Loading...
HomeMy WebLinkAboutMemo - Change Order 5 and 6CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : FROM: Annie Perez Director Purchasing Departient DATE : SUBJECT: Jeovanny Rodriguez, P.E. �` REFERENCES : Director Capital Improvements and Transportation Program ENCLOSURES: June 13, 2016 FILE : Contract Capacity Increase, B-40457 Kinloch Park Building Addition ITB 14-15-005 Change Order #5 and #6 By this memorandum, Capital Improvements and Transportation Program ("CITP") seeks to request a contract increase to cover the change orders required to complete the Kinloch Park Building Addition Project, B-40457 ("ITB 14-15-005"), awarded to Grace & Naeem Uddin, Inc. ("Grace"). In order to cover expenses required to meet regulatory Code compliance at the existing and new building addition, and to accommodate the various additional scope requests added by the Parks & Recreation Department, CITP has had to exhaust the contingency funds for B-40457. The amount of $154,485.10 in contingency funds was used to pay for expenses incurred in Change Orders 2, 3 4 and most expenses found in Change Order 5. To cover the additional expenses mentioned below and reflected in Change Orders 5 and 6, CITP is requesting a contract increase in the Items 1, amount of $230,000. Found in Change Orders 5 and 6 for Additional Scope and/or Code Requirements: Various requests to renovate the interior and exterior of the existing building, to include but not limited to, the removal and installation of new floors, painting of the walls, replacement of doors, new stucco treatment, removal of existing and installation of new store front type windows, new patio (concrete slab) behind existing building and new building addition, removal of base boards and replacement of rubber wall, and the removal and repair of the exterior lights. 2. The additional scope of work added that was not part of the original plans included the installation of a new security system and low voltage in the existing and new building addition, new fire system requested by the Fire Department in the existing building to snatch the fire system in the new building, repair of the sewer connection system in existing building, extension of the terrace canopy, installation of new special locks on new lockers to accommodate the special needs patrons, the removal of additional trees that interfere with new drainage system, and the removal of the remaining chain link fence and installation of new picket fence within the Kinloch Park property. 3. Other fees includes the contractor's general construction administration fees. Contract Capacity Increase, B-40457 Kinloch Park Building Addition Page 2 The Parks and Recreation Department has requested for $200,000 to be appropriated into B- 40457 scheduled for the June 23, 2016 City Commission meeting. The remaining 530,000 will be used from their Rollover Account Project No, 119002, Award No, 1181. C: Sade Chaney, Senior Contracting Officer, Purchasing Department Hector Badia, Assistant Director, CITP Wendy Jaramillo, Public Relations Agent, CITP Lai -Wan McGinnis, Capital Budget & Financial Administrator, Office of Management & Budget itv f unt Contract Change Order Project Name: Kinloch Park Building Addition Project No,: B-40457 Contractor: Grace & Naeem Uddin, Inc. Change Order No.: 6 Contract Award Date: 3/04/2015 Completion Date: 8/16/2016 Revised Completion Date (prior to this change): 8/16/2016 Extension(s) of Time Previously Approved: 42 days Revised Completion Date (including this change): 11/8/2016 The Contractor and the City hereby agree o rnodiimodify the Contract as follows: (Attach additional pages as necessary) Item No. Description of Change Contract Price Contract Tine Increase Decrease Increase Decrease 1 Supervision $30,030.00 84 2 Scheduling_ $750.00 3 Office trailer $642.00 4 20yd Dumpster $1,140,00 5 Portable toilet $500.00 6 20' Storage container $2,760.00 7 Install 98 LP of picket fence paint included $5,950.00 Continued... (see attached page) Difference (Net) SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change X Original Contracl Arno $1,699,336.10 City Requested X Cost of Construction Changes Previously Ordered $151,806,39 Design En.or Adjusted Contract Amount Prior to this Change Order $1,699,336.10 Unforeseen/Unforeseeable X Cost of Construction Changes in this Change Order $231,771.24 Adjusted Contract Amount including this Change $1,931,107.34 Percentage Increase this Change Order 13.66% Total Percent Increase to Date 13.64% Contingency Funds Used No Contingency $154,485.10 Contingency Balance 2,678.71 Extension of Tirne Allowed by this Change - 84 days This change order is hereby incorpor :-d into and becomes a part of the Contract Documents. Accepted By Contractor: Date: (c k (0 Accepted By CITP Director Date: Distribution: Contractor U A/E CITP Form CO Finance —Li P oject File Li RECEIVED Capital Improvements and Transportation Program 444 SW 2nd Ave, gth Floor Miami, Florida 33130 JUN 1 7 2016 CAPITAL IMPROVEMENTS Contract Change Order Additional Page No, 1 of 1 Project Name: Kinloch Park Building Addition Project No.: B-40457 Contractor: Grace & Naeem Uddin, Inc. Change Order No.: 6 Contract Award Date: 3/04/2015 Completion Date: 8/16/2016 Revised Completion Date (prior to this change): 8/16/2016 Extension(s) of Time Previously Approved days Revised Completion Date (including this change): 11/8/2016 The Contractor and the City hereby agree to modify the Contract as follows: (Attach additional pages as necessary) Item No. Description of Change Contract Price Contract Time Increase Decrease Increase Decrease 8 Paint 467 Lf of existing to remain steel fence $7,000.00 9 6" interior concrete slab for metal lockers $1,485.00 10 Interior door remove and reinstall $2,640.00 11 Remove and replace 5 interior doors $8,500.00 12 Demo existing floor (INCLUDED) 13 Flooring moisture test $2,500,00 14 Demo existing storefront doors (INCLUDED) 15 F/I Impact Storefront Doors $21,850.00 16 Stucco patch at storefront door openings $2,100.00 17 Epoxy flooring throughout Old Building $46,330,00 18 Rubber wall base at Old building $1,854.00 19 F/I storefront doors thresholds (INCLUDED) 20 Interior wall and door paint $9,850,00 21 Combination Iocks for metal lockers — bldg addition $1,483.00 22 F/I '145 metal lockers at Old Building $23,724,00 23 Security Camera System — Old and New buildings $33,400,00 24 Repair sewer connection one mop sink at old building $500.00 25 R&R six (6) exterior lights — Old building south facade $3,418.50 26 Insurance and Bonds $4,369.12 27 Overhead & Profit $18,995.62 Difference (Net) $231,771.24 84 City of Miami Capital Improvements Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Grace & Naeem Uddin, Inc, CPR NUMBER.: 6 ADDRESS: 833 Shotgun Road Sunrise, Ft. 33326 (305) 687-6227 Project Manager: Orlando Diez Fax No: (305) 416-2153 PROJECT NO.: B40457 PROJECT TITLE: Kinloch Park Building Addition Phone: E-mail: (305) 416-1992 odiez@miamlgov.com This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. 1, supervision 2. Scheduling 3. Office Trailer 4. 20yd Dumpster 5, Portable Toilet 6, 20' Storage Container 7. Install 98 LF of Picket Fence Including paint 8. Paint 467 LF of existing to remain picket fence 9.6" interior concrete slab for metal lockers 10. Remove and reinstall23 interior doors 11. Replace five (5) interior doors 12. Demo existing floor 13. Flooring moisture test 14. Demo existing storefronts 15. Furnish and install impact resistant stare front doors 16, Stucco patch at new storefront doors 17, Epoxy flooring 18. Rubber wall base 19. Furnish and Install door thresholds at new storefront doors 20. Interior wall and door paint 21, Combination locks for metal lockers at new building 22, Furnish and Install 145 metal lockers for old building 23. Security camera system throughout the old and new buildings 24. Repair sewer connection for one mop sink in the old building 25, Remove and replace six (6) exterior lights • south facade old building 26,Insurance and Bands FINANCIAL DATA Original Contract Value: 1,699,336,10 Value of Previous Change Increase/Decrease in time Orders 8151,808.39 for Completion: 84 Current Completion Date: 8/16/2016 CPR Value: $231,771.24 Proposed Revised Contract Value: 81,93 , 07.34 (calendar days) Proposed Completion Date: 11/8/2016 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable. T signatory certifies that they are authorized by the Contractor to execute this CPR, Name: Naeem Uddin, P.E. Title: Sr. Project Manager GIP Form CPR -A Signature: Date of Submi is 6/16/2016 Revised 10/19/12 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Grace & Naeem Uddin, Inc. CPR NUMBER.: 6 PROJECT NO,: B-40457 PROJECT TITLE: Kinloch Park Building Addition CPR VALUE: $231,771,24 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory 0 City r E/O 0 Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECTIENGINEER: Concur Rejected Name of Firm: Architeknics, Inc, Name CITY OF MIAMI Project Manager: Name Signature Date Concur Rejected Construction Manager: [I] Concur Name Signature Date Li Rejected Signature Date Team Leader: LI Concur J Rejected Name Assistant Director: Signature Concur El Rejected Date Name Signature Date CITP Director: P Concur P Rejected Jeovanny Rodriguez, P.E. Name Signature Date CITP Form CPR -A Revised 07/30/15 CONTRACTOR: City of Miami Capital Improvements Program CONTRACTOR CHANGE PROPOSAL REQUEST Part S sheet. 1 A. ITEM NO. * 8: ITEM DESCRIPTION C. D. QTY UNIT 1. Unit Cost E. LABOR 2. Total (E.1 XC) F. MATERIAL (Including Equipment) 1, Unit Cost 2. Total (F.1XC) G. UNIT PRICE # (E.1 + F.1) TOTAL LINE ITEM PRICE (E.2 (E2 + F.2) Skipervrsian'(25 P, �iedtiEi# ficl~< t ral 20yd €it' It ttiO' Replac Fi a 7 $ 30, 030.00 $ 750.00 $ $ $ 1,035.00 2,640.00 03" $ 642.00 $ 1,140.00 500.00 $ 2,760_00 $ 5,950.00 $ 7,000.00 450.00 $ 8,500.00 2,502.50 750.00 $ 214.00 $ 570.00 166.67 230.00 $ 60.71 $ 14.99 $ 1,485.00 $ 114.78 8,500.00 $ 30,030.0 $ 750.00 $ 642.00 $ 1,140.00 $ 500.00 $ 2,760.00 $ 5,950.00 $ 7,000.00 $ 1,485.00 $ 2,640.00 $ 8,500.00 ',Existing Floor>( E $ $ 2,500.00 $ $ 2,500.00 2,500.00 $ to et - i�tik�r-fit $ 2;100 Ot7= 6 3330 011: 06. 21,850.00 $ 2,100.00 $ 46,330.00 1,854.00 21,850.00 $ 2,100.00 $ 46,330.00 2.06 $ 21,850.00 $ 2,100.00 $ 46,330.00 $ 1,854.00 $ $ 3 * 0000E ]1t€nlred 'w ,_ 9,850.00 $ 1,483.00 23,724.00 33,400.00 $ 9,850.00 $ 1,483.00 23,724.00 33,400.00 9,850.00 1,483.00 23,724.00 33,400.00 Prepared By: NOTES: 1.* Identify all items to be subcontracted with an * 2. # Designate all unit prices that are listed in contract 3_ Detailed back-up documentation may be requested to support stated costs T tle 8r' Prolecfttaizi Signature Overhead Overhead Profit Profit 5°l (self -perform) % (subcontract perform) (self -perform) n (subcontract perform) TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 6/16/2016 2,644285d .722 $ 922,862,05 C3P Form CPR-B Revised 03/31/11 City of Miami Capital Improvements Program CONTRACTOR CHANGE PROPOSAL REQUEST Part 13 A. ITEM NO. B. ITEM DESCRIPTION C. QTY D. UNIT Unit Cost E. LABOR 2. Total (E.1 X C) F. MATERIAL (including Equipment) 1. Unit Cost 2. Total (F.1 X C) G. UNIT PRICE # (E.1 + F.1) TOTAL LINE ITEM PRICE (E.2 (E.2 + F.2) 24 ..,epalrsi �E��ss�{fib COiY€f Glib fti?„gUTte`(? is 4uti1 : $ 690.00 -45475;" $ 500.00 2,728.50 $ 4,369.12 500.00 569.75 4,369.12 500.00 3,418.50 4,369.12 • $ $ $ $ $ $ $ $ $ $ $ $ $ $ NOTES: 1. * Identify all items to be subcontracted with an * 2_ # Designate all unit prices that are listed in contract 3. Detailed back-up documentation may be requested to support stated costs Prepared By: taee l4dd#? i« Title: S�?rafecr';lviairaa Signature Overhead Overhead Profit Profit (self -perform) (subcontract perform) a; (self -perform) (subcontract perform) TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 6/16/2016 8,909.19 231.4z4`:{ CIP Form CPR-B Revised 03/31!11 �G tp o {` faint Contract Change Order Project Name: Kinloch Park Building Addition Project No.: B-40457 Contractor: Grace & Naeem Uddin, Inc. Change Order No.: 5 Contract Award Date: 3/04/2015 Completion Date: 8/16/2016 Revised Completion Date (prior to this change): 8/16/2016 Extension(s) of Time Previously Approved: 42 days Revised Completion Date (including this change): 8/16/2016 The Contractor and the City hereby agree to :modify the Contract as follows: (Attach additional pages as necessary) Rena No, Description of Change Contract Price Contract Tme Increase Decrease increase Decrease 1 Derno and Replace Railings at Patio $9,630,00 2 Stucco Demo and Patch at Patio $2,600,00 3 Exterior Wail and Door Paint at Old Building $9,350.00 4 Exterior Signage (Allowance) $5,000.00 5 Storm Drain at Patio $1,047.00 6 Insurance and Bonds $571,44 7 Overhead and Profit $2,114.88 Difference (Net) $30, 313.32 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change X Original Contract Amount $1,699,336.10 City Requested X Cost of Construction Changes Previously Ordered $121,493,07 Design Error Adjusted Contract Amount Prior to this Change Order $1,699,336.10 Unfoieseen/Unforeseeable X Cost of Construction Changes in this Change Order $30,313.32 Adjusted Contract Amount including /1us Change W $1,69:9,336.10 Percentage Increase this Change Order 1.82°'a Total .Percent Increase to Date 0.00°% Contingency Funds Used Yes Contingency $154,485.10 Contingency Balance $2,678,71 Extension of Time Allowed by this Change - 0 days This change order is hereby incorpoa d into and becomes a part of the Contract Doct Accepted By Contractor: Date: ents. {1.,' . " Accepted By CITP Director Date: Distribution: Contractor [] AIE Finance Ll Project File CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 RECEIVED JUN 7 2016 1MPROVEr EN S City of Miami Capital Improvements Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Grace & Naeem Uddin, Inc. CPR NUMBER.: 5 ADDRESS: 833 Shotgun Road PROJECT NO.: B40457 Sunrise, FL 33326 PROJECT TITLE: Kinloch Park Building Addition (305) 887-6227 Project Manager: Orlando Diez Fax No: (305) 416-2153 Phone: (305) 416-1992 odiez@miamigov.com This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. 1. Demo and replace railings at Patio 2. Stucco demo and miscellaneous patching at Patio 3. Exterior wall and door paint at Existing Building 4. Exterior Building Signage (Allowance) 5. Storm drain at Patio 6. Insurance and Bonds FINANCIAL DATA Original Contract Value: $1,699,336'1° , Value of Previous Change OrdersS121493.07 1 ncrease/Decrea e CPR Value: $30,313,32 Proposed Revised Contract Value: S1,699,336.10 in time for Completion; (calendar days) Current Completion Date: 8/16/2016 Proposed Completion Date: 8/16/2016 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable, The s natory certifies that they are authorized by the Contractor to execute this CPR. Name: Naeem Uddin, P.E. Signature: Title: Sr. Project Manager Date of Submittal: 6/16/2016 CIP Form CPR -A Revised 10/19/12 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Grace & Naeem Uddin, Inc. CPR NUMBER.: 5 PROJECT NO.: B-40457 PROJECT TITLE: Kinloch Park Building Addition CPR VALUE: $30,313.32 City of Miami Rev W (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory L City E/0 0 Unforeseen Li By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECTIENGINEER: Concur 0 Rejected Name of Firm: Architeknies, Inc. Name CITY OF MIAMI Project Manager: Signature Date Concur El Rejected Name Signature Construction Manager: Name Concur 0 Rejected Date Signature Date Team Leader: 0 Concur Rejected Name Signature Date Assistant Director: 0 Concur Rejected Name CITP Director; Jeovanny Rodriguez, RE. Name Signature Date 0 Concur L Rejected Signature Date CITP Form CPR -A Revised 07/30/15 CONTRACTOR: B. ITEM DESCRIPTION City of Miami Capital Improvements Program CONTRACTOR CHANGE PROPOSAL REQUEST Part B 24W1 SttieoAd.06100#5.00:e:46-titi 9! 1411111114,113,t111: ftdri141l1DdatiRafilit12l1111Q11iii1l1111PM-i14iii 1"11' ffeii1& Infoiti,g6 ItI44:12;i4::i E. LABOR 1. Unit Cost 411.14:040$003: ,i11141111ii:4" $ $ $ $ $ $ 2. Total (E.1 X C) 405.00 F. MATERIAL (Including Equipment) 1. 2. Total Unit Cost (F.1 X C) ,11$11,11AlliW0100g:i Wilall2M000;11i 111$411,40;5otoo.g.1 $ 9,630.00 2,600.00 9,350.00 lil$11li1"1'5110,001111.01 11 $ 5,000.00 11.$1.11'1;111g1B42i40,1l $ 642.00 $ 571.44 $ 1. $ $ $ $ 99 $ $ $ $ $ $ 14neei101•40::1.ilI*4,, $ G. UNIT PRICE # (E.1 + F.1) 90.00 2,600,00 9,350.00 5,000.00 1,047.00 571.44 TOTAL LINE ITEM PRICE (E.2 (E.2 + F.2) $ $ $ $ 9,630_00 2,600.00 9,350.00 5,000.00 1,047.00 571.44 glygOnst git;$ g.'atiEligtAait NOTES: 1." Identify all items to be subcontracted with an * 2. # Designate all unit prices that are listed in contract 3. Detailed back-up documentation may be requested to support stated costs Prepared By: 04404i000-01aggiTAMEI, TiUe'.6iktikdviviM:u0iikitnl'g]':11,4*;iiRIMirgi Signature $ $ $ $ $ $ VVV.V1-44k.,4 $ $ Overhead Overhead Profit Profit $ $ $ liliP141X11045*(self-perform) 11171. (subcontract perform) 99994' 440,(subcontract perform) TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 6/16/2016 $ 11i$4111iii..111i191P1:1111111111i.i,1ikl11.11 A tl$11i11111"111,411111ik,...'1.1;1:A.,.41;!11411,11:1-4,t;l1.4 .12141 30,313.32 GIP Form CPR-B Revised 03/31/11