Contract - Smith Contracting - 10/22/2020 (2) Page 1 of 4
ROUND ROCK 1lx4b Contract Quantity Adjustment/Change Order
rev,01/16
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 q- I
Total Quantity Adjustment(s): -$380,445.00:
Total Contract Price with Quantity Adjustment(s): $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 By: � � ,�p�� 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: Bill Stablein, Project Manager —l -20
Sign at re Printed Name,Title Date
Mayor/City
Manager v1�1� M �I1� MDt '!if/�EJ
Signature Printed—flame,Titlev Date
'K-2v D'D?0',-
Page 2 of 4
Contract Quantity Adjustment/Change Order
Project Name: McNeil Phase 2
Quan. Adj./Change Order No.: 3
Change Order Data
Contract
Time
Adjustment
Item # Item Description Unit Qty. Unit Price Amount (Days)
CO# 3-1 ADA Signs LS 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: -$1,519.37 0
Page 3 of 4
/ CK I Contract Quantity Adjustment/Change Order
rev,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 9.6 $23.00 $220.80
4 REMOVING CONC(CURB AND GUTTER) LF 34.5 $8.00 $276.00
10 BLOCK DDIN Y -4 1 - ,670.00
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 AGGR(TY-D GR-5 SAC-B) CY -11 $290.00 -$3,190.00
22 D-GR HMA(SQ)TY-B 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 1 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
rev,01/16
REFL PAV 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
TOTALS: - 408454.01 0
COP#16-HC Plaque FRMEM
EXCAVATING•PAVING+CONCRETE+UTILITIES
PROJECT: McNeil Phase 2
DATE: 7/30/2020 Additional Days Requested: 0
DESCRIPTION:
This is a proposal for adding two plaques to previously installed ADA signs.Price for work is$177.43 per LS.
LABOR: Quantity Hours Rate Total
Project Management $50.00 $0.00
Superintendent $40.00 $0.00
Foreman/Layout Coordinator 1 0.5 $35.00 $17.50
Operator 1 $22.00 $0.00
Operator 2 $18.00 $0.00
Pipe Layer/Concrete Finisher $20.00 $0.00
Laborer 1 1 $17.00 $17.00
Fla ers $16.00 $0.00
Driver 1 $20.00 $0.00
DnVer2 1 1 $18.00 $18.00
Foreman/Layout/Coordinator OT $52.50 $0.00
Operator 1 OT $33.00 $0.00
Operator 2 OT $27.00 $0.00
Pipe Layer/Concrete Finisher OT $30.00 $0.00
Laborer OT $25.50 $0.00
Flaggers OT $24.00 $0.00
Driver 1 OT $30.00 $0.00
Dnver 2 IT $27.00 $0.00
TOTAL LABOR SUBTOTAL $52.50
MATERIALS: Quantity Unit Price Extended Price
Fine&Towing Plaques 2 EA $26.46 $52.92
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
MATERIALS SUBTOTAL $52.92
SUBCONTRACTORS: Quantity Unit Price Extended Price
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
L $0.00
SUBCONTRACTORS SUBTOTAL $0.00
UNIT PRICING: Quantity Unit Price Extended Price
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
BID PRICING SUBTOTAL $0.00
EQUIPMENT: Quantity Unit Price Extended Price
Truck 1 HR $14.31 $14.31
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
EQUIPMENT SUBTOTAL $14.31
LABOR SUBTOTAL $52.50
LABOR BURDEN 55% $28.88
LABOR PROFIT&OVERHEAD 25% $13.13
MATERIALS SUBTOTAL $52.92
MATERIALS PROFIT AND OVERHEAD 25% $13.23
SUBCONTRACTORS SUBTOTAL $0.00
SUBCONTRACTORS PROFIT AND OVERHEAD 10% $0.00
BID PRICING SUBTOTAL $0.00
EQUIPMENT $14.31
EQUIPMENT MARKUP 5% $0.72
SUBTOTAL $175.68
BONDING COST 1% $1.76
TOTAL $177.43
1530'8GINGERSTREET * AUSTIN, TX 78728 * (512) 990-7640 * Fax (512).990-7855
COP#17-Benchmarks ��
EXCAVATING•PAVING CONCRETE-UTILITIES
PROJECT: McNeil Phase 2
DATE: 9/9/2020 Additional Days Requested: 0
DESCRIPTION:
This is a proposal for adding two benchmark locations along new McNeil road.Price for work is$1,333.20 per LS.
LABOR: Quantity Hours Rate Total
Project Management $50.00 $0.00
Superintendent $40.00 $0.00
Foreman/La out Coordinator $35.00 $0.00
Operator 1 $22.00 $0.00
Operator 2 $18.00 $0.00
Pipe Layer/Concrete Finisher $20.00 $0.00
Laborer $17.00 $0.00
Fla ers $16.00 $0.00
Driver 1 $20.00 $0.00
Driver 2 $18.00 $0.00
Foreman/Layout/Coordinator OT $52.50 $0.00
Operator 1 OT $33.00 $0.00
Operator 2 OT $27.00 $0.00
Pipe Layer/Concrete Finisher OT $30.00 $0.00
Laborer OT $25.50 $0.00
Flaggers,OT $24.00 $0.00
Driver 1 OT $30.00 $0.00
Driver OT $27.00 $0.00
TOTAL LABOR SUBTOTAL $0.00
MATERIALS: Quantity Unit Price Extended Price
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
MATERIALS SUBTOTAL $0.00
SUBCONTRACTORS: Quantity Unit Price Extended Price
Eagle Eye Surveyors Set two CORR BM Pins 1 LS $1,200.00 $1,200.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
SUBCONTRACTORS SUBTOTAL $1,200.00
UNIT PRICING: Quantity Unit Price Extended Price
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
BID PRICING SUBTOTAL $0.00
EQUIPMENT: Quantity Unit Price Extended Price
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
EQUIPMENT SUBTOTAL $0.00
LABOR SUBTOTAL $0.00
LABOR BURDEN 55% $0.00
LABOR PROFIT&OVERHEAD 25% $0.00
MATERIALS SUBTOTAL $0.00
MATERIALS PROFIT AND OVERHEAD 25% $0.00
SUBCONTRACTORS SUBTOTAL $1,200.00
SUBCONTRACTORS PROFIT AND OVERHEAD 10% $120.00
BID PRICING SUBTOTAL $0.00
EQUIPMENT $0.00
EQUIPMENT MARKUP 5% $0.00
SUBTOTAL $1,320.00
BONDING COST 1% $13.20
TOTAL $1,333.20
15300 GINGER STREET :r AUSTIN. T% 78728 + (512) 990-7640 * Fax (512) 990-7855
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10f1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2020-673372
Smith Contracting
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/30/2020
being filed.
City of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000 McNeil Road Ext.(Ph.2)
Construct new road and install new utilities.
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is Christopher Lopez and my date of birth is
My address is 15308 Ginger St. Austin TX 78728 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Williamson County, State of Texas on the 30th day of September 20 20
(month) (year)
Signature of authorized dger&contracting business entity
(Declaran)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
10f1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2020-673372
Smith Contracting
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/30/2020
being filed.
City of Round Rock Date Acknowledged:
09/30/2020
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000 McNeil Road Ext.(Ph. 2)
Construct new road and install new utilities.
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of ,20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d