f - 40pdfs.dadeschools.net/bdarch/2019/bd041719/agenda/f40.pdf · floors. areas were filled and...

21
Office of Superintendent of Schools April 1, 2019 Board Meeting of April 17, 2019 Office of School Facilities Jaime G. Torrens, Chief Facilities Officer SUBJECT: CHANGE ORDER CONFIRMATION OR APPROVAL COMMITTEE: FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This request for changes to the construction contract includes items for the School Board's confirmation. Attachment A represents a summary of the change items, the cause for each change, the increase or decrease to the contract, time extensions or reductions, and the action recommended to the Board. Attachment B-1 through B-10 represents the effect these changes will have on the individual project contract. These items are presented to the Board for confirmation as required by State Statute. These items have been recommended by the Project Architect and were confirmed by the Technical Review Committee on March 12, 2019. They were found to be necessary, fair, and equitable. The Project Architect will not receive additional fees for the items that resulted from errors and omissions in the design phase of these projects. This factor will become part of the evaluation of this firm for consideration of future work with this school system. The District will pursue recovery of costs from the Project Architect as called for in the contract. Page 1 of 3 F - 40

Upload: others

Post on 24-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

 

 

    

 

Office of Superintendent of Schools April 1, 2019 Board Meeting of April 17, 2019

 Office of School Facilities Jaime G. Torrens, Chief Facilities Officer

  

SUBJECT: CHANGE ORDER CONFIRMATION OR APPROVAL

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

 

 

This request for changes to the construction contract includes items for the School Board's confirmation. Attachment A represents a summary of the change items, the cause for each change, the increase or decrease to the contract, time extensions or reductions, and the action recommended to the Board. Attachment B-1 through B-10 represents the effect these changes will have on the individual project contract. These items are presented to the Board for confirmation as required by State Statute.

 These items have been recommended by the Project Architect and were confirmed by the Technical Review Committee on March 12, 2019. They were found to be necessary, fair, and equitable.

 The Project Architect will not receive additional fees for the items that resulted from errors and omissions in the design phase of these projects. This factor will become part of the evaluation of this firm for consideration of future work with this school system. The District will pursue recovery of costs from the Project Architect as called for in the contract.

 

                      

Page 1 of 3

F - 40

Page 2: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

 

 

 

         

RECOMMENDED: That The School Board of Miami-Dade County, Florida, confirm or approve:

 B-1. Change Order Number 2 on Project Number

01423500, General Obligation Bond funded addition/renovation project, Ben Sheppard Elementary School for an additional cost of $47,024.95 and a time extension of 60 days.

 B-2. Change Order Number 9 on Project Number

01339200, General Obligation Bond funded partial replacement/renovations, Cutler Bay Middle School for an additional cost of $88,422.02.

 B-3. Change Order Number 4 on Project Number

01426100, General Obligation Bond f unded addition/renovation p roject (K-8 Conversion), Ethel Koger Beckham K-8 Center for an additional cost of $15,100.00.

 B-4. Change Order Number 1 on Project Number

01442700, Classroom addition to replace portables, Gulfstream Elementary School for a credit of $47,047.42.

 B-5. Change Order Number 2 on Project Number

01434000, General Obligation Bond funded renovations project, Jesse J. McCrary, Jr. Elementary School for a credit of $4,228.70.

 B-6. Change Order Number 5 on Project Number

01534700, General Obligation Bond New K-8 Center School, Kendall Square K-8 Center for a credit of $23,548.75.

 B-7. Change Order Number 2 on Project Number

01543800, General Obligation Bond funded auditorium addition, Miami Arts Studio 6-12 at Zelda Glazer for an additional cost of $9,659.19.

 B-8. Change Order Number 4 on Project Number

01439400, General Obligation Bond funded addition, Ruth K Broad/Bay Harbor K-8 Center for an additional cost of $14,015.06.

 

    Page 2 of 3

Page 3: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

 

 

B-9. Final Change Order, Change Order Number 1 on Project

Number 01339000, General Obligation Bond funded renovation Project (Phase 1), Shenandoah Middle School for a credit of $5,894.61

and a time extension of 127 days.

B-10. Final Change Order, Change Order Number 2 on Project Number 01435400, General Obligation Bond funded renovation project, Springview Elementary School for a credit of $46,055.66.

              

TCA:jb  

Page 3 of 3

Page 4: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 1

Ben Sheppard ES

2 GOB funded Addition/Renovation Project

01423500 1 A 10/22/2018 3/7/2019 SC SC $56,919.06 $49,254.56 155 60 Contractor to provide labor, material and equipment to paint the interior of 38 existing classrooms and remove and dispose of obsolete TV and brackets, not in the contracted scope of work.

2 C 8/29/2018 3/7/2019 OM AO $2,486.23 $2,190.22 0 0 Contractor provided labor, material, and equipment to supply new door hardware as requested by MDCPS Lock Shop Department.

3 C 8/8/2018 3/7/2019 SC SC ($3,953.14) ($4,419.83) 0 0 Contractor provided credit for labor, material and equipment for replacement the specified exterior sheathing with stucco finish.

B - 2

Cutler Bay MS

9 General Obligation Bond funded partial Replacement/Renovations

01339200 1 C 2/24/2019 3/7/2019 ER MEE $22,569.39 $11,608.81 0 0 Contractor provided labor, material, and equipment to relocate AHU 1-2 including ductwork at existing building 2-Multipurpose room , This included the installation of new double doors in room #135, new concrete pad for unit and roof patching.

Page 1 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 5: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 2

Cutler Bay MS

9 General Obligation Bond funded partial Replacement/Renovations

01339200 2 A 6/4/2018 3/7/2019 SC SC $54,640.22 $32,752.21 0 0 Contractor provided labor, material, and equipment to extend voice and data conduits and pathways at various locations throughout the facility. The existing lines could not be used as originally contemplated.

4 C 2/26/2019 3/7/2019 OM AO $18,609.25 $17,892.00 0 0 Contractor provided labor, material, and equipment to install new room number signs at the existing buildings. The existing buildings were re-numbered as part of the FISH drawing submittal and required replacement.

5 C 2/26/2019 3/7/2019 SC SC $14,828.31 $10,479.39 0 0 Contractor provided labor, material, and equipment to install a drywall soffit and mechanical chase to enclose the exposed ductwork at the multipurpose room in building 2. Light fixtures were also relocated to allow for installation of soffit.

6 C 2/26/2019 3/7/2019 UN UC $100,333.36 $14,645.00 0 0 Contractor provided labor, material, and equipment to repair and level existing concrete slabs at building1, 1st and 2nd floors. Areas were filled and leveled to provide acceptable substrate for flooring installation.

Page 2 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 6: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 2

Cutler Bay MS

9 General Obligation Bond funded partial Replacement/Renovations

01339200 9 C 2/26/2019 3/7/2019 UN UC $2,432.64 $1,044.61 0 0 Contractor provided reimbursement to AT&T for repair to a broken unforeseen existing underground cable feeding existing building 1.

B - 3

Ethel Koger Beckham K-8 Center

4 General Obligation Bond funded Addition/Renovation project (K-8 Conversion)

01426100 2 C 9/5/2018 3/7/2019 UN UC $9,165.20 $8,000.00 0 0 Contractor to provide labor, material and equipment to re-route water main to achieve a one foot minimum separation between the water main and the force main which is required by MD-WASD.

4 C 3/1/2019 3/7/2019 SC SC $7,219.98 $7,100.00 0 0 Contractor to provide labor, material and equipment to demolish existing steel picket fencing and concrete knee wall, and construct new access connection to allow proper student and staff circulation between existing campus and new building addition.

B - 4

Gulfstream ES

1 Classroom addition to replace portables

01442700 1 C 2/4/2019 3/7/2019 OW OR ($47,047.42) ($47,047.42) 0 0 Credit for the unused contract contingency amount.

B - 5

Jesse J. McCrary, Jr. Elementary School

2 General Obligation Bond funded renovations project

01434000 1 C 2/25/2019 3/7/2019 OW OR ($3,847.42) ($3,847.42) 0 0 Credit for the unused contract allowance amount.

2 C 2/25/2019 3/7/2019 OW OR ($381.28) ($381.28) 0 0 Credit for Construction Manager fee associated with unused project allowances.

Page 3 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 7: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 6

Kendall Square K-8 Center

5 General Obligation Bond New K-8 Center School, located at S.W. 167 Avenue and S.W 95 Street, Miami, Florida 33196 - A new K-8 Center (Phase-1) with 600 Student Stations

01534700 1 C 2/26/2019 3/7/2019 SC SC ($28,324.29) ($31,487.59) 0 0 Contractor to provide credit for generator cost. This work will be included in the future 6 thru 8 expansion.

2 C 2/26/2019 3/7/2019 SC SC $11,139.49 $10,144.76 0 0 Contractor provided labor, material, and equipment to install an additional bike rack, including concrete slab and a fence and gate.

3 C 3/1/2019 3/7/2019 SC SR ($22,547.10) ($27,073.15) 0 0 Contractor to provide credit for the revision to the off site signalization scope of work per Miami Dade County Public Works.

4 C 2/26/2019 3/7/2019 SC SC ($1,139.64) ($2,259.64) 0 0 Contractor to provide credit for substituting an in - contract CMU wall assembly with a new chain link fence and gate, This was done to allow visibility and supervision to the area.

5 C 2/26/2019 3/7/2019 OT SR $22,547.10 $22,547.10 0 0 Contractor provided labor, material, and equipment to install additional drainage structures on S.W 167th Ave , as requested by Public Works Department.

Page 4 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 8: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 6

Kendall Square K-8 Center

5 General Obligation Bond New K-8 Center School, located at S.W. 167 Avenue and S.W 95 Street, Miami, Florida 33196 - A new K-8 Center (Phase-1) with 600 Student Stations

01534700 6 C 2/27/2019 3/7/2019 SC SC $3,545.84 $2,600.52 0 0 Contractor provided labor, material, and equipment to furnish and install (1) empty 2" conduit from room 118 to room 216, and from IT rooms to cable tray . Also included to install added conduit for voice/data at media desk as requested by MDCPS.

7 C 2/26/2019 3/7/2019 SC SC $3,120.25 $1,979.25 0 0 Contractor provided labor, material, and equipment to install a new 6'-0 and 6'-0" gate at the N.W. corner of the service yard, to facilitate lawn equipment access to area.

B - 7

Miami Arts Studio 6-12 at Zelda Glazer

2 General Obligation Bond fundedAuditorium Addition

01543800 1 C 2/28/2019 3/7/2019 SC SC $4,334.20 $4,334.20 0 0 Contractor to provide labor, material and equipment to install brick pavers at the entry plaza.

2 C 2/28/2019 3/7/2019 OM CEO $7,375.16 $5,324.99 2 0 Contractor provided labor, material, and equipment to connect the new 4" rain water leader to the nearest storm drain.

B - 8

Ruth K Broad/Bay Harbor K-8 Center

4 General Obligation Bond funded addition

01439400 1 C 7/10/2018 3/7/2019 OT SR $2,389.50 $1,012.01 0 0 Contractor provided labor, material, and equipment to add an additional 6" gate valve required by city public works department for new fire line connection.

Page 5 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 9: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 8

Ruth K Broad/Bay Harbor K-8 Center

4 General Obligation Bond funded addition

01439400 2 C 9/21/2018 3/7/2019 UN UC $3,995.50 $3,622.80 0 0 Contractor provided labor, material, and equipment to relocate and make necessary modifications to new sewer manhole #4 in order to tie in new sewer line to existing sewer manhole #5. This work was necessary due to unforeseen concrete encased fiber optic duct bank that was in conflict with new work.

3 C 10/18/2018 3/7/2019 OM CEO $4,869.33 $3,446.46 0 0 Contractor provided labor, material, and equipment to revise the elevations and make modification of Catch Basin #1 and drainage well #1, in order to not conflict with existing underground electrical duct bank.

4 C 12/19/2018 3/7/2019 UN UC $5,933.79 $5,933.79 0 0 Contractor provided labor, material, and equipment to replace contaminated soils generated from earthwork and underground excavations.

B - 9Final Change OrderShenandoah MS

1

Final

GOB funded Renovation Project (Phase 1)

01339000 1 C 2/28/2019 3/7/2019 OW OR ($5,894.61) ($5,894.61) 0 0 Credit for the unused contract contingency amount.

2 A 2/28/2019 3/7/2019 SC SC $0.00 $0.00 127 127 This is a non-compensable time extension of 127 days due to the additional scope of work added to project which included the 4th floor band room renovation.

Page 6 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 10: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

Project Action Staff ARG Adjustment Days

Facility CO# Description Project No. Item Req Auth. Appvd. Type Cause Requested Authorized Req. Auth. DescriptionB - 10Final Change OrderSpringview ES

2

Final

GOB funded Renovation Project

01435400 1 C 1/30/2019 3/7/2019 OW OR ($46,055.66) ($46,055.66) 0 0 Credit for the unused contract contingency amount.

Page 7 of 7

ATTACHMENT A

3/19/2019 4:18:18 PM

Office of Superintendent of Schools

OFFICE OF SCHOOL FACILITIES

Jaime G. Torrens, Chief Facilities Officer

Board Meeting of April 17, 2019

COMMITTEE: FACILITIES AND CONSTRUCTION

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Page 11: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 1

CHANGE ORDER NUMBER. : 2

Facility: 5021 Ben Sheppard ES

Project Number:

01423500 GOB funded Addition/Renovation Project

Architect: Laura M Perez & Associates Inc

EFCO:

Contractor: Jrt Construction, Co.

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $5,055,897.42

PREVIOUS EXTRAS $10,469.34

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $10,469.34

PREVIOUS APPROVED CONTRACT PRICE $5,066,366.76

THIS CHANGE $47,024.95

TOTAL NET CHANGE $57,494.29

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $5,113,391.71

CONTRACT STATUS

CONTRACT AWARD DATE November 15, 2017

ORIGINAL CONTRACT COMPLETION DATE December 26, 2018

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE December 26, 2018

TIME EXTENSION THIS CHANGE 60

ADJ. COMPLETION DATE AFTER THIS CHANGE February 24, 2019

SUBSTANTIAL COMPLETION DATE N/A

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $7,456.17 0.15 % 0

OWNER REQUESTS $0.00 0.00 % 0

UNFORSEEN $5,203.39 0.10 % 0

OTHER $0.00 0.00 % 0

SCOPE CHANGE $44,834.73 0.89 % 60

HURRICANE $0.00 0.00 % 0

Totals $57,494.29 1.14 % 60

Page 12: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 2

CHANGE ORDER NUMBER. : 9

Facility: 6111 Cutler Bay MS

Project Number:

01339200 General Obligation Bond funded partial Replacement/Renovations

Architect: Laura M Perez & Associates Inc

EFCO:

Contractor: Link Construction Group Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $10,152,800.00

PREVIOUS EXTRAS $362,946.96

PREVIOUS CREDITS ($8,765.32)

PREVIOUS APPROVED NET CHANGE $354,181.64

PREVIOUS APPROVED CONTRACT PRICE $10,506,981.64

THIS CHANGE $88,422.02

TOTAL NET CHANGE $442,603.66

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $10,595,403.66

CONTRACT STATUS

CONTRACT AWARD DATE May 24, 2017

ORIGINAL CONTRACT COMPLETION DATE November 19, 2018

PREVIOUS TIME EXTENSION 23

PREVIOUS ADJUSTED COMPLETION DATE December 12, 2018

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE December 12, 2018

SUBSTANTIAL COMPLETION DATE N/A

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $21,977.10 0.22 % 0

OMISSIONS $116,832.10 1.15 % 0

OWNER REQUESTS $2,496.02 0.02 % 0

UNFORSEEN $105,507.45 1.04 % 23

OTHER $17,352.14 0.17 % 0

SCOPE CHANGE $178,438.85 1.76 % 0

HURRICANE $0.00 0.00 % 0

Totals $442,603.66 4.36 % 23

Page 13: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 3

CHANGE ORDER NUMBER. : 4

Facility: 0251 Ethel Koger Beckham K-8 Center

Project Number:

01426100 General Obligation Bond funded Addition/Renovation project (K-8 Conversion)

Architect: Carty Architecture

EFCO:

Contractor: Veitia Padron Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $5,476,240.00

PREVIOUS EXTRAS $66,692.45

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $66,692.45

PREVIOUS APPROVED CONTRACT PRICE $5,542,932.45

THIS CHANGE $15,100.00

TOTAL NET CHANGE $81,792.45

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $5,558,032.45

CONTRACT STATUS

CONTRACT AWARD DATE February 21, 2018

ORIGINAL CONTRACT COMPLETION DATE February 21, 2019

PREVIOUS TIME EXTENSION 87

PREVIOUS ADJUSTED COMPLETION DATE May 19, 2019

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE May 19, 2019

SUBSTANTIAL COMPLETION DATE N/A

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $6,629.00 0.12 % 0

OWNER REQUESTS $0.00 0.00 % 0

UNFORSEEN $68,063.45 1.24 % 87

OTHER $0.00 0.00 % 0

SCOPE CHANGE $7,100.00 0.13 % 0

HURRICANE $0.00 0.00 % 0

Totals $81,792.45 1.49 % 87

Page 14: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 4

CHANGE ORDER NUMBER. : 1

Facility: 2321 Gulfstream ES

Project Number:

01442700 Classroom addition to replace portables

Architect: L I V S Associates

EFCO:

Contractor: Thornton Construction Co Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $3,427,235.00

PREVIOUS EXTRAS $0.00

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $0.00

PREVIOUS APPROVED CONTRACT PRICE $3,427,235.00

THIS CHANGE ($47,047.42)

TOTAL NET CHANGE ($47,047.42)

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $3,380,187.58

CONTRACT STATUS

CONTRACT AWARD DATE January 25, 2017

ORIGINAL CONTRACT COMPLETION DATE October 09, 2017

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE October 09, 2017

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE October 09, 2017

SUBSTANTIAL COMPLETION DATE December 21, 2017

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $0.00 0.00 % 0

OWNER REQUESTS ($47,047.42) -1.37 % 0

UNFORSEEN $0.00 0.00 % 0

OTHER $0.00 0.00 % 0

SCOPE CHANGE $0.00 0.00 % 0

HURRICANE $0.00 0.00 % 0

Totals ($47,047.42) -1.37 % 0

Page 15: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 5

CHANGE ORDER NUMBER. : 2

Facility: 3021 Jesse J. McCrary, Jr. Elementary School

Project Number:

01434000 General Obligation Bond funded renovations project

Architect: Nyarko Architectural Group, Inc.

EFCO:

Contractor: Link Construction Group Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $2,236,999.00

PREVIOUS EXTRAS $44,289.00

PREVIOUS CREDITS ($45,846.80)

PREVIOUS APPROVED NET CHANGE ($1,557.80)

PREVIOUS APPROVED CONTRACT PRICE $2,235,441.20

THIS CHANGE ($4,228.70)

TOTAL NET CHANGE ($5,786.50)

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $2,231,212.50

CONTRACT STATUS

CONTRACT AWARD DATE September 07, 2016

ORIGINAL CONTRACT COMPLETION DATE December 01, 2017

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE December 01, 2017

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE December 01, 2017

SUBSTANTIAL COMPLETION DATE August 18, 2017

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $0.00 0.00 % 0

OWNER REQUESTS ($33,103.50) -1.48 % 0

UNFORSEEN $0.00 0.00 % 0

OTHER $0.00 0.00 % 0

SCOPE CHANGE $27,317.00 1.22 % 0

HURRICANE $0.00 0.00 % 0

Totals ($5,786.50) -0.26 % 0

Page 16: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 6

CHANGE ORDER NUMBER. : 5

Facility: 3031 Kendall Square K-8 Center

Project Number:

01534700 General Obligation Bond New K-8 Center School, located at S.W. 167 Avenue and S.W 95 Street, Miami, Florida 33196 - A new K-8 Center (Phase-1) with 600 Student Stations

Architect: Zyscovich Inc

EFCO:

Contractor: Link Construction Group Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $11,802,140.00

PREVIOUS EXTRAS $15,011.21

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $15,011.21

PREVIOUS APPROVED CONTRACT PRICE $11,817,151.21

THIS CHANGE ($23,548.75)

TOTAL NET CHANGE ($8,537.54)

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $11,793,602.46

CONTRACT STATUS

CONTRACT AWARD DATE September 06, 2017

ORIGINAL CONTRACT COMPLETION DATE August 03, 2018

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE August 03, 2018

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE August 03, 2018

SUBSTANTIAL COMPLETION DATE December 19, 2018

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $10,177.76 0.09 % 0

OWNER REQUESTS $0.00 0.00 % 0

UNFORSEEN $4,833.45 0.04 % 0

OTHER $22,547.10 0.19 % 0

SCOPE CHANGE ($46,095.85) -0.39 % 0

HURRICANE $0.00 0.00 % 0

Totals ($8,537.54) -0.07 % 0

Page 17: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 7

CHANGE ORDER NUMBER. : 2

Facility: 6052 Miami Arts Studio 6-12 at Zelda Glazer

Project Number:

01543800 General Obligation Bond fundedAuditorium Addition

Architect: Laura M Perez & Associates Inc

EFCO:

Contractor: Tgsv ENTERPRISES, Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $10,857,518.00

PREVIOUS EXTRAS $5,412.82

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $5,412.82

PREVIOUS APPROVED CONTRACT PRICE $10,862,930.82

THIS CHANGE $9,659.19

TOTAL NET CHANGE $15,072.01

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $10,872,590.01

CONTRACT STATUS

CONTRACT AWARD DATE February 21, 2018

ORIGINAL CONTRACT COMPLETION DATE January 28, 2019

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE January 28, 2019

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE January 28, 2019

SUBSTANTIAL COMPLETION DATE N/A

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $10,737.81 0.10 % 0

OWNER REQUESTS $0.00 0.00 % 0

UNFORSEEN $0.00 0.00 % 0

OTHER $0.00 0.00 % 0

SCOPE CHANGE $4,334.20 0.04 % 0

HURRICANE $0.00 0.00 % 0

Totals $15,072.01 0.14 % 0

Page 18: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 8

CHANGE ORDER NUMBER. : 4

Facility: 0241 Ruth K Broad/Bay Harbor K-8 Center

Project Number:

01439400 General Obligation Bond funded addition

Architect: Gurri Matute Pa

EFCO:

Contractor: Link Construction Group Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $6,743,285.00

PREVIOUS EXTRAS $150,682.34

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $150,682.34

PREVIOUS APPROVED CONTRACT PRICE $6,893,967.34

THIS CHANGE $14,015.06

TOTAL NET CHANGE $164,697.40

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $6,907,982.40

CONTRACT STATUS

CONTRACT AWARD DATE March 21, 2018

ORIGINAL CONTRACT COMPLETION DATE June 14, 2019

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE June 14, 2019

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE June 14, 2019

SUBSTANTIAL COMPLETION DATE N/A

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $3,446.46 0.05 % 0

OWNER REQUESTS $0.00 0.00 % 0

UNFORSEEN $160,238.93 2.38 % 0

OTHER $1,012.01 0.02 % 0

SCOPE CHANGE $0.00 0.00 % 0

HURRICANE $0.00 0.00 % 0

Totals $164,697.40 2.44 % 0

Page 19: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 9

FINAL CHANGE ORDER NUMBER. : 1

Facility: 6841 Shenandoah MS

Project Number:

01339000 GOB funded Renovation Project (Phase 1)

Architect: Saltz Michelson ARCHITECTS, INC.

EFCO:

Contractor: Thornton Construction Co Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $4,972,144.00

PREVIOUS EXTRAS $0.00

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $0.00

PREVIOUS APPROVED CONTRACT PRICE $4,972,144.00

THIS CHANGE ($5,894.61)

TOTAL NET CHANGE ($5,894.61)

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $4,966,249.39

CONTRACT STATUS

CONTRACT AWARD DATE December 02, 2015

ORIGINAL CONTRACT COMPLETION DATE May 04, 2017

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE May 04, 2017

TIME EXTENSION THIS CHANGE 127

ADJ. COMPLETION DATE AFTER THIS CHANGE September 08, 2017

SUBSTANTIAL COMPLETION DATE September 01, 2017

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $0.00 0.00 % 0

OWNER REQUESTS ($5,894.61) -0.12 % 0

UNFORSEEN $0.00 0.00 % 0

OTHER $0.00 0.00 % 0

SCOPE CHANGE $0.00 0.00 % 127

HURRICANE $0.00 0.00 % 0

Totals ($5,894.61) -0.12 % 127

Page 20: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

SUMMARY OF CHANGE ORDER

ATTACHMENT B - 10

FINAL CHANGE ORDER NUMBER. : 2

Facility: 5361 Springview ES

Project Number:

01435400 GOB funded Renovation Project

Architect: Laura M Perez & Associates Inc

EFCO:

Contractor: Link Construction Group Inc

CONTRACT STATUS

ORIGINAL CONTRACT PRICE $3,265,058.00

PREVIOUS EXTRAS $179,562.24

PREVIOUS CREDITS $0.00

PREVIOUS APPROVED NET CHANGE $179,562.24

PREVIOUS APPROVED CONTRACT PRICE $3,444,620.24

THIS CHANGE ($46,055.66)

TOTAL NET CHANGE $133,506.58

CREDIT TO CONTINGENCY $0.00

CREDIT TO ALLOWANCE $0.00

ADJ. CONTRACT PRICE AFTER THIS CHANGE $3,398,564.58

CONTRACT STATUS

CONTRACT AWARD DATE November 23, 2016

ORIGINAL CONTRACT COMPLETION DATE March 18, 2018

PREVIOUS TIME EXTENSION 0

PREVIOUS ADJUSTED COMPLETION DATE March 18, 2018

TIME EXTENSION THIS CHANGE 0

ADJ. COMPLETION DATE AFTER THIS CHANGE March 18, 2018

SUBSTANTIAL COMPLETION DATE March 28, 2018

CHANGE CAUSE SUMMARY:

(Totals Including This Change Order. Errors + 15% Omissions threshold = 0 %)

TYPE AMOUNT Percentage DAYS

ERRORS $0.00 0.00 % 0

OMISSIONS $0.00 0.00 % 0

OWNER REQUESTS ($46,055.66) -1.41 % 0

UNFORSEEN $0.00 0.00 % 0

OTHER $179,562.24 5.50 % 0

SCOPE CHANGE $0.00 0.00 % 0

HURRICANE $0.00 0.00 % 0

Totals $133,506.58 4.09 % 0

Page 21: F - 40pdfs.dadeschools.net/Bdarch/2019/Bd041719/agenda/f40.pdf · floors. Areas were filled and leveled to provide acceptable substrate for flooring installation. Page 2 of 7 ATTACHMENT

LEGEND:

ORIGIN:

A-- A/E

AM-- Asbestos Mgmt.

CM-- Construction Manager

DS-- Design Services (Group)

E-- Educational Fac. Plan.

P-- Project Manager

D-- MDCPS Specialists/Depts.

DB-- Design Builder

C-- Contractor

S-- State DOE

M-- Maintenance Dept.

U-- User (Principal/Admin)

I-- UBCI

ACTION:

A-- Approve

C-- Confirm Staff/TRC Authorize

C/A-- Confirm/Approve Authorize

TYPE:

ER-- PA/E Error

HC-- Hurricane

OM-- P/A Omission

OT-- Other

OW-- Owner Request

SC-- Scope Change

UN-- Unforeseen

CAUSE:

AE-- Architectural Error

AO-- Architectural Omission

CC-- Criteria Change

CD-- Contractor Default

CE-- Contractor Error

CEE-- Civil Engineering Error

CEO-- Civil Engineering Omission

CL-- Clerical Error

CME-- Construction Manager Error

CMO-- Construction Manager Omission

CR-- Contractor Request

DBD-- Design Builder Default

DBE-- Design Builder Error

DBO-- Design Builder Omission

DBR-- Design Builder Request

EEE-- Electrical Engineering Error

EEO-- Electrical Engineering Omission

FE-- Fastrack/Coord. Error

FO-- Fastrack/Coord. Omission

ID-- Inspection Delay

MD-- Manufacturer Delay

MEE-- Mechanical Engineering Error

MEO-- Mechanical Engineering Omission

OD-- Owner Delay

OO-- Owner Omission

OR-- Owner Request

RA-- Reinstate Alternate

RD-- Rain Delay

SC-- Scope Change

SEE-- Structural Engineering Error

SEO-- Structural Engineering Omission

SR-- State/Local/City Requirement

UC-- Unforeseen Conditions

UD-- Utility Co. Delay

UP-- Unit Price

UR-- Utility Requirement