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