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