Loading...
Res. No. 082-00-10975RESOLUTION NO.82-00-10975 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO CONSTRUCTION COST REPAYMENT,REGARDING THE SUNSET DRIVE IMPROVEMENTS,AUTHORIZING THE CITY MANAGER TO ISSUE PAYMENT TO THE SIMON PROPERTY GROUP FOR CERTAIN COSTS RELATED TO THE SUNSET DRIVE IMPROVEMENTS PROJECT,AT A COST NOT TO EXCEED $110,000.00,APPROPRIATING THE FUNDING FROM THE STORMWATER USER FEE TRUST FUND CASH CARRYOVER AND CHARGING THE DISBURSEMENT TO "STORMWATER USER FEE ~CONSTRUCTION" ACCOUNT NO.111-1730-541-6490. WHEREAS,theSimon Property Group wasrequiredto construct the Sunset Drive Improvements Project ata cost notto exceed onemillion dollars,perSpecific Condition 5 of Resolution No.133-94- 9534.and: WHEREAS,pursuant toCity directives,thefinalprojectcosts exceeded theonemillion dollar cap,and therefore that overage mustbe reimbursed bytheCity. NOW.THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.TheCity Commission hereby appropriates $110,000.00 fromthe Stormwater User Fee Trust Fund cash carryover intothe account No.I 11-1730-541-6490 to cover the expense of the reimbursement. Section 2.TheCity Manager ishereby authorized toissue repayment totheSimon property Group forthe cost overrun pursuant toafinal accounting byCitystaff. Section 3.This resolution shallbecome effective immediately after adoption. PASSED AND ADOPTED this 11"1 day of April 2000. ATTEST:,APPROVE! CITY CLERK READ AND APPROVED ASTO FORM:COMMISSION VOTE:5-0 Mayor Robaina:Yea ^x.^vP^^^'Sift-'Commissioner Wiscombe:Yea Commissioner Bethel:Yea Commissioner Russell:Yea Vice Mayor Feliu:Yea CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM TO:Mayor and Commission DATE:April 11,2000 FROM:Charles D.Scurr >^SUBJECT:Agenda Item # City Manager A ('Commission Meeting, April 11,2000 It AUTHORIZATION OF THE CITY MANAGER TO REIMBURSE THE SIMON PROPERTY GROUP THE COST OVERAGE FOR THE SUNSET DRIVE PROJECT,NOT TO EXCEED $110,000.00. INTRODUCTION The attached resolution seeks approval toallowtheCity Manager to authorize payment tothe Simon Property Group for those construction costsoverandabovetheone million dollar cap established in the Shops at Sunset Place Development Order. BACKGROUND Asyou know,the Simon Property Group was required to construct pedestrian-friendly street and sidewalk improvements along Sunset Drive,pursuant to Resolution No.133-94-9534 (Specific Condition No.5). The costs tothe developer forthe street improvements werefixedtoa certain amount:one million dollars.However,following the development and approval of the project plans,it became apparent thatthe project costswouldeasilyexceedthe $1,000,000.00 cap.Infact,as early as April 29,1997,the project construction costs alone (excluding design and construction administration fees)were projected at $1,082,000 aftertheplanswere modified per ERPB requirements.Atthattime,itwasdecidedthat,instead of reducingthescope of thisworthwhile projectby eliminating featuressuchaslandscapingandstreetfurniture,theprojectwould proceedasdesignedwiththeunderstandingthattheCitywouldcoverconstruction administration costs.Itwasfurtherdecidedthattheprojected$82,000overagewouldbe addressedatafuturedate.Oneoptiondiscussedwouldbetoseparatelypayforthestormwater improvementsout of thestormwaterfund.Subsequently,theprojectwasunanimouslyapproved bytheCityCommissiononMay6,1997.AdetailedprojecttimelinepreparedbyC3TS(the construction administrators fortheCity)isattachedforreference. ANALYSIS A project ofthis magnitude,involving four City blocks and requiring the approval of three outside permitting agencies (FDOT,DERM,and Miami-Dade County Public Works),was an unprecedented undertaking fortheCityof South Miami,ledby former Planning Director Bill Mackey deserves the "lion's share"of credit.However,because of the magnitude of this project, it was not possible to fully anticipate every contingency that would be required.For example, the project had to be redesigned several times to meet FDOT and Miami-Dade County permitting specifications,andtheCitywasactuallyrequiredtopaveasection of SunsetDrive east ofRed Road,anarea outside the City limits. The City was also required to replace allof the underground conduit for the Miami-Dade County street lighting system because the existing system wasnottothe current code.Ontopof this,the construction schedule hadtobe continually adjusted to accommodate,as much as possible,the needs ofthe merchants along Sunset Drive,while still meeting a "drop dead"completion date of December1998.All of theseunexpectedsituationsandissueshadtobeabsorbedintothe project,whichfurtherpushedthebudgetoverthe $1,000,000 cap. Notwithstanding,attheproject's conclusion,andtakingevery available opportunity to minimize ordefraycosts,aswellasto find areasfor savings,the final construction costtotalwasonly $1,109,682.69,an amount of $109,682.69 overthe one million dollar cap.This cost overage, paidbythe developer,must nowbereimbursedbytheCity. Youshouldnotethatthistotal(thoroughlyreviewedbythe City's Construction Administrator C3TSandCitystaff)does notinclude the management/administrative timeprovidedbythe SimonPropertyGroup,norpermittingpenaltyfeesassessedagainstthecontractorfor construction relatederrors (subsequently corrected).Thistotalonlyreflectsdesign fees, constructioncosts,andthoseconstruction administration costsnotcoveredbytheCity of South Miami.Detailed backup information isattachedforreference. TheSunsetDriveProjectwasconceivedanddesignedusingaonemilliondollarbudget,butwith no contingency allowance.The$109,682.69overage(lessthanan11%overrun)iswithinthe normal 15-20%contingency allowance foraproject of thisscale. Lastly,itmustbe acknowledged thattheSimonPropertyGrouppaidtheseoveragesinadvance, andfurthermorethatinterestisnotbeingchargedtotheCity.TheSimonPropertyGroupagreed tomakethesepaymentsingoodfaith,andlikewise,inreciprocity,theCityshouldexpedite repayment. The reimbursement wouldcomefroman appropriation fromthe Stormwater UserFee Trust Fundcashcarryoverinto account number 111-1730-541-6490 (Stormwater-Construction),and a subsequent disbursement nottoexceed$110,000.00tothe Simon Property Group.In effect, the City isonly reimbursing the Simon Property Group fora portion ofthe stormwater drainage improvements for theproject,thereby enablingtheuse of the Stormwater UserFee Trust Fund for thispurpose.The City's construction administrators,C3TS,havecertifiedthe breakdown of projectcostswithrespectto stormwater drainagerelatedexpenses(seeattached memorandum). RECOMMENDATION Approval is recommended. *i FOOTNOTE The reimbursement payment totheSimonPropertyGroupincludesa $5,000.00 dedication plaquearid sundial monument to commemorate theentireproject.The construction anddelivery of this item is pending approval of the reimbursement.Information onthe sundial &plaque monument is also attached. April 3,2000 Mr.David Goodin City of South Miami Department of Public Works 4795S.W.75th Avenue South Miami,Florida 33155 SIMON PROPERTY CROUP Re:Construction Cost Sunset Drive Improvements Dear David, Pursuant toourlatesttelephone conversation,attachedheretoisthe information formattedasyou requested.Enclosed isthesignedand sealed memorandum regarding the drainage cost breakout prepared by C3TS.Secondly,enclosed isacleancopyofa complete detailed and annotated summary ofadditionsanddeletionsofworkbytheSunsetDrive improvement contractor. Ifyou have anyquestionsorneed any additional information,please do hesitate tocontactour office. Sincerely, Simon Property Group Ronald Giflbili Project Manager DATE: TO: CC: FROM: REFERENCE: December 30,1998 David Goodin South Miami Public Works Ron Grabill Simon Property Group Ramon Castella,P.E. Sunset Drive Improvements C3TS Project No.:228-01.01 RECEIVED Via fax:305-261-3791 305-663-6619 As requested we have reviewedtheprojectconstruction costs,andbrokenout those items related to drainage.The costs are as follows: Catch Basins,Inlets &Drains $42,767.50 Exfiltration Trench $21,000.00 Pipe $14,435.60 Curb &Gutter $44.428.00 Total:$122,631.10 C:\Projocts\228-01\Oavid Goodin Memo .doe CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A. 901 Ponce De Leon Boulevard,Suite 900,Coral Gables.Rorida 33134 Telephone No.:(305)445-2900 Facsimile No.:(305)445-3366 Architects Engineers planners 5-17'^Decemb3rT3,1999 Mr.Charles Scurr Cityof South Miami 6130 Sunset Drive South Miami,Florida 33143 SIMON PROPERTY GROUP Re:Improvements to Sunset Drive &US1 South Miami,Florida Dear Mij^cufr, Wearepleasedtosubmitthe final cost documentation related tothedesign,engineering and constructionoftheimprovementsfor Sunset Drive andthe US1 Intersection.Asyouareaware, variousResolutionsrelatedtothedevelopmentofTheShopsat Sunset Place contained specific requirements for street improvements tobe performed bytheDeveloper.Resolution Number 133- 94-9534SpecificCondition8requiredusto design andconstruct improvements to Sunset Drive with our costs capped at $1,000,000.00.Resolution Number 134-94-9536Specific Condition 11 required design and construction improvements fora pedestrian crossing at US1 with ourcost capped at $50,000.00. During earlier design and before starting construction therewere discussions that thefinal costs wouldprobably exceed the aforementioned capped costs.Shortly after startingthe work,itwas acknowledgedby City staffthattheprojectedtotalcostsforthe Sunset Driveimprovements would exceed the Developers capped costs,but we were requested to continue with construction of the approved improvements.TheCity even issued ResolutionNumber 192-96-9946 prioritizing the scope ofworkforthe Sunset Driveimprovementin case the City was unable offindwaystocover the projected cost overruns. Further,joint consideration between the Developer andTheCity was giventocombiningthe construction costs for Sunset Drive and the US1 crossingand any savings fromthe US1 improvement would be used to offset any Sunset Drive Improvement cost overruns. As requested bytheCityof South Miami,wenow respectfully submit the following summary breakdown of the total and complete design,engineering and construction costs related to the Sunset Drive and the US1 improvements.We have included copies ofall invoices and copies of paid checks as incurredby the Developer,Bakery Associates,Ltd.,in completing its development requirements. 57X0 SUNS!:'!DRIVI-h SOUTH MIAMI.H.ORIDA :.VI143 !:.105-663-^110 Bermello-Ajamil &Partners: Invoices andpayments involving Bermello»Ajamil &Partnersthatwererelatedtotheearlier conceptual design and engineering work.This work effort included initial meetings with former City Manager to conceptualize the design.Subsequent work was in response to City directives in the design evolution. check number 03030059 $11,923.14 check number 03030059 $3,800.00 check number 03030059 $117.33 check number 03030059 $28,172.58 check number 03030059 $203.84 Total Cost ToDate:$44,216.89 July 10,1996 Invoice 06030 July 18,1996 Invoice 06016 September 26,1996 Invoice 08815 Novembers,1996 Invoice 10038 January 28,1997 Invoice 12109 All ofthese invoices wherepaidbycheck number 03030059,acopy which is attached.Be advised,paymentsforotherworkperformedby Bermello»Ajamil &Partners wereincludedinthis check. Miscellaneous Expenses: The Larson Company November 10,1997 Invoice 97-374 The Board of County Commissioners No invoice check number 03030347 check number 03030818 Total Cost To Date: $5,936.00 $1.000.00 $6,936.00 The Larson invoice andpaymentrelatedtothe latex leaf molds for imprinting ofleaf prints into the concrete sidewalks as requested by the designers. The Board of County Commissioners paymentrelatesto permit feesforthe signalization work. Please notetheBakery Associates,Ltd.,isnotrequesting reimbursement forcost associated with double permitting feesnorfinesissuedbyDade County against Southeastern Engineering Contractors. Southeastern Engineering Contractors: Summarizedbelowisthe payment historyfor Southeastern EngineeringContractors.Southeastern Engineering Contractors original contractamountwas $795,004.85.During thecourseofthe projectboth additive anddeductive change orderswereauthorizedresultinginthe gross increase tothe original contractof $133,823.68.AlsoenclosedisasummarypreparedbyC3TS explaining thevariouschangeordersthat occurred duringthecourseoftheproject. Invoice Number 1 Invoice Number 2 Invoice Number 3 Invoice Number 4 Invoice Number 5 Invoice Number 6 check check check check check check check number number number number number number number 03030301 03030349 03030390 03030542 03030557 03030626 03030783 $24,699.83 $66,51225 $78,795.92 $6,675.21 $3,081.60 $12,029.34 $52,682.03 Invoice Number 7 check number 03030883 Invoice Number 8 check number 03031005 Invoice Number 9 check number 03031071 Invoice Number 10 check number 03031291 Invoice Number 11 check number 03031676 Invoice Number 12 check number 03031749 Invoice Number 13 check number 03031749 Invoice Number 14 check number 03032428 Total Cost To date $51,690.55 $108,569.03 $119,309.94 $179,572.29 $134,388.58 $10,487.43 $47,138.58 $33.195.95 $928,828.53 Corzo,Castella,Carballo,Thompson,Salman (C3TS) Design and engineering professional services,including payments of miscellaneous reimbursables and the cost ofatraffic study required by Dade County. Invoice Number 5246 March 27,1997 check number 03030113 $19,600.00 Invoice Number 5336 April 30,1997 check number 03030155 $20,691.53 Invoice Number 5428 May 22,1997 check number 03030172 $15,950.00 Invoice Number 5582 June 26,1997 check number 03030228 $39,400.00 Invoice Number 5540 June 30,1997 check number 03030313 $3,500.00 Invoice Number 5612 July 25,1997 check number 03030243 $21,738.58 Invoice Number 5631 July 30,1997 check number 03030313 $10,350.00 Invoice Number 5703 August 29,1997 check number 03030300 $6,167.09 Invoice Number 5750 August 31,1997 check number 03030313 $3,450.00 Invoice Number 5841 Sept 30,1997 check number 03030333 $332.15 Invoice Number 5954 Oct 31,1997 check number 03030414 $195.65 Invoice Number 5956 Oct 31,1997 check number 03030414 $1,312.50 Invoice Number 6249 Jan 31,1998 check number 03030614 $2,187.50 Invoice Number 6532 April 30,1998 check number 03030715 $875.00 Invoice Number 6866 July 31,1998 check number 03030937 $808.00 Invoice Number 7193 Oct 23,1998 check number 03031419 $9,666.50 Invoice Number 7194 Oct 23,1998 check number 03031306 $1,232.00 Total Design and Related Reimbursement Cost Paid:$157,456.50 Invoice Number 7295 Nov 30,1998 check number 03031400 $10,995.27 Invoice Number 7433 Dec 31,1998 check number 03031400 $2,740.00 Invoice Number 7700 March 18,1999 check number 03031400 $3,509.50 Additional Construction Administration Cost Paid:$17,244.77 Grand Total Paid to C3TS:$174,701.27 Asyou are aware,allof C3TS's Construction Administration costs were funded directly by the City of South Miami with the exception of the last three invoices which the City requested that wepay. Finally,the followingis the last outstanding cost item related to the improvement.We have receivedaverbalproposal from ConceptinBronzeforasun dial typeplaqueforthe Sunset Drive Improvements.Attherequestofthe City wehavereleasedfor fabrication oftheplaque.Oncethe final costisdeterminedwe will meet with Public Works toresolveadjusted billings. Projected Cost,includingInstallation:$5,000.00 • In Summary,the following are grand total breakdowns: TotalApproved Costs $1,159,682.69 Developer's CappedCosts for Sunset Drive ($1,000,000J00) Developer's CappedCosts for US1 Intersection ($50,000J00) Cost tobe reimbursed to the Developers $109,682.69 Onceyouhave review,please feelfreecallme with anyquestionsyoumayhave. Sincerely, Bakery Associates,Ltd. Rorjald Grabill Project Manager Simon Property Group cc: Tom Schneider Aaron Cohen file City of South Miami 6130 Sunset Drive,South Miami,Florida 33143 July 6,1998 Mr.Ron Grabill SimonDeBartoloGroup 5780 Sunset Drive South Miami,Florida 33143 Re:SunsetDrive Improvements Project Projected Budget Overrun Dear Mr.Grabill: Completing the project as designed isa priority for the City.Therefore,theCity shall reimburse theSimonDeBartolo Group for those stormwater drainage improvementand related street restoration expensesthat cause the project toexceedtheonemillion dollar "cap"specified inthe development order.The reimbursement however willbelimitedtoa maximum amount of one hundred thousand dollars ($100,000.00)overthe specified budget cap.Based upon current projections,thisamountshouldcoverthe anticipated overrun. Accordingly,please continue theprojectas designed,and submitthe applications for reimbursement at your earliest convenience. Charles D.Scurr CityManager cc:Thomas Schneider,Simon DeBartolo Group Fernando J.Rodriguez,Public Works Director DavidK.Goodin,Engineering Inspector "City of PleasantLiving" Engineers Architects Planners EB0005022 AAC002142 November 20,1998 Simon Property Group 5780 Sunset Drive South Miami,FL 33143 Attention:Ron Grabill Project Manager Reference:Sunset Drive Improvements South Miami,Florida C3TS Project No.228-01.03 « c Dear Mr.Grabill: Enclosed please finda complete,detailed and annotated summary of additions and deletions to Southeastern Engineering Contractor's construction contract for this project.I trust this will satisfy Mr.Goodin's request for specific information on who authorized what,andwhytheprojectis over budget. Asan aside,I wouldlikeyoutonotethat the overage amount tobe covered by the City ofSouth Miami,whichwe estimated at $101,415.76 onourNovember 12th,1998 letter, will morethan likely be less than $100,000.Thisis because wehadnot considered the $2,100 back charge to Southeastern forthepermit penalty imposedbyBob Janosi, and also the factthat the $15,000 estimated for the rewiringis probably conservative. Asyou know,the City was well awareofthecostoverrunandhadagreedonJuly 6th, 1998,viaalettertoyoufromtheCity Manager,to reimburse youforupto $100,000 for cost overruns above your development commitments. I wouldliketo say that I find it disturbing that Mr.Goodin and/or theCity Manager are stating orinsinuatingthattheyhavenoideahowthe project construction costs gotto where theyare.Thisproject has always been atotal team effort between the City,the designer,thedeveloper,themerchants,andthepublic.I realize there have been personnel changes ontheCity'spartasfar as the City Manager,and as far as the project representative;first Bill Mackey,then Fernando Rodriguez,and finally David Goodin,buttheCity was alwaysa full partner in just about every decision made,with the possible exception ofminor field changes handled on the spot,and normal toany construction project.Theyweregivencopiesofall change orders toreviewandto comment on prior to execution. I would also liketo say that,giventhe fast-track nature ofthisproject imposed bythe limited timeframegivento work with,andthenatureofthisoranyurbanreconstruction project,I believe thecost overrun,which is attributable as follows,isnotunusualinthe least: 901 Ponce de Leon Blvd..Suite 900 Coral Gables.Florida 33134 305.445.2900 l .800.448.0227 Facsimile 305.445.3366 Equcl Opportunity Employer Mr.Ron Grabilt November 20,1998 Page 2 Approximately 70% Approximately 15% Approximately 15% ( Attributabletoconditions imposed byM-DCPW and FDOT after Southeastern's construction contract was negotiated and executed. Attributableto changes requested by the Cityafter Southeastern's construction contract was negotiated and executed. Attributableto changes made in the fieldduring construction. In orderto clarify exactlywhat I meanby fast-track andby limited timeframe,I will let the following listing ofkeydatesandevents leading uptothe beginning of construction speak for themselves: March 6,1997: April 29,1997: April 30,1997 May 6,1997 Late May1997: July 22,1997: August 12,1997: August 25,1997: C3TS began the conceptual design of the project. Bill Mackey stated that he wanted totryto complete the construction by the end of October 1997. C3TS made presentation to ERPB and Planning Boardand gained preliminary approval forthe project.It was decided that,given the timeframe, the construction couldnot be completed by October 1997,butthatat least afirst phase could be constructed by that time.The construction cost estimate (excluding design and construction administration fees)submitted by C3TS to ERPB was $1,082,000. C3TS began final design and permitting of the project. C3TS made presentation toCity Commission who unanimously endorsed theproject. Five contractors were invitedtobidon the project. They were toldthat they would need toprovide preliminarybidsat several stages duringthe design.Four accepted. Southeastern Engineering Contractors was selected as the Contractor. Preconstruction meeting was held. Construction began. r Mr.Ron Grabin November 20,1998 Page 3 August 28,1997: September 15,1997: Agreement asto roadway geometry and configuration was reached between South Miami and Miami-Dade County Public Works.TheCity agreedtosubmit final plans based on the agreed upongeometrytoM-DCPWforpermitapproval. Agreement was reached between South Miami and FDOT astoroadway geometry and configuration.South Miami agreed to submit final plans toFDOTfor permit approval. Since dayone,wewerewellawareofthe $1,000,000 capontheSimon Property Groupdevelopmentcommitmenttothis project,andwealso made itabundantlyclear totheCitythatwe did not expect the project costs would bekeptunder$1,000,000.As previously stated atthe April 29th,1997 ERPB meeting,our estimate for construction cost alone was $1,082,000. For the record,the final construction costs,excluding design and construction administration fees,will be less than $950,000. Shouldyouhaveany questions orcomments,feel free tocontactouroffice. Sincerely, Corzo CastellaCarballo Thompson Salman,P.A. C__^ Ramon Castella,P.E. Vice President Sunset Drive Improvements (From US1 to SW 57th.Ave) C3TS Proj.No.:228-01 03 Prepared by:Ed Santamaria,E.I. November 20,1998 SUMRAARYOFADDITIONS&DELETIONS TO SOUTHEASTERN ENGINEERING'S CONSTRUCTION CONTRACT Pagel Ref. Item Nol Item Description Form of Directive / Requested By *-r Unit - Unitv., J c,Cosfc"ftc 'Quantity' ^Total/.»•>->Add . '-1 iCQBt'.^ Delete CHANGE ORDER NO.1 <*/•****•*r "'"j _tfiS&M %%fc$& C01-1 Additions Miami-Dade County Public Works (MDCPW)LS $1,022.40 $1,022.40 $1,022.40Relocationofstreetlightconduit C01-2 Relocation of service and subfeeder conduits Cityof South Miami LS $1,180.00 $1,180.00 $1,180.00 C01-3 3/4"water service (70L.F.)with gate valve and box Cityof South Miami LS $1,050.00 $1,050.00 $1,050.00 C01-4 Remove new sidewalk Field Change No.5-Cityof South Miami LS $500.00 $500.00 $500.00 C01-5 Footings and electrical conduit,future gazebo Field Change No.4-Cityof South Miami LS $980.00 $980.00 $980.00 C01-6 Construct new sidewalk Field Change No.5-Cityof South Miami SY $39.15 27 $1,039.43 $1,039.43 C01-7 Install new catch basin and pipe Field Change No.3 LS $2,700.00 1 $2,700.00 $2,700.00 C01-8 Furnish new water meter boxes Misc.Field Change EA $75.00 7 $525.00 $525.00 C01-9 Thickened (8")concrete band at existing trees Misc.Field Change (V.E.)SF $1.65 254 $419.10 $419.10 CO1-10 Temporary asphalt at new curb and gutter Meeting 10/14/98-Securing ofsite between Phases I &IIof construction-City of South Miami LS $1,100.00 1 $1,100.00$1,100.00 C01-11 Provide temporary sand and mulchin planter areas Meeting 10/14/98-Securing ofsite between Phases I &IIof construction-City of South Miami LS $1,350.00 1 $1,350.00 $1,350.00 C01-12 Additional temporary striping Meeting 10/14/98-Securing ofsite between Phases I &IIof construction-City of South Miami LS $600.00 1 $600.00 $600.00 COM3 Furnish and install two benches Meeting10/14/98-Securingofsite between Phases I &IIof construction-City of South Miami EA $450.00 2 $900.00 $900.00 Subtotal of Additions $13,365.93 Deletions C01-14 Delete two mid-block crosswalks Plans,Revision No.1-MDCPW EA $4,000.00 2 $8,000.00 $8,000.00 C01-15 Delete entrance feature at US-1 Cityof South Miami LS $6,300.00 1 $6,300.00 $6,300.00 Subtotal of Deletions $14,300.00 SUBTOTAL ADJUSTMENT CHANGE ORDER NO.1 ($934.07) CHANGE ORDER NO.2 •'•:/:'-^^3Si£ijt&y£^JUiP Blllltfll C02-1 Additions Plans,Revision No.2-MDCPW LS $80,562.00 1 $80,562.00 $80,562.00 Signalization InterconnectSystemasshownonsecond revision of Construction Plans I C02-2 Electricalsystem changes aspersecondrevisionof Construction Plans Cityof South Miami,ERPB LS $5,523.15 1 $5,523.15 $5,523.15 SUMMARY OF ADDITIONS &DELETIONS TO SOUTHEASTERN ENGINEERING'S CONSTRUCTION CONTRACT Page 2 Ref. Item No.Item Description Form of Directive / Required By.Unit Unit Cost Quantity. Total Cost': Add .'..Cost-/. Delete Cost C02-3 Additional mitlinq and resurfacinq Plans Revision No.2-MDCPW LS $9,805.00 1 $9,805.00 $9,805.00 C02-4 Additional pavement markings as shownon second revision of Construction Plans Plans Revision No.2-MDCPW LS $4,140.10 1 $4,140.10 $4,140.10 C02-5 Additional bike cvcloops Plans Revision No.2-Cityof South Miam EA $820.00 2 $1,640.00 $1,640.00 C02-6 Modifications to benches Cityof South Miami,ERPB LS $11,633.86 1 $11,633.86 $11,633.86 C02-7 Relocation of street light conduit Miami-Dade County Public Works LF $7.75 290 $2,247.50 $2,247.50 C02-8 Pull Boxes for relocated street liqht conduit Miami-Dade County Public Works EA $275.00 3 $825.00 $825.00 C02-9 nernuve CAi&uuy r\or pipe diiu Yeuuimeui iu suuuuie o- 8 Field Change No.8 LS $1,002.00 1 $1,002.00$1,002.00 CO2-10 Provide openings for Structure S-8 Field Change No.8 EA $150.00 2 $300.00 $300.00 C02-11 Cost of structure deleted (S-9)Field Change No.8 EA $1,050.00 1 $1,050.00 $1,050.00 C02-12 Remove existinq slab covered trench and backfill Misc.Field Change LS $668.00 1 $668.00 $668.00 C02-13 Connect to existinq slab covered trench (Structure S-23)Misc.Field Change LS $1,336.00 1 $1,336.00 $1,336.00 C02-14 Additional compensation due to two month delay Cityof South Miami LS $2,500.00 1 $2,500.00 $2,500.00 C02-15 Siqnalization interconnect conduit Miami-Dade County Public Works LF $8.50 580 $4,930.00 $4,930.00 C02-16 Signalization interconnect conduit pull boxes Miami-Dade County Public Works EA $275.00 3 $825.00 $825.00 Subtotal of Additions $128,987.61 Deletions C02-17 SignalizationInterconnectSystemrequirementsas shown on earlier construction plans Miami-Dade County Public Works LS $11,000.00 1 $11,000.00 $11,000.00 C02-18 SignalizationInterconnectSystemwork as shownon second revision of Construction Plans and accounted for in additional work charqes on Pavment Application No.6 Miami-Dade County Public Works LS $5,755.00 1 $5,755.00 $5,755.00 C02-19 Trees andtree grates deleted as shownon second revision of Construction Plans Plans Revision No.2-FDOT EA $1,315.00 4 $5,260.00 $5,260.00 CO2-20 Delete drop inlets Field Change No.8 EA $850.00 2 $1,700.00 $1,700.00 C02-21 Delete storm sewer manhole Field Change No.8 EA $1,400.00 1 $1,400.00 $1,400.00 C02-22 Delete 12"ductile iron pipe Field Change No.8 LF $88.00 10 $880.00 $880.00 C02-23 Delete 15"corrugated aluminum pipe Field Change No.8 EA $30.00 40 $1,200.00 $1,200.00 C02-24 Delete connection to existinq structure at Structure S-23 Misc.Field Change EA $250.00 1 $250.00 $250.00 Subtotal of Deletions $27,445.00 SUBTOTAL ADJUSTMENT CHANGE ORDER NO.2 $101,542.61 CHANGE ORDER NO.3 ?.•:;•:&I'^M-^A'-3:•"•'^k-i•'•=•=&'"V •^7-:d^mM ^-^i&S*;.;;«:~£Xii.;V'-;..?.f:fe";j^&i^fetiV'f"W&Zr&riZ'iii ~i$-£-\\i-X*V /'•;-'.& C03-1 Additions Misc.Field Change LS $410.00 1 $410.00 $410.00 Remove Concrete Slab at Southeast corner of Sunset Drive &SW 58th.Ct. C03-2 Relocate Street Lighting Conduit,South side of Sunset Drive,from SW 58th.Ct.to SW 58th.Ave.Miami-Dade County Public Works LF $7.75 115 $891.25 $891.25 I C03-3 IProvide Street Liohtina Pullboxes for C03-2 Miami-Dade County Public Works EA $275.00 3 $825.00 $825.00 SUMMARYOF ADDITIONS &DELETIONSTOSOUTHEASTERNENGINEERING'SCONSTRUCTIONCONTRACT Page3 Ref. Item No.Item Description Form of Directive / Required By Unit Unit Cost!Quantity Total 'Cost ' Add t Cost. Delete Cost C03-4 Provide Opening East Side of Structure S-14 Field Change No.10 EA $200.00 1 $200.00 $200.00 C03-5 Plug Opening East Side of Structure S-13 Field Change No.10 EA $150.00 1 $150.00 $150.00 C03-6 Additionalwork required forfire hydrant relocation MD-WASD LS $1,117.81 1 $1,117.81 $1,117.81 C03-7 Provide thickened concrete fortreewellsaroundexisting black olives Misc.Field Change (V.E.)LF $1.65 120 $198.00 $198.00 C03-8 Removeexisting6"concreteslab,southsideofSunset, across SW 58th Avenue Misc.Field Change SF $2.00 81 $162.00 $162.00 Subtotal of Additions $3,954.06 Deletions None SUBTOTAL OF ADJUSTMENT CHANGE ORDER NO.3 $3,954.06 ADDITIONAL WORK UNACCOUNTED FOR IN ''yr t r • c ••*. J *,Z f *v. I V;"r,- "if i?"-rf f>h."'-*;'***** **.....*--i CHANGE ORDERS 1 THROUGH 3 (From September 1.1998 to November 4.1998) Included in Payment Application No.9 AW-1 Relocate existinq roadway liqhtinq conduit Miami-Dade County Public Works LF $7.75 280 $2,170.00 $2,170.00 AW-2 Provide Pull Boxes for Item AW-1 above.Miami-Dade County Public Works EA $275.00 3 $825.00 $825.00 AW-3 Relocate Fire Hvdrant.approximately Sta.160+80.Left M-DWASD LS $2,097.40 1 $2,097.40 $2,097.40 AW-4 Relocate street liqht conduit at Eckerd Druqs Miami-Dade County Public Works LS $400.00 1 $400.00 $400.00 Subtotal of Payment Application No.9 $5,492.40 Included in Payment Application No.10 AW-5 Readiust Fire Hydrants and install 12"risers M-DWASD LS $1,800.00 1 $1,800.00 $1,800.00 AW-6 Removal of 14"thick Concrete Slab NW comer of Sunset &SW 58th Avenue Misc.Field Change LS $500.00 1 $500.00 $500.00 AW-7 Installthreeroofdrains (Sunset,NorthSide,between SW 58th Ct.&US-1)Misc.Field Change (V.E.)EA $250.00 3 $750.00 $750.00 AW-8 Relocate existing street lightconduit (Sunset,Northside, between SW 58th Ct.&US-1)Miami-Dade County Public Works LF $7.25 240 $1,740.00 $1,740.00 AW-9 Install three pull bozes for Ref.Item AW-8 Miami-Dade County Public Works EA $285.00 3 $855.00 $855.00 AW-10 (Sunset,NorthsideBetweenSW58thAve.&SW58th Ct.)Misc.Field Change (V.E.)SY $14.85 16 $237.60 $237.60 Subtotal of Payment Application No.10 $5,882.60 Included in Payment Application No.11 AW-11 Concrete Dad for electrical panel Misc.Field Change LS $450.00 1 $450.00 I $450.00 AW-12 Increasing depth of crosswalk to9"Misc.Field Change (V.E.)SY $2.61 457 $1,192.77 I $1,192.77 SUMMARY OFADDITIONS&DELETIONS TO SOUTHEASTERN ENGINEERING'S CONSTRUCTION CONTRACT Page 4 Ref. Item No.Item Description Form of Directive / Required By Unit Unit Cost .Quantity Total , /''.Cost r • Add Cost.. Delete Cost AW-13 Increasinq depth of crosswalk at US-1to 12"and reinf.FDOT SY $27.60 123 $3,394.80 $3,394.80 AW-14 Irriqation,Rainbird Uniks.differential cost Cityof South Miami(V.E.)LS $542.00 $542.00 $542.00 "AW-15 Re-stripe crosswalkatUS-1 Cityof South Miami LS $2,867.50 $2,867.50 $2,867.50 AW-16 Additional sidewalk as per Field Chanqe No.12 Misc.Field Change LS $200.00 $200.00 $200.00 AW-17 Concrete traffic separator FDOT &M-DCPW LS $2,295.00 $2,295.00 $2,295.00 AW-18 Solitaire palms height increase Cityof South Miami EA $143.75 11 $1,581.25 $1,581.25 AW-19 Relocate 2 electrical outlets and 2irrigation heads by bank after Royal palms were installed Misc.Field Change LS $650.00 $650.00 $650.00 Subtotal of Payment Application No.11 $13,173.32 Yet to be included in any Payment Applications --..ii'-;."?•>3'v.^K>^"iB »r-'it.xKt,'I'll J.- AW-20 Two additional siqns R9-3B Misc.Field Change EA $275.00 2 $550.00 $550.00 AW-21 Larqe water meter box Misc.Field Change EA $350.00 1 $350.00 $350.00 Subtotal $900.00 Pendinq Additional Documentation .*''."j'i'i ,'<*,:*•."'»'"a '*J '>-> -'v "** ,'" AW-22 Sidewalk at 57th and Sunset Miami Dade County Public Works LS $1,100.00 $1,100.00 $1,100.00 AW-23 Electrical work required due to landscaping revisions Misc.Field Change LS $287.50 $287.50 $287.50 AW-24 Additional shrubs and ground cover CityofSouthMiami LS $2,575.20 $2,575.20 $2,575.20 AW-25 Foxtails in front of Lanes CityofSouthMiami LS $3,640.00 $3,640.00 $3,640.00 AW-26 Relocate Washinqtonia -transplanted tocity park Cityof South Miami LS $870.00 $870.00 $870.00 AW-27 Four extra trash cans Cityof South Miami EA $795.00 4 $3,180.00 $3,180.00 Subtotal $11,652.70 ;>,:;,-;^i Additional Expenditures as Estimated • ~v -.«•. •;'-As.*'.- AW-28 Raise electrical outlets in selected tree wells Misc.Field Change LS $1,500.00 1 $1,500.00 $1,500.00 AW-29 Project plaque and sundial South Miami Public Works LS $5,000.00 1 $5,000.00 $5,000.00 AW-30 Roadway Liqhtinq System Wiring Miami-Dade County Public Works LS $15,000.00 1 $15,000.00 $15,000.00 Subtotal $21,500.00 SUMMARY OF ADDITIONS &DELETIONS TO SOUTHEASTERN ENGINEERING'S CONSTRUCTION CONTRACT SUMMARY OF ADDITIONS &DELETIONS All Approved Change Orders 1 through 3 $104,562.60 Additional work,unaccounted forin CO.1 through 3 $37,101.02 Unused Off-Duty Police Contingency ($20,000 included in original Contract)-$17,655.50 Additional Estimated Expenditures $21,500.00 MDCPW doubling of permit fee and $100.00 penalty to be backcharged to Contractor -$2,100.00 Net Change to Date $143,408.12 This cost was included and paidforinthe Sunset Drive project,butis actually partofthe $50,000.00 commitment bySimon Property Groupfor the pedestrian crosswalk across US-1. Page 5 Sunset Drive Improvements (From US-1 to S.W.57th Avenue) C3TS Project No.:228-01.03 SUPPLEMENTAL ITEM ANNOTATION (Accompanies summary ofADDS&DELETES dated 11/20/98) C01-1 Relocated MDCPW street light conduit which conflicted with proposed construction between 58th Avenue and 57th Court,and installed ground rod in existing pull box. Note:Onlyduring construction diditbecameapparentthattheexisting MDCPW street lightingconduithadonly approximately 2"to 3"ofcover instead of 36" whichis the MDCPW standard,andwasactuallyjnthe asphalt of the road. Manyportionsofthisconduithadtoberelocatedthroughouttheproject,and subsequent costs forthistypeof relocation areto follow.All ofthisworkwas done at the direction of MDCPW. COI-2 Originally approved locationof electrical panelwas changed,therefore service and subfeeder conduits had to be rerouted to the new location.This was decided at 9/30/97 project team meeting. C01-3 Duringdemolition,aprivatewaterserviceline from theLanes building was found embedded in the oldsidewalk.After consultation withownerand Bill Mackey,it was decided to replace the line. Note:Thisisnota MDWASD service line,butonecomingfromthebuilding. C01-4and C01-6 At 10/7/98 projectteammeeting,RonStroyneand Bill Mackey expressed concern about narrowness ofpreviouslyapprovedand already poured sidewalk at Sta.165+20±,and asked that itbe reconstructed toallowfor better pedestrian movement. C01-5 Bill Mackey in consultation with Red/Sunset Merchants askedthat provision be made for a future Gazebo at Sta.166±. C01-7 Acatchbasinandpipehadtobeaddedatthe southeast cornerof Sunset and SW 57th Courtto properly drain a low spotonthecurbandgutter which wasnot accounted forduring design. C01-8 Water meter boxesforreplacementofthosedemolishedduringreconstructionof sidewalk onfirsttwoblockscouldnotbeobtainedfrom MDWASD inatimely manner,andContractorhadtopurchasethese. Note:Subsequent replacement water meter boxes for therestofthe project were provided by Miami-Dade Water and Sewer at no charge. COI-9 Thiswasavalue engineering alternative.In consultation with theconcretesub contractor,itwasdecidedto thicken bandsaroundtheexistingtreesfor enhanced durability. Sunset Drive Improvements Supplemental Item Annotation Page 2 CO1-10thru COI-13 Various extraordinary measures weretakento secure the site during the three to fourmonth shutdown period between Phase I and Phase II of the construction. Project team meeting 10/14/98. C01-14 During permitapprovalprocessthrough Miami-Dade CountyPublic Works,they insisted that the twomid-block crosswalks between US-1 and 58th Avenue be deleted from the project. C01-15 Contingencywhichwas included inthe original constructionbid for anundefined entrance feature atUS-1 was deleted by Bill Mackey. C02-1, C02-3 & C02-4 During permit approval process through Miami-Dade County Public Works,they insistedona new signalinterconnectsystem from one end of the jobto the other, andpedestriansignal modification throughout,aswellas additional resurfacing, pavement markingsandsignageeastofRedRoad.Thiswasnotanticipated, and was not included in the original bid. C02-2 Attherequestof Bill Mackey,after consultation withmerchants,thedecorative lights were reconsidered by ERPB,in October andDecember1997,andthe originally approved decorative lights werechangedtoamore expensive fixture and pole.Also,the electrical service point waschanged from a multi-panel configuration toacustom single panel enclosure,thiswasdecidedat9/30/97 project team meeting. C02-5 Bill Mackey,after consultation with merchants,requested thattwo additional bicycle Cycloops be added between SW 57th Court and 57th Avenue. C02-6 Attherequestof Bill Mackey,after consultation with merchants,the benches werereconsideredby ERPB,in October andDecember 1997,andthe originally approved bencheswere changed toa more expensivemodel. C02-7 & C02-8 See annotation for item C01 -1. C02-9 thru C02-11 and CO2-20 thru C02-23 During construction,a buried Bellsouth line,thought tobean active line during design,was found tobe abandoned.The drainage systemwas redesigned resulting inanetsavingsof $2,828. C02-12 During construction,an unrecorded,abandoned and previously unknownslab covered trench onSunset Drive,near SW 59th Ave.,was uncovered.It wasin conflictwith new construction andwas partially removed and backfilled. Sunset Drive Improvements Supplemental Item Annotation Page 3 C02-13 During construction,the connection for structure S-23 as originally planned,was foundto be in conflict withfire hydrant main,drainage pipehadto be connected directly to slab covered trench. C02-14 After consultation with merchants,City of South Miami decided to extend the original 3to4 month shutdown period,between Phase I and II,to6 months.The Contractor was compensated for extended general conditionsanddelay. C02-15, C02-16and C02-18 Thisisa bookkeeping item.Thefirsttwo items wereto compensate the Contractorfora portion ofthesignal interconnect conduitwhich was installed prior to issuance ofDCPW permit,and prior toestablishmentoftheLump Sum for all the interconnect (Item C02-1).Item C02-18 isadeletionin the same amount of C02-15 and C02-16,since the $5,755 isalready included in C02-1. C02-17 This was the deletion ofthe original signal items included in the bid.These were completely superseded by C02-1. C02-19 During FDOT permitting process,theyinsistedona 100'long second westbound thrulaneattheapproachtoUS-1.Thisredesigncausedtheeliminationof4 trees and tree grates. C02-24 During construction,the planned simpleconnectionat structure S-23was replaced by item C02-13. C03-1 During construction,a previously unknownand unrecorded concreteslabwas uncovered.It was in conflict with new construction and had to be removed. C03-2 & C03-3 See annotation for item COI-1, C03-4 & C03-5 During construction,the exfiltration trench between structure S-13 and S-14 was foundto be inconflictwith existing fire hydrant line,the trench was reoriented which required minor modifications tothe drainage structures. C03-6 Miami-Dade Water and Sewer inspectors required a gate valve and tie rod replacement for a fire hydrant,which wasnot required when MDWASD permit was approved. C03-7 See annotation for item C01-9. C03-8 See annotation for item C03-1. ( Sunset Drive Improvements Supplemental Item Annotation Page 4 AW-1 & AW-2 AW-3 AW-4 AW-5 AW-6 AW-7 AW-8 and AW-9 See annotation for item C01-1. During Miami-Dade Water&Sewer permitting,they insisted thatthe fire hydrant atSW 57th Court and Sunset be relocated.This was not originally anticipated, and was not included in the originalbid. See annotation for item C01-1. Risers hadto be addedtorelocated fire hydrantson Sunset between 58th Avenue and 57th Avenueinordertoadjusttonew sidewalk gradeinthatarea. See annotation for item C03-1. This was avalueengineeringalternative.Three ofthe existing roofdrains,which previouslydrained directly ontoexistingsidewalk,wererunoutto the curb for enhanced aesthetics.Team meeting Sept.3,1998. See annotation for C01-1. AW-10 See annotation for C01-9. AW-11 A concrete padundertherelocated electrical servicepanel was added asan aesthetic enhancement.Team meeting Sept.23,1998. AW-12 This was avalueengineeringalternative.In orderto enhance the service life of the concrete crosswalks,the depth was increased from 8"to9".Team meeting Sept.16,1998. AW-13 During the FDOT permitting process,theyinsistedthatthe concrete crosswalk across Sunset atUS-1,which iswithintheirright-of-way,be constructed 12" deep inlieuof 8",andwithrebar reinforcing steelin lieu of welded wire mesh. AW-14 This was avalueengineeringalternative.Thetwo irrigation controllerswere changed from originally approvedabove ground ACelectricmodeltoan undergroundbattery powered model.TeammeetingSept.23,1998. AW-15 The City ofSouth Miami decidedthatto simply restripe theexistingcrosswalk across US-1 wouldsatisfySimon Property Group's development requirement for the$50,000 pedestrian crosswalk across US-1.Thecrosswalk restriping was chargedtotheSunset Drive project,andthe $42,125 balance from the pedestrian crosswalk commitment was rolled into the$1,000,000 Sunset Drive funding. AW-16 Small portion of sidewalk was added at southwest corner ofSunset and 58th Avenue,as required by MDTA for better access atthebusstopatthat location. Sunset Drive Improvements Supplemental Item Annotation Page 5 AW-17 During theDCPWandFDOT permitting process,they both insisted that the concrete traffic separator at the approach toUS-1 be reinstated.This was not originally anticipated,and was notincludedinthe original bid. AW-18,AW-19, AW-23,AW-24, AW-25,AW-26, And AW-28 These landscaping related items wereformodificationsto the originally proposed andapproved landscaping due tospecific merchants concerns.These were discussed and agreed toduringOctober 14,1998 meeting. AW-20 These signswere added to address specificmerchantandpublic concerns that vehiculartraffic was notyieldingtopedestriantrafficat the crosswalk across Sunset Driveat SW 58th Court. AW-21 MDWASD did not have a certain large replacement water meter box in stock. Contractorhadto purchase twosuch boxes. AW-22 This sidewalk reconstruction was required due to the installationofsignal interconnectpullboxeson east sideofRedRoadand Sunset.The cost ofthis work was not accounted for in C02-1. AW-27 South Miami requested that additional trashcans be installedalong Sunset Drive.David Goodin memorandum 10/21/98. AW-29Atsubstantialcompletion,South Miami requesteda commemoration project plaque and sundial.David Goodin memorandum 11/10/98. AW-30 Miami-Dade County Public Works required that,sincethe wiring fortheexisting roadway lighting hadbeendamagedand patched up during the construction,the corridorbere-wiredto current County Standards. C:\projects\228-01\SuppltemAnnotation.doc L714XXOVL xyil V V xiubiv v v"iw»xvw Comoleted 1998 . y-> Mayor J ulio Robaina Vice Mayor Armando Oliveros,Jr. T\/»-rr4yl r%U^tl-vol X-SCLV1VX i—f.X/VUtVl Horace G-Feiiu Mary Scott Russell V^ltV i-iUUllixi.5U.auuM xvn x iuil^u Charles D,Scurr,City Manager Earl Gallop,City Attorney Fernando J.Rodriguez,Public VvTork5 Director David K.Goodin,Project Manager x w>xxxxv/x wxl'y v^j.a*^»***u Mayor Neil Carver Mayor Thomas K.Cunningham Mavor Anna M.-Price Commissioners Ann Bass,Thomas Todd cooper,an** R.Paul Young Citv Manaeers Eddie Cox and L.Dennis Whitt t>1«irtrtir\n'T">iTV»ffrr»r Rill ft/f»r,.V'P\/ Construction D^velnner:Simon Prooertv Grouo—_.—r __.A ^x T>.*«.0^«,„«^««*«1l«r'rv^Uoll^.Cnlmoi-i DAX^/O&l^lAGX .V^OIZAJ V-'OOW^XJO.V/Ol UUiiU uJUXXXXWXXy A x ». Landscape Architect:Rosenberg Design Group Contractor:Southeastern Engineering Contractors,In; is 3Bvs s>iaoM Diiand seszssgses 60:t>i 0002/^0/^0