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