Loading...
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