Loading...
HomeMy WebLinkAboutExhibit AArthur Noriega, v City Manager Contract Capacity Increase Curtis Park Environmental Remediation Project Page 2 of 2 Change Order Summary and. Justification CO# Description Amount Iustification l Installation of New 4Yatcr Fountain 0,462,93 City Request 2 Additional Drainage's roll Dcpth $70.34.00 City Request 3 Old Pat'l Furniture Re oval i $5.974.32 As requested;by Commissioner Regrading s*dewa8,649.21 CTnfaeeseert. Conditions 5 Env-ironrnental Rerrtec a r (SE Corner) 1 l9t . 1 As r> yl fired by DERlii Drain' e EIevation Change $4,275.86 Design revision 7 Change Project execution into 3 phases i $180.069,92- City Request S Furnish and Install Parr Furniture `16.1.4.56 City Request Hurricane Irma Tree Removal; and Clean up $65.017.40 Unforesec,n Conditions 1lJ Arbor ist Services $7, in .88 City Request as required by City Permit 11 Videotaping sanitary line $2,069.38 Lffareseen Conditions t2 TV inspection and trenchil4 bathroom sanitary'" line I $8 427.7U Unforeseen Conditions 13 Additional Fencing $64,25'0.77 City eRequest ree{u recf to phase tits proict 14 Baseball Field Foul foie revision S7,659.38 Design Revision 15 Additional Survey l $3,762,50 City Request 16 Grout Lines $2.909.17 City Request 17 Additional Artificial Turf at Coniniercial Building $28,674.67 City Request 18 Drainage Pipe Conflicts withexisting underground lighting conduit $26,588.43 Unforeseen Conditions 19 Additional Fence Rental Time $2 144,76 City Request 2.0 Additional Performance and Payment Band cost $2 23845 Unforeseen Conditions 21 Baseball Field Erosion Control $24.804.09 1 inforeseen Conditions 22 Additional Soil Removal $47,500.00 Other — Negotiated and Final settlement amount reduced from $132338.88 to $47,500 • Change Orders l - 9 are paid from the colittct's IC}% contingency allowance acoun • Change Orders # 10 - # 22 need payment disburstments of $227,740,19 beyond the contingency allowance account and as final settlement to the contract with Cherokee Enterprises Inc R-16-0566 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACH... Page 1 of 2 Miami FL Resolution R-16-0566 ADOPTED Nov 17 2016 9. 00 AM A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED SEPTEMBER 12, 2016, PURSUANT TO INVITATION TO BID ("ITB") NO. 15-16-037, FROM CHEROKEE ENTERPRISES, INC., THE SOLE RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE CURT I S PARK ENVIRONMENTAL REMED I AT I ON DISTRICT 1 PROJECT, IN THE AMOUNT OF $3,965,000.00 FOR THE SCOPE OF WORK, PLUS A TEN PERCENT (10%) OWNER CONTINGENCY AMOUNT OF $396,500.00, FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $4,361,500.00; ALLOCATING FUNDS FROM OFFICE OF CAPITAL IMPROVEMENTS PROGRAM PROJECT NO. 40610; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, AND TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING AMENDMENTS AND MODIFICATIONS TO SAID AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. Information Department: Category: Attachments Office of Capital Improvements Invitation for Bid Agenda Summary and Legislation 1102 Exhibit - Contract 1102 Award Recommendation 1102 Bid Security List 1102 Corporate Detail 1102 Bid Response Financial Impact $4,361,500.00 Project No.: B-40610 Sponsors: Body/Legislation WHEREAS, the Procurement Department ("Procurement") issued Invitation to Bid ("ITB") No. 15-16-037 for construction services for the Curtis Park Environmental Remediation District 1 Project ("Project"); and WHEREAS, one (1) bid was received by the Office of the City Clerk on September 12, 2016; and WHEREAS, Procurement has determined Cherokee Enterprises, Inc. ("Cherokee") to be the sole responsive and responsible bidder; and http://miamifl.iqm2.com/Citizens/Detail LegiFi le.aspx?I D=1102&highl ightTerms=R-16-0... 1/16/2020 R-16-0566 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACH... Page 2 of 2 WHEREAS, the Bid Security List indicates that Cherokee's bid was in the amount of $3,965,000.00; and WHEREAS, the City Manager requests authorization to execute a contract with Cherokee in the amount of $3,965,000.00, plus a ten percent (10%) owner contingency amount of $396,500.00, for a total not to exceed award value of $4,361,500.00; and WHEREAS, funds in the amount of $4,361,500.00 are to be allocated from Office of Capital Improvements ("OCI") Program Project No. 40610; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid received September 12, 2016, pursuant to ITB No. 15-16-037 from Cherokee, the sole responsive and responsible bidder, for the Project in the amount of $3,965,000.00 for the scope of work, plus a ten percent (10%) owner contingency amount of $396,500.00, for a total not to exceed award value of $4,361,500.00, is accepted, with funds allocated from OCI Project No. 40610. Section 3. The City Manager[1 ] is authorized to execute an agreement, in substantially the attached form, consisting of the ITB documents and attachments, and to negotiate and execute all other documents, including amendments and modifications to said agreement, in a form acceptable to the City Attorney, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. [2] [1 ] The herein authorization is further subject to compliance with all regulations that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and City Code provisions. [2] This Resolution shall become effective as specified herein unless vetoed by the Mayor within ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Meeting History Nov 17, 2016 9:00 AM City Commission Regular Meeting RESULT: ADOPTED [UNANIMOUS] MOVER: Wifredo (Willy) Gort, Commissioner, District One SECONDER: Ken Russell, Vice Chair AYES: Keon Hardemon, Ken Russell, Wifredo (Willy) Gort ABSENT: Frank Carollo, Francis Suarez http://miamifl.iqm2.com/Citizens/Detail LegiFi le.aspx?I D=1102&highl ightTerms=R-16-0... 1/16/2020 Citp of About Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Lakes, FL 33016 it.Ei.;El\TEO Change Order No.: 1 DEC `� ?OP Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 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 Tme Increase Decrease Increase Decrease 1 Water lines and fountains repair/installation $20,462.93 $0.00 0 0 Difference (Net) $20,462.93 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested X Cost of Construction Changes Previously Ordered so Design Error Adjusted Contract Amount Prior to this Change Order $3,965,000 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $20,462.93 Adjusted Contract Amount Including this Change 0.5% $3,985,462.93 Percentage Increase this Change Order Total Percent Increase to Date 0.5% Contingency Funds Used No Contingency $396,500 Contingency Balance $376,037.07 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: /7/1—J r Accepted By CITP Direct. r � ' + Date: Date: ta/t-3/20)7 Distribution: Contractor ❑ A/E ❑ Finance ❑ Project File ❑ CITP Form CO Capital Improvements and Transportation Program 444 5W 2nd Ave, 8th Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 4 ADDRESS: 14474 Commerce Wav PROJECT NO.: B-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. • Excavate, expose, disconnect and remove existing two (2) water fountains. • Install two (2) new water fountains as approved by the City of Miami Parks Director (Model #LK4420BUFRK) by the Basketball courts. • Connect and test the new water fountains. • Isolate and shut off the existing water service for water fountain connection and section of water service replacement. • Replace existing corroded 2" ductile iron water line currently exposed (approximately 500'). The water line will be replaced with new 2" PVC pipe. • Saw cut a 15' x 6' by 8" thick concrete pad. • Remove and replace section of existing concrete pad to accommodate the newly proposed location of one of the water fountains. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $20,462.93 Value of Previous Change Orders $0.00 Proposed Revised Contract Value: $3,985,462.93 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: A"H Signature: i„ ( Title: `GiC e Date of Submittal: CITP Forrn CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 4 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $20,462.93 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City XI E/0 ❑ Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Fi Concur ❑ Rejected Name of Firm: S ?err` /cam 12,�`2.u� Name ignature Date CITY OF MIAMI Project Manager: Name Construction Manager: ELSoN Cupciws Name Team Leader: CAW . . (11/4)(ti16. A Name stant Di r ctor: Name CITP Director: Jeovanny Rodriguez, P.E. Name CITP Form CPR -A Conc r ejected Signature on ur Rejected gnature oncur ❑ Rejected ignature Date Date Zip js Dat qi&6'fb ate Y2teigte Revised 07/30/15 City of Miami Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 2 1<..,'l=,,,>-0 PLC ,) 2C'1 t Contract Award Date: 4/3/2017 Completion Date: 9/3b/20''1'7' " Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 The Contractor and the City hereby agree to modify the Contract as follows: (Attach additional pages as necessary) RE F BY: SUMMARY OF CONTRACT AMOUNT Item No. Description of Change Contract Price Contract Tme Increase Decrease Increase Decrease 1 Additional Drainage Well Depth $70,434.00 $0.00 0 0 -.En= =11_2 A 7 fi _8 Difference (Net) $70,434.00 Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested Cost of Construction Changes Previously Ordered $20,462.93 Design Error Adjusted Contract Amount Prior to this Change Order $3,985,462.93 Unforeseen/Unforeseeable X Cost of Construction Changes in this Change Order $70,434.00 Adjusted Contract Amount Including this Change $4,055,896.93 Percentage Increase this Change Order 1.7% Total Percent Increase to Date 2.2% Contingency Funds Used No Contingency $396,500 Contingency Balance $305,603.07 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By CITP Director (. 1/" 1✓/ Date: / /23/z;7 Date: Distribution: CITP Form CO Contractor ❑ A/E ❑ Finance ❑ Project File 6ELVED Capital Improvements and Transportation Program 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 FEB 2 6 2018 BY: City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: 5 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. • The original contract considered 90-ft minimum well casing and 10-ft open hole for a total of 100-ft drainage well. The wells were constructed deeper due to field conditions to achieve an adequate discharge zone and meet required design capacity. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $70,434.00 Value of Previous Change Orders $20,462.93 Proposed Revised Contract Value: $4,055,896.93 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: 1 1�((Yak Signature: Title: V t c). pete:d r 47 Date of Submittal: f ' l 2; ! 2'7 CITP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 5 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $70,434.00 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City ❑ E/O ❑ Unforeseen] By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Concur E Rejected Name of Firm: 6 - GNCANES'12-5 i' cep D1/4)t'-rs•re Name CITY OF MIAMI Project Manager: Name igna ure NI Concur ❑ Fje;cted Construction Manager: Joncur NELo/ Ctjp4AS Name \ Team Leader: t . 0\—N9S Name A - sistant D Lector: CITP Director: Jeovanny Rodriguez, P.E. Name ❑ R 'ected S. ature ejected Si6natur ❑ Rejected o cur ❑ Rejected Signature 12-14 Date Date 1 Z-`T-i7 Date Date Yz& Date CITP Form CPR -A Revised 07/30/15 (Cttp offittanat Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 3 RECEIVED DEC 0 2017 Contract Award Date: 4/3/2017 Completion Date: 9/3(09W- ,vIpROV EM N. Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 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 Tme Increase Decrease Increase Decrease 1 Demolition of Existing Site Furniture $5,974.32 $0.00 0 0 _ Difference (Net) $5,974.32 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change Original Contract Amount $3,9652000 $90,896.93 City Requested X Cost of Construction Changes Previously Ordered Design Error Adjusted Contract Amount Prior to this Change Order $4,055,896.93 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $5,974,32 Adjusted Contract Amount Including this Change $4,061,871.25 Percentage Increase this Change Order 0.15% Total Percent Increase to Date 2.35% Contingency Funds Used No Contingency $396,500 Contingency Balance $299,628.75 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By CITP Directdt� tee/C Date: /a //10, ? Date: Distribution: Contractor ❑ A/E LJ Finance LJ Project File ❑ CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8h Floor Miami, Florida 33130 Title: City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc, CPR NUMBER.: 3 ADDRESS: 14474 Commerce Way PROJECT NO.: B-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. • Demolition and removal of nine (9) benches. • Demolition and removal of five (5) bleachers. • Demo Demolition and removal of 10 tables/chairs. • Demolition and removal of three (3) bike racks. • Demolition and removal of one (1) waste bin. All material will be pressure washed and cleaned prior to placing them inside three (3) 20-yard roll offs to be disposed at a Waste Management recycling facility. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $5,974.32 Value of Previous Change Orders $90,896.93 Proposed Revised Contract Value: $4,061,871.25 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Al" a E i Name: /dr,/Z4r7 1/tGtL. f ii l�itiTJ( Signature: Date of Submittal: CITP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 3 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $5,974.32 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City' E/O El Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: IX Concur ❑ Rejected Name of Firm: 5c-S EN6t1iVetr —S Name CITY OF MIAMI Project Manager: ame Construction Manager: I v 8-L6o 1 GEA-665 Name Team Leader: ' D L`tw5 Narne Assistant Director: Name CITP Director: Jeovanny Rodriguez, P.E. Name nature oncu ❑ R jected I Co Sig a ure ected Date Da e 1L7--17 Date (424.1)--- Sign-ture Date ❑ Rejected Signature /Date ❑ Rejected P/ Signature Date CITP Form CPR -A Revised 07/30/15 Citp of filiami Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 4 Iit:4.iy/l D DEC¢j 20]7 Contract Award Date: 4/3/2017 CAPITAL IMP' °`;\1`.�N Completion Date: 9/30/2017V Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 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 Tme Increase Decrease Increase Decrease 1 Removal and Installation of New Side Walk $8,649.21 $0.00 0 0 Difference (Net) $8,649.21 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested X Cost of Construction Changes Previously Ordered $96,871.25 Design Error Adjusted Contract Amount Prior to this Change Order $4,061,871.25 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $8,649.21 Adjusted Contract Amount Including this Change $4,070,520.46 Percentage Increase this Change Order 0.21% Total Percent Increase to Date 2.56% Contingency Funds Used No Contingency $396,500 Contingency Balance $290,979.54 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: ,( "�— Accepted By CITP Director Date: 10/ 1 201 7 Date: _ d Distribution: Contractor _I NE U Finance IJ Project File U CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 81h Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: 6 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. Scope of CPR includes the removal and replacement of 105 LF of existing +/-7-ft wide concrete sidewalk at the City's request. The section of sidewalk is located outside the construction limits at the southeast corner of the project site. The sidewalk segment will be regraded to allow stormwater runoff to be directed to an existing catch basin to drain the sidewalk area. Limits of proposed work is shown in the attached exhibit. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $8,649.21 Value of Previous Change Orders $96,871.25 Proposed Revised Contract Value: $4,070,520.46 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Amanuel Worku Signature: i' Title: Vice President Date of Submittal: /-% 1 2' f C1TP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 af 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 6 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $B,649.21 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change; Regulatory ❑ City E/O ❑ Unforeseen E By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: X Concur ❑ Rejected Name of Firm: S c—S a E5 Name CITY OF MIAMI Project Manager: Name Construction Manager: JLi CUP RPS Name eam Leader: 0s- , L. O i< r'v c2. Name Assistant Director: Name CITP Director: Jeovanny Rodriguez, P.E. Name 12-442-0iff Signature Date Concur tited onc;r ❑ 'f-jected Signetu e ted 121'3- Date ——r7 Date Date Date 3%6/ Date CITP Form CPFt-A Revised 07/30/15 QCitp oflifliami Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 5 RECEIVED DEC 6 ?Oil Contract Award Date: 4/3/2017 Completion Date: 9/36/ 11'7,i-'ivl°'`tG41riLE" Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 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 Tme Increase Decrease Increase Decrease 1 Additional Area Source Removal $25,190.81 $0.00 0 0 Difference (Net) $25,190.81 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested X Cost of Construction Changes Previously Ordered $105,520.46 Design Error Adjusted Contract Amount Prior to this Change Order $4,070,520.46 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $25,190.81 Adjusted Contract Amount Including this Change $4,095,711.27 Percentage Increase this Change Order 0.62% Total Percent Increase to Date 3.18% Contingency Funds Used No Contingency $396,500 Contingency Balance $265,788.73 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Date: l v(24( 2p r'7 Accepted By CITP Director Date: 3/ I Distribution: Contractor Lj AIE U Finance U Project File U 7s, CITP Form CO Capital Irnprovements and Transportation Program 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 r City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Wav Miami Lakes, FL 33016 CPR NUMBER.: 7 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. Basis of work is for City requested additional soil removal required by DERM PRS (HWR-777) at the southeast section of Curtis Park and adjacent right-of-way. Exhibit illustrating limits of work and scope of services are available for review under enclosed Change Proposal Request (CPR) #7 package October 11, 2017. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $25,190.81 Value of Previous Change Orders $105,520.46 Proposed Revised Contract Value: $4,095,711.27 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Amanuel Worku Signature: Title: Vice President Date of Submittal: CITP Form CPR -A In/ % 20/7 Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 7 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $25,190.81 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City 71 E/O ❑ Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: m Concur ❑ Rejected Name of Firm: VvC411‘i' PC) - Name Signature CITY OF MIAMI Project Manager: kite kk Name Construction Manager: NELSON C A-0 S Name Team Leader: �- 0 L cCARADS Name Assistant Director: Name CITP Director: Jeovanny Rodriguez, P.E. Name Date Date fly' Dafe Date 3/0/ Date CITP Form CPR -A Revised 07/30/15 CO of Aiami Contract Change Order L) Project Name: Curtis Park Environmental Remediation Project No.: B-40610 �� 3 ?C Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 6 5 %S J iri\l_ .f 1:14JP,CjV Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 9/30/2017 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 Tme Increase Decrease Increase Decrease 1 Field Change Orderl Plan Revisions&Changes from Bid Set Plans to Permit Set Plans 4,275.86 $0.00 0 0 Difference (Net) $4,275.86 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change X Original Contract Amount $3,965,000 City Requested Cost of Construction Changes Previously Ordered $130,711.27 Design Error X Adjusted Contract Amount Prior to this Change Order $4,095,711.27 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $4,275.86 Adjusted Contract Amount Including this Change $4,099,987.13 Percentage Increase this Change Order 0.10% Total Percent Increase to Date 3.28% Contingency Funds Used No Contingency $396,500 Contingency Balance $261,512.87 Extension of Time Allowed by this Change - 0 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By CITP Direct Date: f °(W j .7 Date: J c' 0 Distribution: Contractor L A/E LJ Finance LJ Project File L CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8'h Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: 2 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. CHANGES FROM BID SET PLANS TO PERMITTED SET PLANS The project was released for bidding by CITP concurrent with the project plans being submitted for permitting. During the permitting process, modifications to the plans were made to address regulatory agency comments which were not part of the bid documents. This change order considers the modifications to the project that occurred during the permitting process that were not a part of the bid documents. FIELD CHANGE ORDER #1 PLAN REVISIONS Upon commencement of the construction of the project, design changes were necessary in order to construct the proposed drainage system. The proposed drainage pipe and drainage structures were lowered and modifications were provided in Field Order #1. This change order considers the changes to the drainage system as modified in Field Order #1. FINANCIAL DATA Original Contract Value: $3,965,000 CPR Value: $4,275.86 Value of Previous Change Orders $130,711.27 Proposed Revised Contract Value: $4,099,987.13 Increase/Decrease in time for Completion: 0.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 9/30/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Amanuel Worku Signature: po��v %�-�r Title: Vice President Date of Submittal: / % CITP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 2 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $4,275.86 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory City ❑ E/O Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Concur El Rejected Name of Firm: Ittnvt.S 1`er v D!cr D "?. — Name ig nature CITY OF MIAMI Project Manager: 1-1 Name Construction Manager: H E 50 GP FA-S Name eam Leader: Name A sistant D' ctor: et Name CITP Director: Jeovanny Rodriguez, P.E. Name Concur ❑ R -jec dO Si. ture Conc Rejected Signatu Rejected nature ❑ Rejected TIC Signature Date 17 Date Date yortio 1/8 //e) Date CITP Form CPR -A Revised 07/30/15 Qitp of Miami Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 7 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12/28/2017 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 Tme Increase Decrease Increase Decrease 1 3 Months Extension Due to Project Phasing $180,069.92 $0.00 90 0 Difference (Net) $180,069.92 i 90 SUMMARY OF CONTRACT AMOUNT Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested X Cost of Construction Changes Previously Ordered $134,987.13 Design Error Adjusted Contract Amount Prior to this Change Order $4,099,987.13 Unforeseen/Unforeseeable Cost of Construction Changes in this Change Order $180,069.92 Adjusted Contract Amount Including this Change $4,280,057.05 Percentage Increase this Change Order 4.21% Total Percent Increase to Date 7.49% Contingency Funds Used No Contingency $396,500 Contingency Balance $81,442.95 Extension of Time Allowed by this Change - 90 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted By CITP Direct (L. Of., Date: Date: t;V9 lb Distribution: actor 11 NE ❑ Finance ❑ Project File ❑ CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 1 ADDRESS: 14474 Commerce Wav PROJECT NO.: B-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. Due to the requirements to keep certain parts of the park open during remediation activities, the project duration has been changed so that the work is completed in three (3) separate phases. During the phasing of the project, the track & field, playground, and office building will be opened for use. In addition, the basketball and tennis courts will be opened as soon as Phase 1 is completed. As a result, Phases 1 thru 3 will be completed in 270 calendar days, adding 90 calendar days to initial schedule. FINANCIAL DATA Original Contract Value: $3,965,000.00 Value of Previous Change Orders $134,987.13 Increase/Decrease in time for Completion: 90.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 12/28/2017 CPR Value: $180,069.92 Proposed Revised Contract Value: $4,280,057.05 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Amanuel Worku Signature: !� Title: Vice President Date of Submittal: CITP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 1 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $180,069.92 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City fXj EIO ❑ Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: FL Concur ❑ Rejected SC -, Name of Firm: Name CITY OF MIAMI Project Manager: Name Construction �Manager: ` Name eam Leader: c (/ • Name A ist-ntt Di 4. ctor: V 4 0 Name CITP Director: (.1 V EA Jeovanny Rodriguez, P.E. Name 1g Concur Il RR-;ected ignature Concur ❑ "ejected Signature Ch' r ❑ Rej 1 Signature Rejected Signature Rejected Pit Date 12-14-17 Date ate 772-1-EPO Date /.1'CS/15/ at CITP Form CPR -A Revised 07/30/15 .1AN 0 Ba ' itp of '' ul i Contract Change Order Project Name: Curtis Park Environmental Rennediation Project No.: B-40610 Contractor, Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 6 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior in Ihis change} N/A Extension(s) of Time Previously Approved: 0 clays Revised Completion Date (including this change): i2/28/2017 The Contractor and the Cily hereby agree to modify the Contract as fcollows° tAtlach additional pages as necessary hem No. Descri tionofChan a Contract Price Contract Tme Increase Decrease Ice , I :rca . 1 Benches and Tables $16,014.56 $0.00 ' o 0 — Difference (Nell 16,014_ 6 :SUMMARY t]M CONTRACT AMOUNT Reason for Change V Regulatury Change Original Contract A oufit $3,965.090 City Requeared X Cost of Construction Changes Previously Ordered $315.057.05 Design Error Adjusted Contract Amount, Prior to this Chan Order $►4,2SO 57.05 Urtlbresemillinforesecabl Cyst of Coi tructien Changes in this Change Order $14 014.56 Adjusted Contract Amount Including this Chang' $4,296,071fil Percentage Increase this Change Order 037% FLdal Percent Increase to Date. 7.86% Continency Funds Used No Contingency $396.500 Contingency Balance $65,428.39 Extension rrf Time Allowed by this Change - 90 days This change ender is hereby incorporn ed into and becomes a part (lithe Contract Documents. Date: t t i it Accepted By Contractor. Feergt Distribution: f`-R14?019 .,e1or Contractor AE Date: 27/051 Finaric 1—1'rofiec-Fit,:Er EYCaP Forrrr en id De o Capital Improvements and Trat�sportatiQn Program 444 Ave,8'" Floor ska Miami, Florida 33130 ' r�4 ovi City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Pagel oft CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes. FL 33016 Project Manager: Arnanuel Wor ;us PE Fax No: 305-828-9317 CPR NUMBER.: g PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Phone: 30 5-88-3353 ETmall: aw cherokeecoro.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 locatLon ni installation. Failure to submit sufficient detail may result in the rejection of of decay in review of the CPR. • Complete assembly and installation of the proposed benches including associated foundations nine picnic (9) benches (Model #982-5R8) ,_a Part of installation requires, new concrete Foundation for each bencti post (see attached spec/detail). • Complete assembly and placement of all picnic tables - 10 picnic tables {Model #238H-T8) c. No bolt dowry required. c. Placement of the picnic tables to be coordinated with CITP/Parks department when they have been delivered and assembled as the sizes of the tables are larger than the removed tables. Note — Based on oar meeting with the City on October 29, 2018, Cr 1 +ios removed the cost associated with procuring the benches and tables. This change order is only for labor and materin!}. FINANCIAL DATA Original Contract Value: $3,965,000.00 CPR Value: $16,014.56 Value of Previous Change Orders 315,057105 Proposed Revised Contract Value. $4,296,071,61 Increase/Decrease in time for Completion: 90.00 (calendar days) Current Completion Dale: 9130+ 017 Proposed Completion Date: 12) 812017 By signing and submitting this CPR the Contractor cerlittes that the supporting cost data is accurate and, to the opinion of the undersigned, the .stated prices anrW r lime request are both lair and reasonable. The signatory certifies that they are authorized by the Contractor to execute this CPR, Name: Arnanuell orku Signature; re Title; Vice President Date of Submittal: CITP Form CPR -A RI/Vi$ed 07/3011 e dAN 08 NI Citp of frtianti Contract Change Order Project Narne: Curtis Park Environmental Remedietion Project No: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 9 Contract Award Date: 4l f2017 Completion Date: Qf30/2017 Revised Completion Date (prior to lhlschange): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Cate (including tktts change): 12128/2017 The Contractor and the City hereby agree to modify the Contract as f{rtlows: ( Attach ;tdlditadtttul pngi,s as necessary) Mil NO, DLstriptirui ill change _ Contract Price Contract TmL: Increase Decrease Itit eLir l` ererease 1 Hurricane Irma Emergency Response and Tree Removal/Disposal $65,017.40 $0.00 `;# , 4, / 0 Di1`IerLtL:e(Net) $65,017.40 SUMMARY OF CONTRACT AMI JUNl Remelt for Change Regulatory Chunk Or igirrwf Contract Amount $3,9 5,fF00 City Requested) Cast of Construction Changes Previously Ordered $331,071.61 Design Error Adjusted Contract Amount Prior to this Change {Order ,296,071.61 TJnforeseeni JnForese ante X Cost of Construction Chimes in this Change Order Ski; .017.40 Adjusted Contract Amount Including d#r& Change ! , Ii1,0139.O1 Percentage increase this Change Order I4 P . l[r:aanLI Percent Incvease to Dam:. 9,351X Contingency Funds Used No Conti agency a 96.5OO _ Contingency Balance $410.99 Extension of Time Allowed by this Change - 90 days -s i This orange order is hereby incorporated into an I becomes a part of the Contract Docunieftls. Date: r r r atcP Accepted By Contractor; Acc opted By Director 1/44 Date:1 Distribution: Contractor WE ID Finance I=1 Propeci File t] CITP Form Co Capital tmprovements and Transportation Program 444 SW 2"a Ave, 81h Poor Miami, Florida 33130 rr . t City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: P ADDRESS: 14474 Commerce Wav PROJECT NO.: S-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Rerrrediation Project Manager; Amanuel Worku, PE Phone: 305-S28-3353 Fax No: 5-828-031,7 E-mail: awr ctierolceecorp_corn 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 descriptipn of proposed changes, including background, lustkficsl on end exact location of installation. Failure to summit sufficient detail may resi,Ji in Inc rejection of or delay In review of the CPR. PART I -REMOVAL AND oWSPOSAL OF TREES ASSOCIATED WITH HURRICANE IRMA ▪ Remove all downed trees, aiid Cut remowd trees into manageable stockpile. o Organize and haul away approximately 38 truck -loads of damaged treeshare,nches for disposal at Waste Management Landfill (Okeechobee). Note - Due to Curtis Park being a contaminated situ all downed trees %veto contaminated and were disposed as such. PART Il -EMERGENCY 41Ulif#FCANE IRM+`i RESPONSE ▪ P� epared and secured the site in preparation of Hurricane Irma (I•Jerrlune Watch Issued on Thwstfay September 7, 2017 and Hurricane Warming on rrlday September 3, 2017). Please note that CEI started the hurricane preparation work on Wednesday September 6, 2027 after receiving the notice from the City The hurricane preparation work along with the emergency cleanup work occurred on 9/6/2017, 9/7/201.7, 9/12/2017, 9/13/2017, 9/14f2017, and 9/18/2017 (see AttathnientA for a copy of tha daily log sheet]. • Conducted post hurricane damage assessment. • Secured and cleaned up trees aridfar de for fatten into the patk that blocked access to the park.. ▪ Cleaned up sidewalk and outer eastbound lane on Mot" stteet with traftit assistance from City of h+riarnl Police. • Seturedfre-instailed fencing, wind screen, and Silt fences. • Restored wash down area • Reestablish ?ones identified in the HASP. FINANCIAL DATA Original Contract Value: $3,9&5,Q.O0LQO CPR Value: $65,017.40 Value of Previous Change Orders $331,071.61 Proposed Revised Contract Value° $4.361,089.01 Increase/Oecrease in time for Completion: 90.00 (calendar days} Curren' Completion Date. 9/30/2017 Proposed Completion Date: 12/2 /2017 By signing and submit -ling this CPR the Contractor cerliirie.s that the supporling cost dela is accurate and, in the opinion of We undersigned, tha staled prices andfor time regulrsl are half fair and feasonable. The signatory certifies that They are authorized toy the Contractor to execute this CPR_ Name: Arnanuel Worku Signature: Title: Vice President Date of Submittal: /11 t f it ilsit C1TP Farm CPR•A Fievisod Q713Qf1 dAN 08 NI Citp of frtianti Contract Change Order Project Narne: Curtis Park Environmental Remedietion Project No: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 9 Contract Award Date: 4l f2017 Completion Date: Qf30/2017 Revised Completion Date (prior to lhlschange): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Cate (including tktts change): 12128/2017 The Contractor and the City hereby agree to modify the Contract as f{rtlows: ( Attach ;tdlditadtttul pngi,s as necessary) Mil NO, DLstriptirui ill change _ Contract Price Contract TmL: Increase Decrease Itit eLir l` ererease 1 Hurricane Irma Emergency Response and Tree Removal/Disposal $65,017.40 $0.00 `;# , 4, / 0 Di1`IerLtL:e(Net) $65,017.40 SUMMARY OF CONTRACT AMI JUNl Remelt for Change Regulatory Chunk Or igirrwf Contract Amount $3,9 5,fF00 City Requested) Cast of Construction Changes Previously Ordered $331,071.61 Design Error Adjusted Contract Amount Prior to this Change {Order ,296,071.61 TJnforeseeni JnForese ante X Cost of Construction Chimes in this Change Order Ski; .017.40 Adjusted Contract Amount Including d#r& Change ! , Ii1,0139.O1 Percentage increase this Change Order I4 P . l[r:aanLI Percent Incvease to Dam:. 9,351X Contingency Funds Used No Conti agency a 96.5OO _ Contingency Balance $410.99 Extension of Time Allowed by this Change - 90 days -s i This orange order is hereby incorporated into an I becomes a part of the Contract Docunieftls. Date: r r r atcP Accepted By Contractor; Acc opted By Director 1/44 Date:1 Distribution: Contractor WE ID Finance I=1 Propeci File t] CITP Form Co Capital tmprovements and Transportation Program 444 SW 2"a Ave, 81h Poor Miami, Florida 33130 rr . t City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: P ADDRESS: 14474 Commerce Wav PROJECT NO.: S-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Rerrrediation Project Manager; Amanuel Worku, PE Phone: 305-S28-3353 Fax No: 5-828-031,7 E-mail: awr ctierolceecorp_corn 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 descriptipn of proposed changes, including background, lustkficsl on end exact location of installation. Failure to summit sufficient detail may resi,Ji in Inc rejection of or delay In review of the CPR. PART I -REMOVAL AND oWSPOSAL OF TREES ASSOCIATED WITH HURRICANE IRMA ▪ Remove all downed trees, aiid Cut remowd trees into manageable stockpile. o Organize and haul away approximately 38 truck -loads of damaged treeshare,nches for disposal at Waste Management Landfill (Okeechobee). Note - Due to Curtis Park being a contaminated situ all downed trees %veto contaminated and were disposed as such. PART Il -EMERGENCY 41Ulif#FCANE IRM+`i RESPONSE ▪ P� epared and secured the site in preparation of Hurricane Irma (I•Jerrlune Watch Issued on Thwstfay September 7, 2017 and Hurricane Warming on rrlday September 3, 2017). Please note that CEI started the hurricane preparation work on Wednesday September 6, 2027 after receiving the notice from the City The hurricane preparation work along with the emergency cleanup work occurred on 9/6/2017, 9/7/201.7, 9/12/2017, 9/13/2017, 9/14f2017, and 9/18/2017 (see AttathnientA for a copy of tha daily log sheet]. • Conducted post hurricane damage assessment. • Secured and cleaned up trees aridfar de for fatten into the patk that blocked access to the park.. ▪ Cleaned up sidewalk and outer eastbound lane on Mot" stteet with traftit assistance from City of h+riarnl Police. • Seturedfre-instailed fencing, wind screen, and Silt fences. • Restored wash down area • Reestablish ?ones identified in the HASP. FINANCIAL DATA Original Contract Value: $3,9&5,Q.O0LQO CPR Value: $65,017.40 Value of Previous Change Orders $331,071.61 Proposed Revised Contract Value° $4.361,089.01 Increase/Oecrease in time for Completion: 90.00 (calendar days} Curren' Completion Date. 9/30/2017 Proposed Completion Date: 12/2 /2017 By signing and submit -ling this CPR the Contractor cerliirie.s that the supporling cost dela is accurate and, in the opinion of We undersigned, tha staled prices andfor time regulrsl are half fair and feasonable. The signatory certifies that They are authorized toy the Contractor to execute this CPR_ Name: Arnanuel Worku Signature: Title: Vice President Date of Submittal: /11 t f it ilsit C1TP Farm CPR•A Fievisod Q713Qf1 Change Proposal Request Part A Page 2of2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 9 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Envirerirrrental Rernediation CPR VALUE: $65,017.40 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City ❑ E/O ❑ Unforeseen IN By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ❑ Concur ❑ Rejected Name of Firm: Name CITY OF MIAMI Project Manager: /6Trti Narne Construction Manager: NELCO'l CLAR6] g 5 Name Team Leader: Name Name P Director: Steven C. Williamson Name Signature Con.ur ■ ,'ejected Date 11,-/11 ate Signature Date ct ad Sign =lure cur ❑ Rejected Signature cur ❑ Re ected I• . • 1 9 Date Signature Dale CITP Form CPR -A Revised 07J34/15 AN 0 8 iilq COof Ala Tilt Contract Change Order Project Name: Curtis Park Environmental Remediation Project No,. B-40610 Contractor: Cherokee Enterprises, inc. 1.4474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 10 Gontract Award Date: 4/3/2017 Completion Date: / 0/2017 Revised Completion Date (prior to this change): N/A Extensions) of Time Previously Approved: 0 days Revised Completion Date (including this Chrange): 12/28/2017 The Contractor and the City hereby agree„ tc modify the Contract as follows', (Attach additional pages as nccissaryl Vern No. Du_scriptionofChange Contract Prize Contract Tin, IrarWaaSC Decrease Et cv..is. Decrease 1 Arborist Services from 4/4/17 thru 9/30/17 $7,121.88 $0.00 0 C oft'cr4ner thret't $7,121,88 .�• t!MktMAItY C't f TRAcTAMDUNT Reauon ror Change • Reg+uk th ry Change Original Contract Amount $3,965,9410 City Requested X Cost of Construction Changes Previously Orders $39(0,U89.0 Design Ern Adjusted Contract Amount Prior to this Chasms Order $4,3611089.011 $7,121.88 ttritorescLndilntbrosecahlt Cost pi Construction Changes in this C anc Order Adjusted Contract Anunint including this Change $4,368.2 I0.ti9 Percentage increase this Change {Inlet U.lbr�3 �9.�5 Total Pena c rot finer - se, to Date I % Contingency Foands Used No Contingency 5396.51)0 Contingency Balance 463 Extension of Time Allowed by this Chan ;e - 90 d ys _ This change order is hereby iiic{trp rated into and ht.:comes a part of the Contract Documents. Accepter! By CuntrricIor I Accepted By Director [ istri ution° Contracior J Dale; rt /i*.,r a - fie' �1 t A11=Q Finance II Project File Li CrTP Form CC Capital Improvements and Transportation Program 444 SW P"d Ave. 3'"' Floor Miami. Frorida 33130 City or Miami Capit&& Improvements and Transportation Program Change Proposal Request Part Page 1 of CONTRACTOR: Cherokee Enterprises. Inc, CPR NUMBER.: 10 ADDRESS: 14474 Commerce Way PROJECT NO.: B-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Aemediation Project Manager: AmanueF Worku, PE Phone. 305-828-3353 Fax No: 305-828-9317 E-mail: awd,cherokeecorp.com This Change Praposai Request (CPR) is submitted requesting a Change Order to the Contract to increaseldecrease the time for performance or the value of theContract DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, luslitication and exact location al Installeharn_ Fellure to submit sutliciant detail may result in the rejection of or dote irr review DI the CPR. • RS Environmental Consulting, Inc. (RSECI) providing arborist services from April 4, 2017 through September 30, 2017 including periodic site visits, construction work review and protection of existing trees on site to remain andfor be relocated as part of the Curtis Park rernediation project. FINANCIAL DATA Original Contract Value: 3.965.000.00 Value al Previous Chartge Orders S396.089.01 CPR Value: $7,121.86 Proposed Revised Contract Value: $4,368,210 8 Ittcreas&Deorease in lime for Completion: 90.OD {calendar days} Current Completion Date: 9/3012017 - Proposed Completion Date: 12226 20i 7 By signing and submitting this CPR the Contractor CeillfrEts that the supporting cosi data is accurate and. in the opinion of the undersigned. the stated prices andrar bare request are both lair and reasonable. The signatory certifle5 thal they are authorized by the Contractor to execute this CPR. Name: Arnanuel Worku Signature: ra fl{+, }r` Title: Vice President Date of Submittal CtTP Furrrl CPR•A Revised 07130+I f i Change Proposal Request Pal t A gait° 2 r_Ff CONTRACTOR: Cherokee Enterprises, Inc_ CPR NUMBER.: 10 PROJECT NO.: B-40610 PROJ ECT TITLE: Curtis Park Environmental Aemediation CPR VALUE S7.121,88 City of Miami Review CONTRACTOR DO NOT COMPLETE} Reason for Change: Regulatory ❑ City EJO E Unforeseen l] By signing below the signatory has either concurred with or rejected the proposed CPR as subrnitted: ARCHITECT/ENGINEER: ❑ Concur ❑ Rejected Name of Firm: Name CITY OF MIAMI Project Manager: Name Construction Manager Name Team Leader: 301itto L. OtilitAlkt, Name Steven C. Williamson Name Signature Date Co ur Rejected fir 'lure 12'6r eu � ejected a,iJr Rejected nature + ❑ Rejected ignmmur Dto 10-)50 Date Date Dale cap Form CPR4.A Revised 07/30/1 S COof 1.t, rtt JAN 08 2019 Contract Change Order Project Name: Curtis Park Environmental Reiner iation Protect No,: B-40610 Contractor Cherokee Enterprises, Inc. 14474 Commerce Way /.Miami Lakes, FL 33016 Change Order No.: 11 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date iprirtar to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date .iiriciuding this change): 1 2/21B/2017 The Contruuunr and the City hereby ragre i. to modify the Colin -act oas foliows: I Attach :ad4diiional pates notosury i /tern No. Di ripli +n of Chance Conirac.r Price rFrltraLt Tim. Increase Dccra;aa:, • Z c ax: I ccrc;ase 1 CCTV Sewer Line Ins •ection $206938 $0,00 '' $ - f 0 Difference (Nei. $2,069.38 '. SUMMARY OF CONTRACT AMOUNT Reason fur Change Regulatory Change Original Confraet Atnorent - - $i3,965,000 City ReLitirsredl ? Cost of Construction Changes Previously Ordered $403,210.89 Design Error Adjusted Contract Amount Prior to this Chan t/ Order $4,368,210,89 Unforeseen/Unforeseeable Cost of Con truction Changes in this Change Order 2,09.38 Adj fisted Contact Amount Including this Change S4,370,280.27 , Perccnu ge Increase this Change Oriller 0,047!t Total Pcream Increase to Data 9.504- Contingetrcy Funds Used No Contingcncr $396,500 Contingency Balance-$8,780.27 Extension of Time Allnwed by this Chaos - 90 days This change order is hereby incorporated into and beCOMCS a purl of the Contract fJncunwni . Accepted By Contractor: i7att. rf %rx Yfri f Accepted P Director i —) Date: ►" Distribution Contractor ■ .ACE LJ Finance Li Projact File u CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8111 Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page i of 2 CONTRACTOR: Cherokee Ertterrrises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 Project Manager: Arnanuei Worku, PE Fax No: 305-828-9317 CPR NUMBER.: 11 PROJECT NO.: PROJECT TITLE: 8-40610 Curtis Park Environmental Rernediation Phone: 305-828-3353 E-mail: avudicherokeecort,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 descnptton of proposed changes. Inc' uding beckground, Iusliflcation and exact Iucatic rt of installation Failure to submit sufficient detail may result in the rejection or or delay in review of the CPR CCTV services by Tele-Vac South, Inc, (TV5I to inspection the existing sewer line. FINANCIAL DATA Original Contract value! 3 E165,0C _00 CPR Vale_ $2,0E9.38 Value of Previous Charigo Orders S40 ,210.89 Proposed Revised Contract Value' $4,370,280.27 IncreaseiDecrease in lime for Completion: 90.00 (calendar days) Current Completion Date: 913012017 Proposed Completion Data; 12t28/2017 By signing and submitting this CPR Ilia Conlmcler certifies that the supporting COSI data is accurate arid, in the opinion of the undersigned, the slated prices andWor time request ere boat lair and reasonable. The signatory caddies that they arty authorized by the Cnntraclar for execute this CPR, Name: Amanuel Worku Signature: Title; Vice President Date ofSubmittal: CFTP Farm CPR -A Revised 07/3C 1 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 11 PROJECT NO.: B-40e10 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $ .O 9_38 City of Miami Review (CONTRACTOR DO NOT COMPLETE Reason for Change: Regulatory ❑ City E/O D Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted_ ARCHITECT/ENGINEER: Name of Firm: E Name CITY OF MIAMI Project Manager: I-4-11t4 FICtl arne Construction Manager: '~-orCd PAPA Name Team Leader: \\Coils_ Name Assistant irector: Name Director: Steven C, Williamson ❑ Concur ❑ Rejected 4it zo!if Signature Date Date Signature Dale Signature ] Rejected Date ghlfcr Date Name Signature Date CITP Fora~ CPR -A Revised 07IX115 JAN 08m1 eitp of filiatni Contract Change Order Project Name: Curtis Park Environmental Remediation Protect No.. R-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 12 Contract Award Date: 4/312017 Completion Date: 9/30/2017 Revised Completion Date (prior to thin changed. IViA Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including thin change): 1 /28/ 017 Thu Contractor and the C.tty hereby agree to iamodjy the Crxntraci (Aitach additional pages as neue;: ary} ]tern No_ Description Of Change C«nttsaci Price Craralracr Tme - Increase Decrease lane r W Decrease 1 Sewer Line Repair $8 427,70 $0.0O ,' 0 ‘ 7" Dirrerencc (Nei) $8.427,70 I SUMMARY CIF C[ NTRACT AMOUNT Reason for Change - r Regialatory Change: Original Contract Airman( - - $3,9h5,00.0 ' City Requested X Cost oFConstruction Changes Previously Ordered _ $405 80.27 Design Errrir- Adjusit d Contract Antolini Prior to this Change Order $4,370.281L27 Unforeseen/UnfnioweaahlL- Cosi of Construction Chaange,s in this Change Order $8.427.70 Adjusted Cataract Amount Including this Change $ 4.:378.707.97 Percentage Increase this Change Order 11.19% Total Percent ttir"ra.+ase hi Duty §.75Er Contingency Funds Used No Cent eency 0396.5O0 Contingency Balance-$17,207.97 Fr+ tctr ie n o f Ttmc Allowe f isy this Change - )U iuys This change order is hereby incorporate i rote, and becomes u part of the Contract Documents. Date: Date:411311/1 Distribution: Contractor 1J NE L1 Finance L1 Project File 0 Accepted 6y Contractor: Accepted By Director CPT Form CO Capital Improvements and Transportation Program 444 SW 2'*1 Are, 8o' Floor Miami, Florida 33130 1 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Cherokee Er rJri. Inc. ADDRESS; 14474 Commerce Way Nliarni Lakes, FL 33016 CPR NUMBER.: 12 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No; 305-828-9317 E-mail: awvi cherokeecort].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 BASI ISCOPE FOR CPR Please add a detailed description at proposed changes, including background, Iustifibation and exact rotation of installation. Failure to submit sufficient detail may result In the r€rectron DI' or delay in review al the CPR ▪ Conducted lateral TV inspection from the main line and existing rleanout (CI • Provided preliminary report of investigation. • Excavated an area inside the playground equipment (by the swings) and found broken pipe. • Conducted additional excavation to determine extent of pipe damage, • Conducted final excavation by the cleanout area (near side walk) to determine final Connection of piping. • Stockpiled contaminated soils, • Secured site. FINANCIAL 'DATA Original Contract Value: $3,965.000.00 CPR Value: $8,427.70 Value o1 Previous Charge Orders $405.280. 7 Proposed Revised Contract Value $4,378,707.97 Increase/Decrease in lime for Completion: 90.00 (calendar days) Current. Completion Date: 9/30/20t7 Proposed Compfeticn Date: 1 / 9/2017 By signing and submitting this CPR Iha Contractor certifies that the supporting cosi data 16 accurate and, in the opinion ol the undersigned, the stated prices atactior time request are both Lair end reasonable. The signatory certifies that emisluihonzed by the Contractor to execute this. CPR. Name: Amanuel Worku Signature: t }v- Title: Vice President Date of Submittal. rr"'' ilk GITP F[xrrF CPR -A Revised p7r101t- Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises. Inc. CPR NUMBER.: 12 PROJECT NO.: B-4061 Q PROJECT TITLE: Curtis Park Environmental Rernediation CPR VALUE: $8,427.70 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City i EIO LJ Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ❑ Concur ❑ Rejected Name of Firm: Name CITY OF MIAMI Project Manager: 46 Narne Construction M ager: i\I EL5ON /NT 0) eAc Name earn Leader: L. q4105 Name Director: Steven C. Williamson Name '' Concur Con Signal ur Dale Sig tune ejected cted Signer re ❑ Rejected Signature ur ❑ Rejected Signature ill 6 Date []ate Date CITP i orrn GPR-A Remora 07 OU15 dAN 0 8 nig of Miami Contract Change Order Project Name: Curtis Park Environmental Rernediation Contractor: Cherokee Enterprises. Inc. 14474 Commerce Way Miami Lakes, FL 33016 Contract Award Date: 4/3/2017 Revised Completion Date (prior to this changer N/A Project No.: B-40610 Change Order No.: 13 Completion Date: 9/30/2017 Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12128/2017 The Contractor acid the City hereby agree in modify the t=nniruet as follows; (Au;ich additional pugcs as necessary) lion f+Iu Deseri liar of Chan t Cowed Price Contract Tine. Increase Decrease I f eemase 1 Additional Fencing and Demo $64,250.77 S0.00E i. 0 r Difference (Nei,(Nei,$64,250.77 } ,% - if�[l - SUMMARY OF CONTRACT AMOUNT Reason For, Change Repiolaitiry Change Original Contract Amount $3 965.000 C it3 ficgia4sied X Cost of Construction Changes Previously Ordered 413 707.97 Design Error Adjusted Contract Atttoultl Prior to this Change Order 4,378,7O7.97 Unliareseanallnlireseeahle Cost of Construction Changes in this Change Order $64.250.77 Adjusted Contract Amount Including this Change $4,442,958.74 Pi i'ccnmagi Increase ihi5 Change Order I , 5" Total Percent Increase to baie ] 1.20'4- Contiitgency Funds Used No Crnntingency $ 9.,500 Contingency Balance-S8I.458.74 Extension or Tirne Allowed by this Change - 90 days This change order is hereby incorporated into and becomes a pan of the Contract Documents. Accepted By Contractor: Accepted By C Director age: 2/0( Date: ijfif It / id Distribut' n: Contractor LJ AIE D Finance Project l^fre CfTP Form CO Capital rrnprovaments and Transportation Program 444 SW 21--"' Ave, 30, Floor h3iarni, Froride 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: t3 ADDRESS: 14474 Commerce Way PROJECT NO.: B-40I310 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: awcherokeecorp.cam 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 descnplion Ii proposed changes. including background, lustil cation and exact location of installatiion. Failure to serbmit sufficient detail may result in the rejection of or delay in review of the CPR. T8�N1 #1- New Fences and Gates (7-Feet and S-Feet) ▪ Furnished and installed 281 LE of 8-feet high 9 gauge galvanized chairs Pink fence, and one 16 feet double swing galvanized gates, • Furnished and installed 110 LF of 7-feet high 9 gauge galvanized chain link fence, aid one 16 feet double swing galvanized gates. T&M It2 — Slack Vinyl Coated Fence • Furnished and installed 150 LF of 8-feet high vinyl fence with new rails. • Replaced 25 pasts and straightened 28 posts. T&IVM #3 - New Fences and Gates (6-Feet) • Furnished and installed 651 LF of 6-feet high 9 gauge galvanized chain link fence, and twci (2) 12 feet double swing galvanized gates. T&M #4 - New Fences and Gates (Additional 8-Feet) • Furnished and installed 296 IS of 8-feet high 9 gauge galvanized chain Mink Fence{ and two ) 8 feet double roll and double swing galvanized gates. FINANCIAL DATA Original Contract Value: $3..965,000.00 CPR Value: $64.2250.77 Value of Previous Change Orders $413,707.97 Proposed Revised Contract Value: 3,442.958_.74 Increase/Decrease In time for Completion:90.00 (calendar day } Current Completion Date: 9f30/2017 Proposed Completion Date. 12/2812017 By signing and submitting this CPR the Content for certifies that the supporting cask dale is acnurata and. In the opinion of Ilse Lrndersigned, the staled prices and+or lime reque,t are both lair and reasonable. The signatory certifies that they are authorized by the Contractor to execute} this CPR. Narne: Amanuel Worku Title: Vice President SPgnature: Date of Submittal: CI 7P F-0FMT CPR -A FEB01 2019 Revised 07/30115 Change Proposal Request Part A Paget aft CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 13 PROJECT NO.: 8-40610 PROJECT TITLE: Curtis Park Environmental Rernediation CPR VALUE: $64250.77 City of Miami Review [CONTRACTOR DO NOT COMPLETE! Reason for Change: Regulatory D City EED El Unforeseen E By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: d] Concur El Rejected Name of Firm. Narne CITY OF MIAMI Project Manager: Name instruction M ager: N ELSO ri �A dRill Name Team Leader: L . OL,I. . ----- Name Assistant I 'ritctor: o•-i,,z, 6 Signature Date ConcurIN 1-1 Reje 4-00 r 5igna re Name 'rector; Steven C. WiIltarnson t Li t Date Signature Date Name Signature I( 4119 ate 0/71/t1 ow, ?fri Date CITP Farm CPll-A Rovisod 07/30115 JAN 08 701 JAN 2 3 2019 eitp of Altratni Contract Change Order Project Name: Curtis Park Environmental Rernediation Project Na.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Contract Award Date: 4/3/2017 Change Order No.: 14 Completion Date: 9/3012017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (inciudtng this change): 12 2a/2017 The Contractor and the City hereby agree to modify the c mtruct wN follows; (Attach additional pages as au ssusy). Item No, Description of Change Contract Price Contra!! Tate Incriaii Decrease l c'.a . Decrna 1 Batting Cage and Foul Pole $7,659-38 $0.00 r K 0 Difference (Net I, $7,65 .38 ,�,r SUMMARY OF CONTRACT AMOUNT tlKea$on for Change j Regululorv' CIva nt•L Ort 1:iai Contract Amount $3;96S.04111 City Reid Lie ILtl COM of Construction Changes Previously Ordered $477,958.74 _ Design Firiir >( Adjusted Contract Aniount Prior to this Change Order 442,958.74 Unfore ccriIL'ntt'rescn..hlc Cost of Construction Changes in thiN Change Order $7,659.38 _ Adjusted Contract Amount Including this Change $4,450,618.12 Percentage increase this Change (bier i I. 175 Toial Percent Increase to Dale I I.37' Contingency Funds Used No 9,118.12 Ct iingcncy $396,500 Conlin 'env Balance 489,118.12 Extension of Time Allowed by this Change - 90 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted I3y Co' Contractor D NE Q Finance 111 Project File CITP Form CO Capital Improvements and Transportation Program 444 SW 2"d Ave, err, Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Wav Miami Lakes. FL 33016 Project Manager: Arnanuel Worku, PE Fax No: 305-828-9317 CPR NUMBER.: 14 PROJECT NO.: PROJECT TITLE: B-4061 t0 Curtis Park Environmental %mediation Phone: 305-826-3353 E-mail. aw fir cherokeecarpcom This Change Proposal Request (CPH) is submitted requesting a Change Order to the Contract to increase/decrease the time for per -tom -lance or the value of the Contract DETAILED BASIS/SCOPE FOR CPR Please add a detailed cteschpllon of proposed changes, Including background, justification and exact location of installation: Failure 10 submit sufficient detail may result in the rejection of or delay In review of the CPR - Batting Cage Fence Estimate: • Provide and Install 324 LI of 12' H Galvanized Chain Link Fence wash top, middle, and bottom rail. Line Posts: 2 J4" + End fasts: 3" • Provide and Install (4) 4` W >t 7' li Galvanized Single Swing Gates. NOTE: Orrg+rizlfy quoted 304 LF of 10 ill Galvanized Chain Link Fence per the plans prowled. Change is reflective oORRR 62. Foul Ball Pole Estimate: • Provide and install (2) 20° BBCFP-2O Jay -Pro Sports Collegiate Foul Ball Pole. • Set In Concrete NOTE: Originally quoted (2) 4"x 24' Straight Foul Ball Poles without o Wing Panel, Change is reflective of RFl57. FINANCIAL DATA Original Contract Vatuc. 3.965.000.00 CFI Value: $7,659,38 Value of Previous Change Orders $477,958.74 Proposed 'Revised Contract Value: $4,450,618.12 Increase/Decrease in time tar Completion: 90,00 {calendar days) Current Completion Date: 9/30/2O17 Proposed Completion Date: 12128/2017 By signing and submiitIngi this CPR the Contractor cetlilles that the supporting cost data is accurate 41nd, in the opinion of the undersigned, the stated prices anWor tone request are bath lair and reasonable: The signatory certifies that they are authorized by the Contractor to execute this CPR. Narne: Arnanual VVorku Signatures: Titre: Vice President Date etSubmittal: CITP Fnrnnl CPR -A Revised 1117d3W1 Change Proposal Request Part A Page 2 oif CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.; 14 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park. Environmental Rernediatian CPR VALUE: $7,659.38 City of Miami Review (CDNTRACIOR DO NOT CDMPILErE) Reason for Change: Regulatory LI City LJ DOM Unforeseen Q By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Name of Firni: CITY OF MIAMI Project IVl,page Construction Manager: EL o i's,1 CuAdRoar5 Name cam Leader: • LOLAIRALL Name ssista or: Name F( Director Steven C, Williamson Noma Concur La Rejected igniure ig iiatu re 0 Rejected Signature 4 3/w/9. Date Dale /-7a--)167 Dale Dale 7-7/Dvi 2 77 10 Dale CITP forrn CPR -A Revised C17/30/15 ttp of ltam' Project Name: Curtis Park Environmental Remedialian Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Contract Change Order Project No.: B-40510 Change Order o.. 15 Contract Award Date: 4! '2417 Completion Date: 9/30/2017 Revised Completion Date (prior to This chang), N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this tangs): 12/26/2017 The Contractor and the City hereby agree to modify ihrz Contrail as fellows: (Attach addinional p g as necessary) Item N. Descripilon of Change Cunt ow] Price Contract Tine Increase Decrease 1rs4r•sac Decrease 1 Additional Survey 37 _ 0 ${l.{iQ ILO" - 'Difference Ni)(e $ ,762.50 A6 ,, 1 SUMMARY OF CONTRACT AMOUNT Reason for Change rr' Regulatory Change Original Contract Amount $3,965,000 City Requested Cost of Construction Changes Previously Ordered $485,618.12 $4.450,618.12 DiNign Error ". Ad'usted Contract Amount Prior to this Ch.mgc Order Unforeseen/Unforeseeable t Cost of Construction Changes in this Change Order $3,7 2.50 Ajtisted Contract Amuse'/ Includ/'ng this Chan $4,454 380.62 Perccntago Increase ibis Change fhder 11.68% Total Percent Inert:me to hate 1 1,45 % Contingency Funds Used No Contingency $ ►' 6,5#}0 Contingency Balance-$92,880.62 Extension of Time Allowed by this Change - 90 slays This change corder is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: ac.i Accepted By C. P Director Date: 1�.cip Dale.1/rl�s Distrib on: Contractor A+E Q Finance ❑ Project File LI GITP Foun CO Capital Improvements and Transportation Program 444 SW T"--` Ave, S'r' Floor Miami, Florida 33130- l• • City of Miami Capital Improvements and Transportation Program Change Proposal Bequest Part A Page 1 of CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 15 ADDRESS: 14474 Commerce Way PROJECT NO.: 8-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Eriviranrnental Remediation Project Manager: Arnanuei Warku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: awscherokeecoip.com This Change Proposal Request {CPR) is submitted requesting a Change Order to the Contract to increaseldecrease the time for performance or the valise of the Contract DETAILED BASIS/SCOPE FOR CPFI Please add a detailed description of proposed changes., Including btickgaotrrid, tusiilicatic n and exact Location of installation..=allure to submit sufitclent detail may result In the remotion of of delay in review of the CPR. Revisions S through 12 required additional surrey In which costs were incurred to perform the necessary layouts. FINANCIAL DATA Original Contract Value: $3.965•001100 CPR Value: $3,762-50 Value of Previous Change Orders $48.5,fi 18.12 Proposed Revised Contract Value:$4,454.3841.62 Iricre iseJDecrease In time for Completion: 90.00 (calendar days) Current Completion Dale: /3012017 Proposed Completion Date: 1212812017 By signing and submitting this CPR airs Con;rac;tur certifies that the supporting cost data is accurate and. in the opinion of thr undersigned, the slated prices and/or time request sae both fair and reasonable. The signatory certifies That they are authorized by the Contractor to execute this CPR. Naive: Arnanuel Worku Signature: Title: Vice PresidenI Date of Submittal: c1TP Form CPR -A Mewleas! {97f W1 rt Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER,: 15 PROJECT NO.: B-40610 PROJECT TITLE Curtis Park Environmental Hernediatiorr CPR VALUE: $3 752 SO City of Miami Review (CONTRACTOR DO NOT COMPLETE Reason for Change: Regulatory l] City [_ Unforeseen 0 By signing beFaw the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHTECT/ENGINEER: 0 Concur Q Rejected Name of Firm: -,�. t Name CITY OF MIAMI Project Manager: Name VI Concur CDnstruction Manager:kg Co ur t t gnaw re _ Dale Name Name Assistant Dir ctor: �Ja C TP Director: Steven C. Williamson ID Concur III Rejected Dale 1 to team e CITP Farm CPI -A Signature Date ReVi%ed 07!301ti JAN 08 Nig eitp of filiatnit Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 16 Contract Award Date: 4/312017 Completion Date: /3012017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12/28/2017 The Contractor and the City hierchtiy :,gree tr+ modify the Contract as rolluwN:, (Maul' udthttonal pages. as necessary) teem N. Description of Change Contract Pries Cnntnci Trne Increase Decrease In a. Decrease 1 Pipe trout_ $2,909,17 $0.00 11 0 r.---' 1 Difference t1ei It7.1 0 SUMMARY (iP CONTRACT AMOUNT Reason Fir Change t Regulatory Change Original Contract Amount $3,9AS, i City Requested X Cosi ofConsirociton Changes Previously Ordered $489,381}.62 Design Error Adjusted Contract Amount Prior to this Change Order $4,454,380.62 Unforeseenit,Jnfcoreree.able Cost of Construction Changes in this Change Order $2,909.117 _ Adj:asred Cusiurrci Amount including this Chan c 4 457,289.79 Percentage Increase ibis Champ: Order 0.1165 Mini Percent Increase to Dale 11.51 ,x Contingency Funds Used No Contingency $396. 00 Contingency Balance-$95,789 79 Extension or Time Allowad by this Change - 90 days This change order is hereby incorporated into and becomes ai part of the Contract Dncurrierits, Accepted By Contractor: Accepted By Director Distribution; Contractor 11 A+E u Dateel /or Date: Finance 0 Project F Ie LJ CITP Fomn CO Capital Improvements and Transportation Program 444 SW 2m Ave. grn Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of CONTRACTOR: Cherokee Enterprises. inc. CPR NUMBER.: 16 ADDRESS: 14474 Commerce Way tvliarni Lakes* FL 33016 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Arnanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail. aw©cherokeecerq.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 DI proposed changes, including background, justification and exact location of rnstailalion. Failure to submil sufficient detail may result in the rejectiw al or delay to review of the CPR. Grouted approximately out of service seer and drainage piping system utilizing a concrete pump and capped both ends of the abandoned pipes. FINANCIAL DATA Original Contract Value: $3.965,000.O0 CPR Value: $2,90SL17 Value of Previous Change Orders $489,380,62 Proposed Revised Contract Value. $4,457,2e9-79 IricreaseiDeerease in time to Corripietion: 90,00 (calendar days) Current Completion Date: 9f30121317 Proposed Completion Date: 12/28/2017 By Signirig and submitting this CPR the Contractor certifies that ihn sLipp) rtirtg cosi data Is accurate and, in the opinion of the undersigned, the anted prices and/or limo request are both fair and reasonable. The signatory cerlilies that 9iey ate aulhori ed by the Contractor to execute tits CPR. Name: Amanuel Worku Signature: Title: Vice President, Date of Subrriittai: ''- cI-P Fern CtFH-A Iztev+sed 07d:30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enlerprises, Inc_ CPR NUMBER.: 16 PROJECT NO.: 8-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $2L9G9.17 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City El E/O ❑ Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Narne of Firm: - Tame CITY OF MIAMI Project Manager: 1</-C--IT4 4C-f Name Construction M ger: R85 Name ;ream Leader: , Name Assistant [(rector: ame ITP Director: Steven C. Williamson Name 121 Concur ❑ Rejected Conc Signature Date jected Signature Date oncur ejected ur _ Rejected ignatsu6 ❑ Rejected (la 7//.11( Signature Date CITP Form CPR -A Revised 07/3Dfl5 eitp of la: lami JAN 08 2019 Contract Change Order Project Narn+e: Curtis Park Environmental Remediatian Project No.: R-40610 Contractor. Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 17 Contract Award Date: 4/3/2017 Completion Date: 913017 Revised Completion Date (prior io !has change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12/281 017 The Clnnirii:tor aril the City taintsv agree It1 modify the Contract a5 lei 1nwC. tAILlit i additional page~ as necessary) 'tern No. Description of Change Contract Price Contract Titre I['crease Decrease .trier .r Decrease 1 Aritifical Grass $28,674.67 $0.00 [ , 0 Difference (Nett $28 674,67 4.4- SUMMARY OF CONTRACT AMOUNT Reason fur Change 4 Regulatory Change Original Contract Amount $3,965,000 Cite Requested Cost of Construction Changes Previous! Ordered $49 , 89-79 FI f ign t.rrur Adjusted Contract Amount Print to this Change Order $4,457,2$9.79 Unftirc vrtainfurosecahk Cost ofCcnsiraction Changes in this Change Order $28,674.67 Adjusted Contract Amount Including this Change _ $4,485 964.46 7 Percentage increase Iltis Chimp! Order 0114` Total Percent Increase t.i Daic 12,161 Contingency Funds Used No Conlin me $396,500 Conlin enc Balance-S124,464.41 Extension ot"Time Allowed by this Change - 90 days Ibis change order is hereby incorporated into and becomes a part of the. Contract Documents_ Accepted By Contra tor, Accepted By C f"P Diiccior 0t1 Date: 5 1 14 Date: 2)// /Z Distribiyi'i'on: Contractor L AJE 11 Fnance 11 Project File IJ DTP Farm CO Capital Improvements and Transportation Program 444 SW -d Ave, 811" Floor Miami, Florida 33130 City of IVliani Capital Improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterlonses, Inc. CPR NUMBER.: 17 ADDRESS: 14474 Commerce Wav PROJECT NO.: 8- 0 10 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Parts Environmental Rernediation Project Manager: Amanuel Worku, PE Phone: 305-8 8-3353 Fax No: 305-828-9317 E-mail: awcherokeecprp.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 Metalled description of proposed changes, including background, justification and exact location of installation. Failure io submit stufficenl detail may 'mull Ire Iha rejection ct or dela in review of the CPR. The Curtis Park Bid Set dated August 1, 2016 Eiic uded only a 6,235 square feet (SF) area of Artificial Turf behind the NET Building. The Permit Set dated January 3, 2017, which came after the bid award, included additional 3,659 SF of Artificial Turf on the berm between North River Drive and the Baseball Field The green area on the attachment 5.hows the artificial turf added after the Lid. FINANCIAL DATA Original Cor►lract Value: $R965.0(30.00 CPR Value: 528,674.67 Value of Previous Change Orders $492,2139.7€9 Proposed Revised Contract Value: 54.485,964,46 increase/Decrease in time for Completion: 90.00 (calendar days) Current Completion Dale: 9ff10/2017 Proposed Completion Cate: 12/28/2017 Ely signing and submitting this CPR Ma Contractor certifies that the supporting cost dela ra accurate and, in the opinion col the Undersigned. the stated prices andior time rectum' are both lair and reasonable. The signatory cenities that They are authorized by the Contractor to execute this CPAI. Name: Amanuel Worku Signature: /l Title: Vice President Date of Submittal: CITR Form'CF'R-A Revised $7f30115 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: CherokeeEnterprises, Inc. CPR NUMBER.: 17 PROJECT NO.: B-4061O PROJECT TITLE: Curtis Park Environmental Aemediation CPR VALUE: $28 74.67 City of Miami Review iCONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory Lj City F E/O ❑ Unforeseen ❑ By signing below the signatory has either- concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEEH: Concur ❑ Rejected Name of FirmrVG. Nairn Signature CITY OF MIAMI Project Manager 4tiq 1.3.t1 N arne ortstruction nager: it,,,) Li Ohrliri)/36. Name Team Leader Name Assistant D i r- ctor:. Name CITP Director: Steven C. Williarnson ,] Concur ❑ ejected nature Con ur ❑ ejected Sig - ure cted Si s ature ur ❑ Rejected Signature ❑ Concur ❑ Rejected Date ffq ate Date Clete Name CITP form CRR-A Signature Dale Revised Q113O+15 Citp D iatni J AN 0 B 1019 Contract Change Order Project Name_ Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 18 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (pnorto this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date €IrrcrusfIng thin change): 1 / 8/2017 'flit CimntraLtor and the City hereby agree to modify the Contract as ("hollows: (Attach additional pays as neeess rryi twin No. Description of Change Connor Price Contract "Bole Incrca , Dccrr~au Ines asL Decoase 1 Electrical Manhole +laditications $' 6,588,43 0.00 0 Differtnre.Ii et) $26,588.43 �+i,�r _ ,z. !t'h4t}9ARY OFCONTRACT AMOUNT Reason for Change V Regulatory Change Original Contract Amount $3,965,O00 City Requeswd Cost of Construction Changes Previously Ordered _ $52O 964.46 Design Error Adjusted Contract Amount Prior to this Chsange Order $4,485 964.46 tiiion:Ncin/t/n101ilso allle . Coal of Construction Changes in (his Change Order $26,588.43 Adjusted Contract .4rouni Including this Change - $4,512,552.89. Paicni i ;r.F Increase This Change Order O,5' .4 T+ IaI Pcrccna Increases to Date 12.75% Contin=e.nc Funds Used No Conlin encv b396,5(X) Contingency Balance-$151.,O 2_8 Extension of Time Allowed by this Change - 90 days ThiN change order is hereby incorporated into and becomes u part of itic Contract Documents. Accepted 8 Cum Acce Date: /f ! ~; i P Date; niractor ■ AIE Finance ■ Project Fite Capii i1 Improvements end Transportation Program 444 SW "d Ave. 8th Floor Florida 23130 CITP Form CO City of Miami Capital Improvements and Transportation Program Change Proposal Request Part A Page of CONTRACTOR: Cherokee Enterprises, lnc. CPR NUMBER.: 18 ADDRESS: 14474 Commerce Way PROJECT NO.: B-40610 Miami Lakes, FL 33016 PROJECT TITLE: Curtis Park Environmental Rernediation Project Manager: Amanuel Worku. PE Phone: 305-828-3353 Fax No: 305-8 8-9317 E-mail: amit cherokeecoro.rom This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase decrease the time for performance or the value at the Contract DETAILED BASIS/SCOPE FOR CPR Meese add a detailed description of proposed changes, including background, jusaiii ..iLu n and exact Location pi installation. Failure la submit sufficient detail may result in tfae rejection of or delay In review al the CPR_ Due to the condition of the existing pulltroxes and underground transite conduits connecting to the ML 5CO Lighting, C[l had to adjust the structure heights with precast extensions to meet the new grades. This was performed to prevent damage to theexisting lighting system and disruption to the asbestos piping. In addition. several existing concrete pullboxes around the park were cracked and fell apart during excavation. CEl had to replace the pullboxes as this +gas a Safety coriditipn. FINANCIAL DATA Original C-ontract Value: $ ,965,0 i0.00 CPR Value: $2 ,58B.42 Value of Previous Change Orders $520.964,45 Proposed Revised Contract Value: $4,512552.89 Increase/Decrease in lime for Completion 90.00 (calendar days) Current Completion Dale: 91Wf2017 Proposed Completion Date: 12/28f2017 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 reasdnablr_ The signatory certifies that they are authorized by the Contractor to auecute this CPR, Name: Amanuel Worku Signature: Title: Vice President Date of Submittal: rr j`r,�1fr� C1tl P❑rm CPR -A inael o7P. Cr11 E' Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: le PROJECT NO.: B-4061O PROJECT TITLE: Curtis Park Environnienta! Remedialien CPR VALUE: $26,5138.43 City of Miami Review [CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory 0 City E/O Unforeseen NI by signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: Name of Firm: Name CITY OF MIAf1I Project Manager: q-i •i ii Marne Construction IV ager: ,LAJRP15 Name Tearrr Leader: LL Name 4C. 7 P triirector: Williamson Name Concur ❑ Rejected zofe Date Dale 0/Diaz dif C TP Form CPR•A Revised Cl7/30/ JAN 06 7019 COof Miami Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor:Cherokee Enterprises, Inc. 14474Commerce Way Miami Lakes, FL 33016 Change Order INo,: 19 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date Ipnor to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this changey 12)28/2017 The Contractor rind tlir: City hereby agree io timidity the Contract :Gs follows.. (Attach addiiitii}rtl pagan as necessary). !tern No. Description n pf Chang - - Contract PrixC'cantracci Tmc Increase Decrease J elreas.g Decrease 1 Additional Fence Rental Period - $2,144,76 _$0.00 7 . 0 Difference (Net) $2,144.76 .1 ,. SUMMARY or CONTRACT AMt U T Reason for Change IQ ICegulatoi y Change Original Contract Amount $3,965,000 City ReyucsiecJ C Cot of Construction Changes Previously Ordered $547,552. i l Dc..sign Error Adjusted Contract Amount Prior to this Change Order $4,512,552.89 Unforr.s4:cti}Llnfores dahte X Copt of Construction Charges in this Change Order $2.144.76 Adjusted Contract Amount including this Change 0,09% $4r514,697,65 Percentage Increase ibis Cheat ,c Outlet Toad Percent Increase to Date 12.8.1% Contingency Funds Used No Cutttingcney S 96,50i} Con imgcrtcY Balance-$I53,197,65 Extension of Tits e Allowed b this Chan l e - 90 dot s This change order is hereby incorporated into and becomes a part of the Contract Docuiu tii' . tr Date: Accepted By Coturn tor: Accepted EJ TP I)irector ILi■ Distribution: Contractor Q Data':1/11: A/E E Finance II —Project File 111� CITP Form CO Capital Irnprovements and Transportation Program 444 SW 2"cl Ave, Rah Floor ii ,6fi Miami. Florida 33130 ,' City of Miami Capital improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprisesr Inc, ADDRESS: 14474 Commerce Way Miami Lakes. FL 33016 CPR NUMBER.: 19 PROJECT NO.: B-406t0 PROJECT TITLE: Curtis Park Environmental Remediation Project Manager: AmanueJ VVorku. PE Phone' 305-828-3353 Fax No: 305-828-9317 E-mail: awt cherakeecorp_com Tliis Change Proposal Request {CPR) is submitted requesting a Change Order to the Contract to increase/decrease th•e time for performance or the value of the Contract DETAILED BASIS/SCOPE .FOR CPR Please add a detailed description of proposer) changes. irictuding background, lusiliication and exact location of installation_ Failure to subtrril sufficient detail may result in the rejection of Or delay in review of the CPR. CEI kept the rental fence for additional period to accorrtimodate the modiftcatiari of the existing fencing system to address additional directives received by the COM park personnel. FINANCIAL DATA Original Convect Value: $.3,965,000.00 CPR Value; 2.144.76 Value of Prevdous Change Orders $547,552.59 Proposed Revised Contract Value: ' 4,514,697.65 Increase/Decrease in time for Completion: 90.00 (calendar days} Current Completion Date: 9/3.0/2017 Proposed Completion Dale: 12128/2017 By signing and submitting bails CPR the Conlractot certifies that the supporting coat deli is accurate arid. In the opinion of lti+ undersigned, the stalest pncer andfcr IirrGe request are bolti fair and rea�nnat Ie_ The signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Arnanuel Worku Signature; Title: Vice President Date cif Submittal: +r t - At CITP Form CPFt-A RGiesed ROW +ifi Chance Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 19 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $2,144,76 City of Miami Review {CONTRACTOR DID NOT COMPLETES Reason for Change: Regulatory ❑ City EIO ❑ Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ❑ Concur ❑ Rejected Name of Firm: Name Signature CITY OF MIAMI Project Manager: Name Construction Macager: IL\FL Name Name Assistant Iwirectar: Name 'rector: Steven C. Williamson Name Date -UT CITP Form CPR -A Rowsed 07 30115 .IAN 2O? Q1 it i of i+: term Contract Change Order Project Name: Curtis Park Environmental Rernediation Project No.: B-40e 10 Contractor: Cherokee Enterprises, Inc, 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.. 20 Contract Award Date: 4i31 017 Completion Date: 9/30/2017 Revised Completion Date (prior to 1hI change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change); 1 /28/ 017 lite Collin I°r and die City hereby ,agroe to modify the Contract u5 Ji ltows: j Allu.h addikiorr i1agcs, as necessary) ]ten] No- De riptionofChange Contract Price C1111111143 Tme Increase Decrease Increase t5f.0 Decrease , 1 Additional Bond Cost $2.238.45 $0.00 Difference iNet d $2. 38.45 if ,' , SUMMARY OF CONTRACT AMOUNT Reason far Change Regulatory Change Orr irnc!CUrilractArtror#rrl $3,965,000 City Requested Cost of Comiruction Chin ,es Previously Ordered $549.697.65 Design. Error Ad'usted Contract Amount Prior to this Chan a Order $4,514,697.65 Unforeseen/Unforeseeable Cost of Construction t hanees in this Change Order $2,238.45 4,516,936.10 A4insted Contract Amount Including this Change Perceniage Intro is this amigo (Order 0.055 Total Percent lncrcaae to Dim.. I2.8 % Contingency Funds Used No _ Contingency 4396,500 Contingency Balance-$155,43 a_ l0 Extension of Time Allowed by this Change - 90 days s change order is hereby incorpr3rated inio and becomes a parr of the Contract Documents.. Accepted ]3y Coln or; ,/ Aec pied 5 Di ec for Distrib ri ; Contractor 0 NE11 Date:if / 1- I i Datel Finance 0 CITE' Form CO CapitaJ Improvements and Transportation Program 444 SW 2r`l Ave, 8'" Floor Miami. Florida 33130 yry5' 'Pp City of Miami Capital improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: 20 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 05-B2S-3353 Fax No: 305-828-9317 E-mail: awdlcherokeeaorp.cam This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to lncreaseldecrease the time tor 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 reir#Ct.ion of or delay in review of the CRR. Rue to Increase contract amount, CEI incurred additional bond cost_ FINANCIAL DATA Original Contract Value: $3,9 5,0Oii.00 CPFI Value: $2,238,45 Value or Previous Change Orders $549,697.65 Proposed Revised Conr1raet Value: $4,6_16,936,10 increase/Decrease in time for Completion: 90.00 catendar days) Current Completion Date; 9/30/2017 Propc ed Completion Date: 12/2812017 ay signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate artid, Ire the opinion of the undersigned, the slated prices and/or time request are bMil lair and reasonable. The signeloiy c8rtrtres that they are authorized by the Contractor to execute this CPR. Name: _Amanuel Worku Signature: Title: Vice President Date of Submittal: CiTP Form CPR -A ReMt l O7/3W1 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: che3okee Enterprises, Inc, CPR NUMBER.: 20 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Rernediariort CPR VALUE: $2,238:45 City of Miami Review ',CONTRACTOR DO rIDT COMPLETE-] Reason for Change: Regulatory L City Q EIO ❑ Unforeseen By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ❑ Concur ❑ Rejected Name of Firm: Name CITY OF IMIIAMI Signature Date Project Manager; El Concur dad Nam: ignaiure C nstruction Ma alter. Con i ur Lj ; `ejected t\EL5o/IC_Vi\dr?ft5 Namo eam Leader: t .. L. L E'S . Name Assistant D'tector: Name P,D. Steven C. Williamson Name 5494,- Si nalure X/'0i v t C r ❑ Rejected 0 1 0 Dale ate 2.(7 Dale Signa[Lire Dale CITP Form CPR -A >Reuisea O7f3fL 1 5 Citp of lam' JAN 82019 JAN 2 31019 Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 21 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior to thie change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12/28/2017 The Contr letor and the Lily hereby agree to modify y the Contract n!r rollows: (Aliaech additional pages as nt"eemaary) Item N,,, i escriptitan tar `I�tin a utytrtr � riec C'tmIr t fmc Iiw ca, Dccrcttse la1L-ac: astir Dct rC »t 1 B seball Field fUlodifitsatrctn 24,804,t} D.00 1 Difference iNet) $24,804 J9 SUMMARY OF CONTRACT AMOUf tT Reason for Change Ri. ulatt,ry+ Change Ort wat Contract Asnoustr $3,9655,000 city Requested Cost of Construction Changes Previously Ordered $351,936.10 Design En•nr Adjusted Contact Amount prior to this Change Order 1,516,936.10 ' titirrinrseerifUnicircsccable Cos of Construction Changes in this Chan e Order $24 804.09 Adjusted Contract .moment Including g this Change $4.541.740.1 V Percentage Increase this Change Order 0.55 Total Pereeni Increase to Date 13.44% Contingency Funds Used No Contingency $396,500 ContirLewncy Balance -$18 .240.19 E Tension of Time Allowed by this Change _ 90 Ala s This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor Accepted By C, P Director Date: .1/ /Pr rt Date Distribt on: Contractor j AEI= Ei Finance [ Protect File E] CITP Form GO Capital improvements and Transportation Program 444 SW 204 Ave, 8 h Floor Miami. Florida 33130 City of Miami Capital improvements and Transportation Program Change Proposal Request Part A Page 1 of 2 CONTRACTOR: Cherokee Enterprises, lnc_ ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: PROJECT Na: PROJECT TITLE: 21 8-40610 Curtis Park Environmental Rernediatiot Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 3 0 5-8 8 -9317 Email: aw cherokeecorp.com This Change Proposer Request (CPR) is submitted requesting a Change Order to the Contract to Increase/decrease the time tor 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 rasrrlt In the rejection of or delay in review' Qf the CPR. ▪ Remove the uppermost four arid one-half (4,5) inches of clay from the warning track. Parks Department will determine the use of the removed clay. • Regrade the warning track to meet proposed elevations as noted in the Warning Track Alternative prepared by SC5 dated July 18, 2018, ■ Install 4.5 inches of tap soil in the designed warning track areas. ▪ Install 5t, Augustine sod over the new top soil. + Install proposed stricture 5-6E 12" drain basin and connect to existing structure S-6A with a 5D linear feet of 18" pipe. For structure information" refer to Warning Track Alternative prepared by SCS dated July 18, 2018. ▪ Cleanup the existing catch basin and drain pipes around the baseball field. FINANCIAL DATA Original Contract Value: $3,965,000,00 CPR Value: $24,80409 Value of Previous Change Orders $551,938.10 Proposed Revised Contract Value: 4,541,740.1.9 Increase/Decrease in time for Completion: 90.00 (calendar days) Current Completion Dale: 9130/2017 Proposed Completion Date: 102E O17 13y .igrting and submitting this CPR the Contractor certifies that the supporting cosi data is accurate and, in the opinion lot the underrrgnet , the staled prices andior time request are both tair and reasonable. Thu signatory carlitles that they are authorlxeu by the Contractor to execute this CPR. Name: Arnanuel Worku Signature: Title: Vice President Date of Submiittal: CiTP Form CPR -A RsvrSad 071301d g Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER: 21 PROJECT NO.: R-40610 PROJECT TITLE: Curtis Park Environmental Rerne station CPR VALUE: $24,804.09 City of Miami Review CONTRACTOR DO NOT COMPLETE.} Reason for Change: Regulatory El City ❑ Eio,K Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ] Concur ❑ Rejected Name of Firm: s' ` ._N1," C (N)--s)C1 ame CITY OF MIAMI Project Manager: nstruchon M alter1.10 EL5ON Name Team Leader: C. Ate, Narne C P iDirector: IOC Steven C. 'Williamson Name ( 3 ho0 Signature Dale `Concur ❑ 'eje led 3turr~ Concur r ❑ Re' -cted El Rejected Signature Co 1 Rejected Signature V)4/1 Date Dale Date t. Date CITP Farm CPR -A Revised 07J30/15 eitp of ftlianti Contract Change Order Project Name: Curtis Park Environmental Remediation Project No.: B-40610 Contractor: Cherokee Enterprises, Inc. 14474 Commerce Way Miami Lakes, FL 33016 Change Order No.: 22 Contract Award Date: 4/3/2017 Completion Date: 9/30/2017 Revised Completion Date (prior to this change): N/A Extension(s) of Time Previously Approved: 0 days Revised Completion Date (including this change): 12/28/2017 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 Tme Increase Decrease Increase Decrease 1 Excess Unsuitable Soil $47,500.00 $0.00 90 0 In November 2018, Change Order #22 was in dispute between the City and the Contractor. After lengthly and follow up meetings, the negotiations ended in June 2020 with a final settlement amount that was reduced from $132,388.88 to $47,500.00. Difference (Net) $47,500.00 90 SUMMARY OF CONTRACT AMOUNT 1 Reason for Change Regulatory Change Original Contract Amount $3,965,000 City Requested Cost of Construction Changes Previously Ordered $576,740.19 Design Error Adjusted Contract Amount Prior to this Change Order $4,541,740.19 Unforeseen/Unforeseeable X Cost of Construction Changes in this Change Order $47,500.00 Adjusted Contract Amount Including this Change $4,589,240.19 Percentage Increase this Change Order 1.05% Total Percent Increase to Date 14.49% Contingency Funds Used No Contingency $396,500 Contingency Balance -$366,079.07 Extension of Time Allowed by this Change - 90 days This change order is hereby incorporated into and becomes a part of the Contract Documents. Accepted By Contractor: Accepted by OCI Director Date: Date: Distribution: Contractor II A/E II Finance II Project File II CITP Form CO Capital Improvements and Transportation Program 444 SW 2nd Ave, 8th Floor Miami, Florida 33130 City of Miami Capital Improvements and Transportation Program Change Proposal Request Part i)oge1 f'2 CONTRACTOR: Cherokee Enterprises, Inc. ADDRESS: 14474 Commerce Way Miami Lakes, FL 33016 CPR NUMBER.: 22 PROJECT NO.: PROJECT TITLE: B-40610 Curtis Park Environmental Remediation Project Manager: Amanuel Worku, PE Phone: 305-828-3353 Fax No: 305-828-9317 E-mail: aw@cherokeecorp.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. Based on the approved and permitted set of plan, the excess soil to be hauled away for disposal was provided at 234 cubic Yards (CY), which is 327.60 tons (234 CY x 1.4). As part of the remediation of the Curtis Park project, CEI excavated and hauled away a total of 2,526.58 tons of excess unsuitable and contaminated soil for disposal at Waste Management's Landfill. As a result, CEI is requesting a change order for the extra soil of 2,198.98 tons (i.e., 2,526.58 tons — 327.60 tons) and associated clean fill soil. The quantities of additional soils came from the following locations: A note on Sheet C-4.1 specifically indicates that cut and fill calculations are for ash removal only which is clearly shaded on the plans. No concession is made for the material to be removed for the installation of drainage or any other underground utility. The excavated material was removed in its entirety to install new pipe and completely backfilled with imported clean sand (as per approved plan). We have attached a spreadsheet to justify the volume claimed above that was generated during installation of drainage system. At the end, these additional volume of excavated unsuitable material could not be re -used onsite since it was excess material to be re -sued onsite and as such it was hauled away and disposed off -site. FINANCIAL DATA Original Contract Value: $3,965,000.00 CPR Value: $47,500.00 ve Value of Previous Change Orders $576,740.19 Proposed Revised Contract Value: $4,589,240.19 Increase/Decrease in time for Completion: 90.00 (calendar days) Current Completion Date: 9/30/2017 Proposed Completion Date: 12/28/2017 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 signatory certifies that they are authorized by the Contractor to execute this CPR. Name: Amanuel Worku Signature: Title: Vice President Date of Submittal: / CITP Form CPR -A Revised 07/30/15 Change Proposal Request Part A Page 2 of 2 CONTRACTOR: Cherokee Enterprises, Inc. CPR NUMBER.: 22 PROJECT NO.: B-40610 PROJECT TITLE: Curtis Park Environmental Remediation CPR VALUE: $47.500.00 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City ❑ E/O ❑ Unforeseen ❑ By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: ARCHITECT/ENGINEER: ❑ Concur j_j Rejected Name of Firm: Name CITY OF MIAMI Project Manager: Keith Ng, CFM Name Construction Manager: Nelson Cuadras Name [X7 Concur Signature Date Rejected 8/4/2020 Signature Date ❑X Conc.\r / ❑ Rejected , '"Y for 8/4/2020 Signature Date Team Leader: ❑ Concur d Rejected Name Assistant Director: Jorge L. Mora Name CITP Director: Hector Badia Narne Signature Date Rejected ignature Date 8/4/2020 Q Concur ❑ Rejected 8/42020 Date CITP Form CPR -A Revised 07/30/15 CONTRACTOR: Cherokee Enterprises, Inc. City of Miami Capital Improvements Program CONTRACTOR CHANGE PROPOSAL REQUEST Part B Sheet 1 of A. ITEM NO. " B. ITEM DESCRIPTION C. QTY D. UNIT E. LABOR F. MATERIAL (Including Equipment) G. UNIT PRICE # I (E-1 + F,1) TOTAL LINE ITEM PRICE (E2 (E2+ F.2) 1. 2. Total Unit Cost (E1 X C) 1- Unit Cost 2. Total (F.1 X C) Excess unsuitable material 1 LS $ 47,500.00 $ 47,500.00 $ S 47,500.00 S 47,500.00 S - $ - I$ - S S $ S S �,�'/ $ $ S - S $ $ - S - S $ .. $ $ S S $ - S - S $ $ - $ S $ $ - $ - S - $ $ - $ - S - $ $ - $ S - $ S - $ - S $ $ - $ - S - $ S - $ S $ $ - $ - $ $ S - $ - $ $ $ - $ - S $ $ $ - $ - $ S - $ - $ $ $ _ '$ $ $ $ - $ - $ Overhead NOTES: Overhead 1. * Identify aII items to be subcontracted with an * Profit 2. # Designate all unit prices that are listed in contract Profit % (self perform) perform) -perform) perform) % (subcontract % (self % (subcontract [ •Detailed back-up documentation may be requested to support stated costs Prepared By: Amanuel Worku, PE Title: CEI - Vice President Signature TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: $ 47,500.00 L CJPP Farm CPR-B Revised 03±31.1 1