Kimley-Horn started coordinating drainage-related improvements for Lincoln Road with DERM. At the time, it was determined that areas east of Michigan Avenue and north of(and inclusive o� Lincoln Road were included in the drainage basins for the newly permitted 19th Street and Convention Center pump stations, and that water quality for those areas were accounted for in the respective Class II Permits for those pump stations. The only requirement for the LRDI would be to submit a Class II Permit modification to DERM Water Control along with a calculation demonstrating that the post-development impervious/pervious ratio will be lower than the pre-development condition. DERM also suggested the City issue a letter committing to water quality improvements for areas west of Jefferson Avenue and south of Lincoln Road. In September 2024, DERM stated the letter of commitment would no longer suffice for areas outside the pump station basins. Instead, DERM now requires two stormwater pre-treatment devices: one at Lincoln Road between Michigan and Jefferson Avenues, and another at Drexel Avenue and 16th Street. Item #4- Sec ' Design (Bollards) Per the City's direction, in st 2024, Field Operati ubmitted a proposed security bollard layout for the eastern inter �on of Li oad and Alton Road to FDOT for review, as the area falls within FDOT's - f-way. After reviewing the proposal, FDOT stated that bollards are not allow ithin their � -of-way. �04 of 1750 JAMES �ORNER EXHIBIT A FIEID OPERATIONS On e 4, 2024, CIP asked Field Operations to explore alternat� s for security bollards to ithin the City of Miami Beach' - -way. Due to existing conditions, alternative options pr � i o security. As such, additional evaluation is needed from the secun ant to advise on the best alternative soluti This proposal includes the following documents: Schedule 6.2024- Consultant compensation My Very Best Regards, �� �� Isabel Castilla Associate Partner d05 of 1750 „�E5 EXHIBIT A coRneR i1ELD QfERATtONS P�q�C �Road q�trict R�rwv�pon_Am�nym�nt 5 DW Ysutl 1712G20]4 Revrs�tl y�02S lCHEDUIE 8.202�01 Co..suMxa Canp�rw�tbn M�Arn�S TA3K 7 � T43K 2 TOiAl9 REIUON/1G FOR iEE MtREASE i ,_-__--—__---__.. i . . _ _._ __. _. . _._._._ _._ , DRAWMG SET � VERMITYpiG ANU REFORMATING i APPROVAL� (�P Wm) (hourly NTEI w oreruno«a seo 000.00 s,e 000-oo STo�oo. re.rm-,,,�..,�..�,o.��.�.��nc.�-��„4.. P.o�c:�..a�u+wscao.krn,Lc'W�-�� ws.r�ws v..woo.e+o�..�+e�ne�ea�e..a�nw o.cr.Q» U�s*3ecqr.;PuOMc Etqapsrtw+t Lo�Irt rmaWa� � ��wo�s eaa?�lon.OaYeYt lor✓On+�oeMrY�wOeA�on b Pr'�O�p� .,._........flORN SSI.00O.OD f�3.000. S59C00. a'w�+P.dufra�ravraYse�c.�d�prw.+ G�ow+O Gvi Erqervxq. rr�'k m0 Tr�nspauuon �n+p.��bw Q�uwW n+rramuct.r� M'*F�a Car+ry v�'*�r�.wwa n M�•vo rw���o �hwt Al..RW 58.000.00 WA S8�. RMmnH�•M��'P m'e. �f x.�ae Mro'rmpvnrt roc.t�ge� � Ebr,tr�cal EnpnM�ng � SENGMEERE I S�.'�0.00 N/A S'..'.40. Rd.:.-,.,��e �.a�..�.�«.�..�,..,.a.�..o��ue�«��nn^•.:w..,..�, •wccurV«qirwrcq NEN MOORE a ASSOCIATE3 S�261.0� W' S1 2",A.. ac�o-�u,-�sw'9r a�r x�.+-r:.-.a.�rc'cex^r�a^,+��SNw� l.xy;A lmpa;ion NlD LIQ�IITMG OEDIGN S�300.00 WA S'JW. a,�rn-a,.•.arv-p.�c wreca7.c.�s w twc v�rar'e o�c+�apr ay�,ro a«an RAUI WIO SC�NTI3T� S7 000.00 WA S7 000. Raicv^un sv�ulc..t�m.e�.N.o-c�ovw^+7+c�apee Urbar Shcs � I � � KIMLEY�HORN �, ,._::-.,'r-. . . _,, , � -: ._ , ...,.,..�,. .f s -.__::;_, .- �._.v.�rw �r� : � .... . - - . . .,.. �, :`.- �.: d.._. ... . KYMtEv-HORN ,-"'??0 �-a.,. ._. � e:.«. �.. -F,. , . '_ .._.. _... .. ['a'r... .'.�r✓'i.1'vm6 aum; � -a. , , ., .�. ar .. . v x- .��e�pon. KMILEY-MOR/1 529.980.00 �e N�v:Stormwoiw P�traatrn�rrt Une M LRO PMs�2(IumO�m) KIMLE`Id10RM 5.3�.020. Or+s Naw 3bm.reM Grs�verhnerri Urnl tar LRD V�w J(k/nP twn) �IOltll S?675.� 3�'�nq av adtl�'oral;,oa•me�?.,.+,'n�'ias�)�'+arty N?t� � . �.. - �•�d hw+t7,q�et�re..-h�lt�t b�s.or _ . . �a:'RSS”'ssSYss�+`6^'. �sf aAr^B*a rlRm��YCwro'1!w x�aCn c512.0�(�00) Grand total $239.4d9 00 206 of 1750