Loading...
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.