HomeMy WebLinkAboutRolfe Construction - 2014 Agreement - Change Order No. 08Up of OfCrop
Public Works Department - Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846 -0451; Fax (408) 846 -0429
CHANGE ORDER NO. 8
To contract for: Gilroy- Morgan Hill Joint Trunk Sewer Main City Project No.: 14 -PW -208
Contractor: Rolfe Construction, Inc. Contract Date: August, 2014
This order shall become effective when it has been signed by the City Administrator, City Engineer, Project Engineer, and
Contractor. All copies forwarded to Contractor for signature shall be returned to the City of Gilroy properly filled out. Upon
acceptance by the City, the Contractor's copy will be returned to him as his authority to proceed with the work.
Description of Work
Extra Work at Agreed Upon Lump Sum Compenstation Price: This CCO is warranted due to additonal work caused by
delay to the critical path schedule and ongoing work in regards to the controlling operation of work. (The impact to the
controlling operation which caused the delay, and ultiamtely temporary suspension between March through May 2015). This
CCO therefor provides for additional work related the construction of a tempiorary 24" sewer bypass that was not provided for
on the contract documents due to conflcit with the existing pipeline and bore pit / auger machine inclsuive of labor and
provision of a temporary bypass system at Hwy 152 crossing due to alignment conflict within the jacking pit. This additional
item of work was necessary per the Project Manager and Resident Engineer's in effort to remove and replace the sewer force
main crossing at Hwy 152. (See attached Rolfe DEWRs, RFI No. 8 and total cost estimate for all additional costing
information).
All requirements of the original Contract Documents shall apply to the above work except as specifically modified by this
Change Order. The contract time shall not extend unless expressly provided for in this Change Order.
By signing this Change Order, Contractor acknowledges and agrees that the adjustments to cost and time contained herein
are in full satisfaction and accord, and are accepted as payment in full, for any and all costs and expenses associated with
this Change Order, (the "Extra Work "), including but not limited to labor, materials, overhead and profit, delay, disruption, loss
of efficiency and any and all other direct and/or indirect costs or expenses associated with the Extra Work and hereby waives
any right to claim any further cost and time impacts at any time during and after completion of the Contract associated with
the Extra Work.
Change in working time granted by this change order:
► All Extra Work authorized under this Change Order
must be billed separately from the original contract. All
bills for work done under this Change Order shall
reference this Change Order No. 8.
I (We) agree to make the above change subject to !biiie
terms of this Change Order r a N C t
to exceed $22,641.00.
CONTRACTOR
By: Rolfe Construction, Inc.
RECOMMENDED BY:
ACCEPTED BY:
2 Working Days
Cost
Percentage Initial
Contingency Amount
815,095.00
91% used
Original Contract Price
$3,423,467.00
Previous Change Orders
$715,249.82
20.89% of bid
Total to Date
$4,138,716.82
This Change Order
$22,641.00
Total Change Orders to Date
$737,890.82
21.55% of bid
Revised Contract Price $4,161,357.82
Date:
3/16/2016 (rev)
Date
"Project En&erer /Project Manager Date
AfiJ4"4-1_ 61171146
J�Vr City Engineer Date
M _ r-1 A A _/' _ % _
City Administrator
Date