Loading...
HomeMy WebLinkAboutContract Change OrderCO of Anti Contract Change Order Project Name: Grapeland Heights Park - Phase 1 Project No.: B-60496 Contractor: Recreational Design & Construction, Inc. 3990 North Powerline Road Fort Lauderdale, FL 33309 Contract Award Date: June 13, 2005 Change Order No.: 1 Completion Date: October 13, 2006 Revised Completion Date (prior to this change): October 13, 2006 Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): February 1, 2007 The Contractor and the City hereby agree to modify the Contract as follows: (attach additional sheets as needed) Item No. Description of Change Contract Price Contract Tine Increase Decrease Increase Decrease 1 Evironmental Remediation $4,800,000.00 120 Days ( (See Attachement A) Difference (Net) 4,800,000.00 120 Days ,_ SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change ® Original Contract Amount $5,979,063.00 City Requested ❑ Cost of Construction Changes Previously Ordered $0.00 Design Error d Adjusted Contract Amount Prior to this Change Orderr $5,979,063.00 Unforeseen or Unforeseeable ❑ Cost of Construction Changes in this Change Order $4,800,000.00 Adjusted Contract Amount Including this Chan a $10,779,063.00 Percentage Increase this Change Order 80.28% Total Percent Increase to Date 80.28% Contingency Funds Used No Contingency $0.00 Contingency Balance $0.00 . T Extension of Time Allowed by this Change — not to exceed 120 day f Is change order is hereby incorpo Accepted By Contractor: ccepted By CIP Dir-ctor into and becomes a part of the Contract Documents. Date: /Z,6 4 5- Date:/ 1 o� Distribution: CIPCAT ❑ Contract •' A/E ❑ finance 11 Project File L _.I Page 1 of 2 Capital Improvements & Transportation • a• ntA and _ Attachment A Project Name: Grapeland Heights Park Phase 1 Contractor: Recreational Design & Construction, Inc. Change Order No.: 1 Project No.: B60496 The Scope of Work of the Agreement is hereby revised as follows: Scope of Work: 1. Recreational Design & Construction, Inc. (RDC) shall be responsible for the removal and disposal of the incinerator ash contaminants at Grapeland Heights Park (Project) in accordance with the Source Removal Action (SRA) approved by Miami -Dade County Department of Environmental Remediation (DERM). a. Phase 1 — Removal and disposal of unsaturated soil to an approximate depth of 2.5 feet. All excavated materials stored on site prior to disposal shall be stored in accordance with RDC Change Order Proposal dated November 28, 2005. b. Phase 2 — Removal and disposal of saturated soil to an approximate depth of 2.5 feet to approximately 4 feet below land surface or the maximum depth of the ash material. All excavated materials stored on site prior to disposal shall be stored in accordance with RDC Change Order Proposal dated November 28, 2005. 2. All materials generated during implementation of the SRA shall be manifested and transported to a Class 1 landfill for disposal a. RDC shall maintain copies of all waste disposal manifests from each truckload of material. b. The City or its representative shall be permitted to be present during the excavations of the material, and the loading of the trucks 3. RDC shall prepare and submit a Confirmation Soil Sampling Plan (CSSP) to DERM for approval. Upon approval by DERM, RDC shall be responsible for the implementation of the CSSP. 4. Contractor shall backfill and compact the affected areas with clean fill. Compaction shall be at the level determined to be necessary for the construction of the site as required by the Contract. 5. RDC and it subcontractor shall provide Pollution Liability insurance required to perform this work.. The insurance certificates shall name the City as an additional insured and must contain a 30 days prior notification for cancellation of the insurance. 6. RDC shall provide a performance bond in the amount equal to the change order. Said bond shall remain in place until the work required by this change order has been completed and accepted by the City. 7. The maximum compensation under this change order shall not exceed $4,800,000.00. Any compensation in excess of this amount shall be subject to the prior approval of the City Commission. Payment for excavated materials and clean fill shall be paid on a per ton basis and shall be paid on actual quantities. Payments shall be based on the following: a. $48,160.00 per month for General Conditions b. $8.40 per ton for ash and contamination removal c. $42.50 per ton for hauling and disposal d. $17.21 per ton for backfifing and compaction with clean fill e. $58, 650.00 Bond Fee (reimbursement of actual cost) f. $49,366.00 Special Insurance Fee (reimbursement for increased cost of insurance.) g. 14% rate for overhead and profit on actual tonnage h. Retainage for this work shall be released upon completion of the Work and acceptance by the City. 8. All work shall be performed within a maximum of one hundred and twenty (120) days. 9. Contractor shall submit a payment application on a monthly basis. All invoices shall comply with the requirements of RDC's Contract with the City. Copies of manifests, and summarized on a spreadsheet must be included with the payment application, substantiating the quantities identified in said payment application. 10. This Change Order includes all cost for delay resulting from the additional time to perform the work under this Change Order. RDC shall not be entitled to an additional claim for delay resulting from this work for up to one hundred and twenty (120) days. Should the work exceed said time frame RDC may be entitled to a claim for delay in accordance with the Contract, where the delay was not caused by RDC. 11. This Change Order is incorporated into and made a part of RDC's Contract with the City. All other terms and conditions of RDC's Contract with the City remain in full force and effect.