Loading...
R-2020-0305 - 10/22/2020 RESOLUTION NO. R-2020-0305 WHEREAS, the City of Round Rock has previously entered into a contract ("Contract") with Smith Contracting Co., Inc. for the McNeil Road Extension Phase 2 Project, and WHEREAS, the Council has determined that it is necessary to make adjustments/changes to the quantity of work to be performed or materials, equipment, or supplies to be provided, and WHEREAS, it has been determined that it is necessary to adjust/change the quantities in said Contract in accordance with the attached Quantity Adjustment/Change Order No. 3,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City, Quantity Adjustment/Change Order No. 3 to the Contract with Smith Contracting Co., Inc. for the McNeil Road Extension Phase 2 Project, a copy of said quantity adjustment/change order being attached hereto as Exhibit"A"and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 22nd day of October, 2020. 0Z CRAIG RGA ayor City of R and Rokk,Texas ATTEST: MEAGAN 61yINKSfDeputy City Clerk 0112.20202;00457118 EXHIBIT Page I of a Contract Quantity Adjustment/Change Order RdtNO NOfX t•.:. - rev,03136 Department: TRANSPORTATION Project Name: McNeil Phase 2 Date: 9/16/20 City Project Change Order/Quantity ID Number Adjustment No. 3 Vendor SMITH CONTRACTING CO.INC. 15308 GINGER ST AUSTIN TX 78728 512-990-7640 Company Name Address Phone No. Justification Level up of final project quantities. SUMMARY Amount %Change Original Contract Price: $3,019,974.93 Previous Quantity Adjustment(s): $28,009.01 This Quantity Adjustment: -$408,454.01 Total Quantity Adjustment(s): -$380,445.00 Total Contract Price with Quantity Adjustment(s): 1 $2,639,529.93 Previous Change Order(s): $55,445.45 2% This Change Order: -$1,519.37 0% Total Change Order(s)To Date: $53,926.08 2% Adjusted Contract Price [Original Contract Price Plus Quantity Adjustment(s)Plus Change Order(s)]: $2,693,456.01 Difference between Original and Adjusted Contract Prices: -$326,518.92 Original Contract Time: 255 Time Adjustment by previous Quan.Adj./Change Order: 0 Time Adjustment by this Quan.Adj./Change Order: 0 New Contract Time: 255 Submitted for Approval Prepared 8y: ' Christopher R. Lopez,Project Manager,Smith Contracting 9/18/20 Signature Printed Name,Title,Company Date Approvals Contractor: Christopher R.Lopez Project Manager,Smith Contracting 9/18/20 Signature Printed Name,Title,Company Date City Project Manager: t — Bill Stablein,Project Manager --/Q-20 Signature Printed Name,Title Date Mayor/City Manager Signature Printed Name,Title Date Page 2 of d Contract Quantity Adjustment/Change Order �UNU WIC .GL16 Project Name: McNeil Phase 2 Quan.Adj.)Change Order No.: 3 Change Order Data Contract Time Item# Item Description Unit Adjustment p Qty. Unit Price Amount (Days) CO# 3-1 ADA Signs LS j 1 $177.43 $177.43 CO# 3-2 Survey Points LS 1 $1,333.20 $1,333.20 CO#1-4 FABRIC UNDERSEAL AROUND MANHOLES SY -202 $15.00 -$3,030.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS: - 1,51 . Page 3 of 4 Contract Quantity Adjustment/Change Order ev,01!16 Project Name: McNeil Phase 2 Quan.Adj./Change Order No.: 3 Quantity Adjustment Data Contract Time Adjustment Bid Item# Item Description Unit Qty. Unit Price Amount (Days) 3 REMOVING CONC(DRIVEWAYS) SY 1 9.6 $23.00 $220.80 4 REMOVING CONC(CURB AND GUTTER) LF 34.5 $8.00 $276.00 FL BS(CMP IN PLC)(TY A GR 5)(FNAL 15 POS) CY 196 $39.00 $7,644.00 18 LIME TRT(EXST MATL)(8") SY -431 $5.50 -$2,370.50 19 PRIME COAT(MC-30 OR AE-P) GAL -552 $5.00 -$2,760.00 20 ASPH(MULTI OPTION) GAL -575 $4.25 -$2,443.75 21 AGGRM-D GR-5 SAC-B) CY -11 $290.00 -$3,190.00 22 D-GR HMA(SQ)TY-13 PG64-22 TON 19.63 $92.00 $1,805.96 23 D-GR HMA(SQ)TY-C PG70-22 TON 350 $103.00 $36,050.00 24 D-GR HMA(SQ)TY-D PG70-22 TON 4.32 $105.00 $453.60 36 CONC BOX CULV(6 FT X 3 FT) LF 2 $377.00 $754.00 39 RC PIPE(CL III)(24 IN) LF 114 $66.00 $7,524.00 41 RC PIPE(CL III)(42 IN) LF -40.57 $145.00 -$5,882.65 42 RC PIPE(CL III)(48 IN) LF -151.04 $164.00 -$24,770.56 43 JCTBOX(COMPL)(PJB)(5FTX5FT) EA -5 $4,100.00 -$20,500.00 47 HEADWALL(CH-PW-0)(DIA=42 IN) EA -2 $7,500.00 -$15,000.00 48 HEADWALL(CH-PW-0) (DIA=48 IN) EA -2 $9,500.00 -$19,000.00 JACK BOR OR TUN PIPE(42 IN)(STL 52 CASING LF -85 $950.00 -$80,750.00 JACK BOR OR TUN PIPE(48 IN)(STL 53 CASING LF -170 $1,075.00 -$182,750.00 58 TEMP SEDMT CONT FENCE(INSTALL) LF -9295 $2.00 -$18,590.00 59 TEMP SEDMT CONT FENCE(REMOVE) LF -9295 $0.40 -$3,718.00 BIODEG EROSN CONT LOGS(INSTL) 60 (12") LF -7790 $4.00 -$31,160.00 61 BIODEG EROSN CONT LOGS(REMOVE) LF -7790 $0.30 -$2,337.00 62 CONC CURB&GUTTER(TY II) LF 51 $13.50 $688.50 63 DRIVEWAYS(CONC) SY 250.49 $64.00 $16,031.36 64 CONC SIDEWALKS(4") SY 20 $48.00 $960.00 RELOCATE SM RD SN SUP&AM TY 70 1OBWG EA 1 $500.00 $500.00 74 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF -56 $2.65 -$148.40 Page 4 of 4 Contract Quantity Adjustment/Change Order ','aouno�otx REFL PAY MRK TY I 75 (W)12"(SLD)(100MIL) LF -72 $5.25 -$378.00 REFL PAV MRK TY I 76 (W)24"(SLD)(100MIL) LF -55 $11.00 -$605.00 80 REFL PAV MRK TY II (W) 12"(SLD) LF -75 $4.25 -$318.75 RE PM W/RET REQ TY I 81 (W)4"(SLD)(100MIL) LF 103 $3.50 $360.50 RE PM W/RET REQ TY I 82 (Y)4"(BRK)(100MIL) LF -60 $1.30 -$78.00 RE PM W/RET REQ TY I 83 (Y)4"(SLD)(100MIL) LF -391 $0.92 -$359.72 84 REFL PAV MRKR TY II-A-A EA 15 $20.00 $300.00 85 TRAFFIC BUTTON TY I-C EA 3 $20.00 $60.00 89 GEOGRID BASE REINFORCEMENT(TY II) SY 962 $2.00 $1,924.00 PIPE,6" DIA., RESTRAINED JOINT, PVC DR 14 C900, (ALL DEPTHS)INCLUDING 97 EXCAVATION AND BACKFILL LF -97 $40.00 -$3,880.00 PIPE, 12" DIA., RESTRAINED JOINT,PVC DR 14 C900, (ALL DEPTHS)INCLUDING 99 EXCAVATION AND BACKFILL LF 33 $66.00 $2,178.00 PIPE, 12" DIA.,RESTRAINED JOINT, CLASS 350 DUCTILE IRON, (ALL DEPTHS) 100 INCLUDING EXCAVATION AND BACKFILL LF -33 $87.00 -$2,871.00 PIPE,8" DIA., PVC ASTM D3034 SDR-26, (ALL DEPTHS)INCLUDING EXCAVATION 102 AND BACKFILL LF -94.3 $58.00 -$5,469.40 117 REMOVAL AND DISPOSAL OF ASBESTOS LF -1008 $23.00 -$23,184.00 $0.00 $0.00 -$408,454.01 0 COP#18-HC Plaque MEMO EXCAVATING•PAVING-CONCRETE•UPLmES PROJECT: McNeil Phase 2 DATE: 7:308020 Additional Days Requested: a DESCRIPTION: This is a proposal for addrig two ue%to prevously mstalled ADA s ns.Pnce for work is$177.43 ger LABOR: Quanbtv Hours Rate Total Project Management $50.00 50.00 Suoenntendenl $40.OD 50.00 ForemamiLayout Coordinator 1 0.5 535.00 517,50 Operator 1 522.40 50.00 Ope,rator2 $18.00 $0.00 Pqm LayerConcrWa,F�nlsher $20.00 $0.00 Laborer 1 1 $17.00 $17.00 Fla ars 516.00 50.00 Oriver 1 $20.00 50.00 Driver 2 1 1 518.00 518.00 Foreman/La oul/Coortlnalor OT $52.50 $0.00 Operator 1 OT $33.00 $0.00 Operator 2 OT $27.00 $0.00 Pipe La enConcrets Finisher OT $30.00 50.00 Laborer OT $25.50 SO.OD Flaggers OT 524.00 SOW Dnver 1 OT 530.00 50.00 Dnver 2 OT I 527.00 $0.00 TOTAL LABOR SUBTOTAL $52.50 MATERIALS: Quarruly unit Price Extended Pnce Fine d To-mng Plaoues 2 EA $26.48 $52.92 $000 $0.00 $000 S000 $000 $0.00 MATERIALS SUBTOTAL $52..92 SUBCONTRACTORS: Quanbty Unit Pnce Extended Pnce $0.00 $000 50.00 S000 so oD S000 $000 $000 $000 SUBCONTRACTORS SUBTOTAL 50..00 UNIT PRICING: Quantity Unit Price Extended Pnce So.n, 50.00 NOT- So.()() $0.00 $0.00 BID PRICING SUBTOTAL $0.00 EQUIPMENT: Quantity Unit Price Extended Pnce Truck 1 HR $14.31 $14.31 SO.00 $0.00 $0.00 $0.00 S0,00 WOO $0.00 EQUIPMENT SUBTOTAL $1431 LABOR SUBTOTAL $5250 LABOR BURDEN 55% $2888 LABOR PROFIT 6 OVERHEAD 25% S1313 MATERIALS SUBTOTAL $5292 MATERIALS PROFIT AND OVERHEAD 25% $13.23 SUBCONTRACTORSSUSTOTAL S000 SUBCONTRACTORS PROFIT AND OVERHEAD 10% $000 BID PRICING SUBTOTAL $0.00 EQUIPMENT $1431 EQUIPMENT MARKUP 5% $072 SUBTOTAL $175.68 BONDING COST 1% 51.78 TOTAL $177.43 .,........ .-..„.._.... .� .. _ _.......�,...�.�.._--. .... 15308 GINGER STREET = AUSTIN Tx 70720 15121 990 7640 Fax t512t 4907855 COP•17-8enchmarks �YWYYtYf� EXCAVATING.RIVING x CONCRETE+UTILITIES PROJECT: McNeil Phase 2 DATE: 99/2020 Additional Days Requested: 0 DESCRIPTION: Ths m a proposal for adding two benchmark locations along new McNe6 road.Pdce for work Is$1,333.70 par LS. LABOR: Quantity Hours Rate Total Project Management 550.00 50.00 Superintendent 54000 $0.00 ForemardLa out Coordinator $35.00 50.00 Operator 1 $22.00 $0.00 Operator 2 518.00 50.00 Pip*La eGConcrete Finisher $2000 SO.W Laborer $17,00 50.00 Fla ars $18.00 $0.00 Onver 1 $20.00 SOHO Driver2 $18.00 5000 ForemarvLayoutlCoordinalof OT 552.50 S000 Operator 1 OT 533.00 50.00 Operator 2 OT $27.00 $0.00 Pipe Layer/Concrete Finisher OT $30.00 50,00 Laborer OT $25.50 50.00 Flaggers OT $24.00 50.00 Driver 1 OT 530.00 50.00 bnver 2 07 1 $27.00 1 $0.00 TOTAL LABOR SUBTOTAL $000 MATERIALS: auantty Unit Price Extended Pnca $000 SO 40 50.00 SO.W 50.00 3000 $0.00 MATERIALS SUBTOTAL $OW SUBCONTRACTORS: Quantity Unit Pnce Extended Price Eagle Eye Surveyors ISet two CORR SM Pins i LS $1,200.00 $1.200.00 $0.00 $000 Saco SO.W SO 5r- $000 $0.00 50 W SUBCONTRACTORS SUBTOTAL $1,20000 UNIT PRICING: Quantity Unit Price Extended Pnce $0.00 So.W 50.W 50.W S0.00 SO.00 BID PRICING SUBTOTAL SO.W EQUIPMENT: Quantity Unit Price Extended Pnce $0.00 so.ao SO.W 50.00 SO.W 50.00 $0.00 50.00 EQUIPM ENT SUBTOTAL $0.00 LABOR SUBTOTAL SO.66 LABOR BURDEN 55% $0.00 LABOR PROFIT 6 OVERHEAD 25% 50.00 MATERIALS SUBTOTAL $000 MATERIALS PROFIT AND OVERHEAD 25% $0.00 SUBCONTRACTORS SUBTOTAL S1 200 00 SUBCONTRACTORS PROFIT AND OVERHEAD 10% 5120.00 BIO PRICING SUBTOTAL $000 EQUIPMENT $0.00 EQUIPMENT MARKUP 5% S000 SUBTOTAL $1,320.00 BONDING COST 1% $1320 TOTAL 51133.20 ....,..._.�..._........... .. .....�........ ......... ........... ._._._._.�............_,_,......W_... 153D8 GINOEft STREET AUSTIN TX 78728 4S12) 990-7640 Fax 0121 990.7855