HomeMy WebLinkAboutAmendment no. 5 to the agreement between the CMB and James Corner Field Operations, LLCAMENDMENT 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 $239,449.00,
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
JAN 3 0 2026 $7,717,855.71
This Amendment No. 5 ("Amendment") to the Agreement (as defined below) is made and
entered into this _day of , 2026, 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 York 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 (the "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, including 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 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, including a negotiated credit for
the design services for the 17`h 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
WHEREAS, on May 16, 2017, Amendment No. 2 to the Agreement was approved
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%) to plus or minus twenty 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 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;
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 Administration 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 types 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;
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 total 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)
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 5 to be
executed in their names by their duly authorized officials as of the date first set forth above.
FOR CITY:
ATTEST:
VP JAN 3 0 2026
Rafa E. Granado, City Clerk
FOR CONSULTANT:
ATTEST:
r
Isabel Castilla
CITY OF MIAMI BEACH, FLORIDA
B '0
ByIZ�L
-
T. Carpente , City Manager
JAMES CORNER FIELD OPERATIONS, L.L.C.
By:
James Corner, Presidemt
Founding Partner & CEO
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
�TY�
OIIZI�Z�,
City Attorney
Date
EXHIBIT A
CONSULTANT PROPOSAL FOR FEE AND SCOPE REVISIONS
(to be attached)
1AME5
CORNER EXHIBIT A
FIELD Schedule A
OPERATIONS
Ariel Guitian
Capital Projects Coordinator
Office of Capital Improvements Projects
1700 Convention Center Dnve
Miami Beach, FL 33139
12,20.2024
Revision #1 04.24.2025
Revision #2 05.29.2025
Revision #3 06.30.2025
Anel:
I am submitting a proposal for fee and scope revisions to Amendment 4, executed on
March 22, 2024, to the Agreement 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 ("Pnme
Agreement').
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- Revised Scope of Services
• Item 3 task 2. Construction Documents and Approvals.
Rev 2. Per City's directive, the project will now be developed into two phases.
Construction documents will be developed as two separate packages:
Phase 2: Encompassing improvements to Mendian and Drexel Avenues
Phase 3 Encompassing improvements to Lincoln Road from Lennox to
Washington Avenue.
• Item Ill. Assumptions and Exclusions, A. Assumptions, number 3
3. Per the City's directive, the scope of work will 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, floor 11, new york, ny 120A 9075111113 1450 fieldoperations net
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
work 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 1 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 CIP 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 & 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 work. This work has
been completed to date. Drawings were delivered to the City on October 17, 2024
Item #3- Stormwater Treatment Units
203 of 1750
JAMES
CORNER
FIELD
OPERATIONS
EXHIBIT A
Original 2016 Prime Agreement
Exhibit A Scope of Services
• item ill. Assumptions and Exclusions, B. Exclusions, numbers 29-31.
29 No increase in drainage capacity is anticipated or included In this 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
improvement project, and thus generally assumes straight line grading from the
respective finished floor elevations to the existing slot drain location
30. Consultant will be provided supporting documentation. based on the City s
drainage masterplan, for existing drainage capacity, and associated as-builts.
Consultant shall rely on this Information for its use during designated permit
submittals
31 It is assumed that adequate drainage capacity exists, and no significant changes
to pervious/impervious ratios will be proposed .therefore, no detailed, permit level
engineering studies, calculations, modeling, simulations. operational impacts. or land
usage recommendations are included in this scope. For this scope, only a pre/post
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 of) 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.
Rem #4- Se—cbTUXDesign(Bollards)
Per the City direction, in_Av94.st 2024. Field OperaU bmitted a proposed security
bollard layout for the eastern ante on of Li gad and Alton Road to F DO i for
review, as the area falls within FDOT s - f-way. After reviewing the proposal, FDOT
stated that bollards are not allow ,thin their -of-way.
204 of 1750
JAMES
CORNER
FIELD
OPERATIONS
On Si3�4. 2024, CIP asked Field Operations to explore alternat for
security bollards to ithm the City of Mia�Beach'sway. Due to existing
conditions, alternative options pr i security. As such, additional
evaluation is needed from the securiant to advise on the best
alternative solutio
This proposal includes the following documents
Schedule B.2024- Consultant compensation
My Very Best Regards
Isabel Castilla
Associate Partner
EXHIBIT A
105 of 1750
JAMES
CORNER
M9LD
oPERATpNf
Or. b..►
Rav�tq
xr+TDi•trn2d2F ..
L—im Road DWr. R—w A —Wm M S
r 2 20,2024
S292023
Fw r..FFARF I PACRAGF aF.PAAATIOM
-ASK
TAM }
TOTALS
ORAWOW, UT PC RWI TMO AND
REFORMATMG
APPROVALS
A—p —)
I. (h—,IV NTFj
MELD OPERA,
WD 000.00
110 MW
M ODD-00
LAW ' Lafte p. AlChA bra '
Omw AAk b9own.rr
- --4tOtaR
ETA 000.
- a.a OWDO
00 COD
Ground Cwd Enarrw.q. Traft and Trnwa ww
npn.wwa. brow 9-wr0 rlra.bt�AJ.
000 00
W$8000.00
ENODIFM ---
RP'"W' G
$1 140.00
W
$1,40.00
A ASSIOCLATES
54 210.00
OVA
$4 rot 30
ncr :A Mpww
We L"I"Twa O!!WF
G"D.W
T 700.00
W
f' J00.
-- - - -
CRAUL LA11D
T.000.00Wok
s• goo 56
"er SaM
JIOR� �- 300
PL Oub Fr e.nprwrp
630
Ca..Gor drip FYn r
40M
_.. f29 99C.
Nw sk r ww P►e..bmm UM. Ur LAD A 2 (Lrnd .um(
- S-3F WO
AFORp
Nap LmrM.r.w PNfU�trrMnt tMa b LAD P11a.a f Um avnl
f7 87S
aIORO
aaF adduw- rarrwF j" W PFw f (ndrFF NTE 1
($12,O00.00)
Grand total $239,449 00
EXHIBIT A
RRAROIMiG PON PER RFC
wnwr w W.dwro. r Frp ne.o.a.Y rasa..
.- 00-6s w +rp.o• ere an ero.crgF
mwtFrr
—: www
rrn+
FYwrF w var r r nar.�r..rF
F(TF tr ��Fy F.r"F �r b rYR rr rrrrF rr^+
rapt
srwp M r Irro nidq.r�F rc+gr
bw� w r rw rawVrt carry.
v-w �•'wwp w r r nfr..neFr� raRo..
pro d oa.. a o+ conorF FPt , a� Fa+
en. Ora nr+ v vm � 07..1 Fr.r d .Fan
w rr�+.r F.r�rn nw . F �w. wrrrrF *an
-v op+W +�tl ewr.e or av P."'dV a:�e.rwr
.rac- • rra.a rrMr ti �� �M P.r�t b FAM.F �n
rR rv1M. man Fr Fw FdkK
206 of 1750
JAMES
CORNER
FIELD
OPERATIONS
Ariel Guitian
Capital Projects Coordinator
Office of Capital Improvements Projects
1700 Convention Center Drive
Miami Beach, FL 33139
1.22.2026
Ariel:
Included attached is a signed copy of Amendment No. 5 between the City of Miami
Beach, Florida and James Corner Field Operations L.L.C.
All items submitted for approval under Amendment No. 5 were approved, with the
exception of Item No. 4, which pertains to services associated with a security bollard
assessment performed by Thornton Tomasetti in the amount of $12,000.
As discussed during the telephone call on January 12, sixty percent (60%), or $7,200, of
the funds associated with Item No. 4 (Security Bollards) has already been invoiced by
and paid to the consultant, Thornton Tomasetti. This payment was made using funds
temporarily reallocated from reimbursable expenses, in accordance with the City's
direction provided via email on December 18, 2024, and prior to the approval of
Amendment No. 5. Following clarification of the scope and purpose of this additional
service, the City has directed Field Operations to include this amount in the forthcoming
Amendment No. 6 proposal.
Regards,
Isabel Castilla
Associate Partner
4 bryant park, floor 11, new york, ny 10018 • 212 433 1450 fieldoperations.net
RESOLUTION NO. 2025-33850
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 (1) THE SEPARATION OF THE DESIGN
DOCUMENTS FOR THE DREXEL AVENUE IMPROVEMENTS AND THE
MERIDIAN AVENUE IMPROVEMENTS, (11) 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 signal ization/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 3 day of �'��f 2025.
Steven Meiner, Mayor
ATTEST:
SEP 0 8 2025
Rafael E. Granado, City Clerk
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
(ZD- 1 2"-T
City Attorney Date
Resolutions - C7 A
MIAMI BEACH
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.0 FOR ARCHITECTURAL AND
ENGINEERING WE) DESIGN SERVICES FOR THE LINCOLN ROAD
IMPROVEMENTS PROJECT, SAID AMENDMENT INCLUDING THE FOLLOWING
(1) 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 VA78.406 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/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. The -greement 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 local 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 work. 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 not 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. On 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 electrical 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
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY i
If applicable, the Business Impact Estimate (BIE) was published on:
See BIE at: https.,/www. in iami beachf 1. gov, city -h a I Ir city -clerk meeting -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 Right to Know" item, Is this item related to a G.O. Bond
pursuant to City Code Section 2-17? Project?
Was this Aqenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481,
includes a principal engaged in lobbying? No
If so, specify the name of lobbyist(s) and principal(s):
Department
Capital Improvement Projects
Sponsor(s)
Co-sponsors)
Condensed Title
Execute Amendment 5 to Agmt w/ James Comer Field Operations, Lincoln Rd Improv Proj. CIP
Previous Action (For City Clerk Use Only)
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 $239,449.00,
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
$7.717,855.71
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 York 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 LC for professional architecture and engineering services for the Lincoln Road
District Improvements Project (the "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, includinr 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 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 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 Consultants Statement of Probable Construction Cost from plus or minus ten
percent (+/-10%) to plus or minus twenty percent (+/-20%) and to increase the Construction Cost
Budget for the Project from $43 Million to S46 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 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
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 types 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 Consultants 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 total 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
�„' ' 17 855,71
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)
EXHIBIT A
IN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 5 to be
executed in their names by their duly authorized officials as of the date first set forth above.
FOR CITY:
ATTEST
Rafael E. Granado, City Clerk
FOR CONSULTANT.
ATTEST.
CITY OF MIAMI BEACH, FLORIDA
By
Eric T. Carpenter, City Manager
JAMES CORNER FIELD OPERATIONS, L.L.C.
By,
Isabel Castilla James Corner, President
200 of 1750
EXHIBIT A
CONSULTANT PROPOSAL FOR FEE AND SCOPE REVISIONS
(to be attached)
201 of 1 1 -a0
JAMES
FINDER Schedule A EXHIBIT A
OPERATIONS
Anel 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 Agreement between the City of Miami Beach and James Comer
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
Agreement").
A detailed description and reasoning for revisions is listed in the pages that follow.
Item 01- Phase 2 Separation
Original Amendment 4 proposal
Schedule A.2023- Revised Scope of Services
• Item 3 task 2: Construction Documents and Approvals. -
Rev 2: Per City's directive, the project will now be developed into two phases.
Construction documents will be developed as two separate packages:
Phase 2. Encompassing improvements to Meridian and Drexel Avenues
Phase 3: Encompassing improvements to Lincoln Road from Lennox to
Washington Avenue.
• Item Ill. Assumptions and Exclusions, A. Assumptions, .number 3.
3. Per the City's directive, the scope of work will 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, floor 11. new york, ny 1202 etz17503 `-45:; e I ,pera*'o—, ^
JAMES EXHIBIT A
CORNER
FIELD
OPERATIONS
• Separate the Lincoln Road Phase 2 Construction Document and Bid set into two
separate packages- one for Drexel Avenue and another for Mendian 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
work 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 1 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 CIP 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, Flonda Power & 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 work. This work has
been completed to date. Drawings were delivered to the City on October 17 2024
Item #3- Stormwater Treatment Units
203 of 1750
JAMES
CORNER
FIELD
OPERATIONS
EXHIBIT A
Original 2016 Prime Agreement
Exhibit A Scope of Services
• Item Ill. Assumptions and Exclusions. B Exclusions. numbers 29-31:
29. No increase in drainage capacity is anticipated or included in this 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
improvement project, and thus generally assumes straight line grading from the
respective finished floor elevations to the existing slot drain location.
30. Consultant will be provided supporting documentation, based on the City's
drainage masterplan, for existing drainage capacity, and associated as-builts
Consultant shall rely on this information for its use during designated permit
submittals
31 /t is assumed that adequate drainage capacity exists, and no significant changes
to perviouslimpervious ratios will be proposed .therefore. no detailed. permit level
engineering studies, calculations, modeling, simulations. operational impacts. or land
usage recommendations are included in this scope. For this scope, only a pre/post
calculation is anticipated to be required by the jurisdictional authority.
Pro,00sed 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 of) 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- Sect Design (Bollards)
Per the City s direction. in -A st 2024, Field Operati ubmitted a proposed security
bollard layout for the eastern rote 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.
204 of 1750
JAMES
CORNER
FIELD
OPERATIONS
On SZPtefqbei 4, 2024, CIP asked Field Operations to explore alternate r�lagvGfs for
security bollards to ithm the City of Miami Beach' way. Due to existing
conditions, alternative options pr o security. As such, additional
evaluation is needed from the lect'�secun u11`ant to advise on the best
alternative soluti
This proposal includes the following documents:
Schedule B.2024- Consultant compensation
My Very Best Regards
Isabel Castilla
Associate Partner
EXHIBIT A
205 of 1750
AAA%$
C ffI
Op"ArKm
p
Ows %WAO
ftrAnd
SCHEDU" "W-01-commum- AWIWNNWW 6
L-64. ROW DWro R—aU- AmorKtmw" 5
,2,.M-424
SIAM29
TANK S
TAW 3
TOTAL!
ORNN"WT
Pl!fuwrfm AND
APPROVALS
(howtv win
OmiATIOR
*0000-00
1110 MOO
170 DDO-W
ad I L&WICOO Ardftcbr
Dow Ptdoc kqm"Rw%
ONLEY440M
$14 ODOM
us mo 00
$"WWO O�Omc Ma
v�Gm.vCk4rv.pww T;jft&M7`W""WW
�^pnww". bdaw W&AV mfr�
MAJOW
immmiaw Erjmw"
so OW.00
OFTVAU3 ENGOAEM
S1140.00
VA
14-0 00
WK`-* WV,'.W.V
CHEN MOOOW A A3SOCATIM
-W.WW
'*A
S4 20CF0
L-i A kVsW�
1
I" LJOH"m ae1
1300,1
WA
LW1.1v Desw
LAND SCRENTIM
$1 000.00
WAI
PL MM are ewpow"
COOSCOW
MOM
wo "0.01
�Sw�ew Pwe�M urw for LMO P%m 2 Nm w")
440M
S34020.01
9-0
,. wm-w_ v Lnt % w Li W PIrR 3 NO
PwaLay4som
17 6M
I" cm 0 . . 04YE
($12,000,00)
Grand total $239 449 00
EXHIBIT A
REA3010OG FOR FEE IMCMEAW
W" dopmow wig".
M.W" %.
drT
P.
6 im-v —B... i anc far*A0.errawf
"Now
VrF 1. um -P.-
dnwww fm R✓.0-m- r bo -*Kw-w* P.-Av"
Raw-w &W-W ra V..fto- wk"-
-.4-
ko-w W-&r- u ww -dww M-9-
IVA&~ . 'Wlftd VO b
r6" "1. M
bw.~ �. ~, owbvL
206 of 1750
t\'AlAM]BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
OFFICE OF CAPITAL IMPROVEMENT PROJECTS
Tel: 305.673.7071 Fax: 305.673.7073
LETTER OF TRANSMITTAL
TO: Eric Carpenter, P.E.
City Manager
VIA: David Martinez, P.E.
Assistant City Manager
FROM: David Gomez
�CIP Director
DATE: January 23, 2026
SUBJECT: (RESOLUTION 2025-33850)
Amendment No. 5 James Corner Field Operations, LLC to provide
additional professional services for the Lincoln Road improvements project, in
the not -to -exceed amount of $239,449.00, 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
We are submitting:
Priority:
Submitted for:
Action Taken:
❑ Permit Application
❑ RUSH
❑ Review
❑ Reviewed
❑ Final Acceptance Letter
® High Priority
0 Approval/Signature
❑ Approved
❑ Letter to Commission
❑ Low Priority
❑ Comment
❑ Returned for
❑ Agenda Items
❑ For your use
Corrections
® Other:
❑ As requested
❑ Returned due to revisions
Once ready, please contact Raquel Plasencia, Ext. 26424
NOTES:Amendment No. 5 James Corner Field Operations, LLC to provide
additional professional services for the Lincoln Road improvements project, in the
not -to -exceed amount of $239 449.00 including (1) separating design documents for
Drexel Avenue and Meridian Avenue, (2) re -engineering Florida Power and Light
(FPL) duct bank. and (3) complvina with new Derm requirements for stormwater pre-
treament approved by City Commission on 9/3/2025.
MEMORANDUM* CC MEETING 9/3/25
Resolution 2025-33850
Amendment No.5 (JCFO) Form Approved
we are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical,
historic community.