R-07-09-13-11C3 - 9/13/2007 RESOLUTION NO. R-07-09-13-110
WHEREAS, the City of Round Rock has previously entered into an
Advanced Funding Agreement ( "Agreement") with the Texas Department of
Transportation ( "TxDOT" ) for the IH-35 Area Improvements from
Westinghouse Road to University Boulevard, and
WHEREAS, the Council has determined that it is necessary to make
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 change
said Agreement in accordance with the attached Change Order Nos. 3-5,
8-11, 13-17, 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 Change Order Nos . 3-5, 8-11, 13-17 to the Agreement
with TxDOT for the IH-35 Area Improvements from Westinghouse Road to
University Boulevard, a copy of said change orders 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 13th day of September, 2007 .
0:\wdox\RESOLUTI\R70913C3.WPD/rmc
N LL, Mayor
ClUf of Round Rock, Texas
A TEST: �✓ f''
CHRISTINE R. MARTINEZ, City Seciqetary
2
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 3
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
City of Round Rock CCSJ: 0015-09-148
(Outside Entity's Legal Name) Project: IM 3503(247)
2.Type of outside funding agreement for this change: Highway: H 35
Existing ❑Amended ❑New County: Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
DActual Cost
(a) Contract Items(Bid Items): $234,608.76 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E8�C*: (a)X = $0.00 for this Change Order and agree to finance the additional
(c) Indirect Cost*"': (a+b)x
enter% costs,if any,as reflected by this form.
= $0.00
enter% Advance Funding Date
TOTAL
$234,608.76
By
Type/Printed Name
Typed/Printed Title
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA EXHIBIT
"An
�iw.air�nm,e[r°rm.p+aeeiw
IIS "" CHANGE ORDER NBR. 3 REPORT DATE: 02/14/07
wow I
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Relocation/New driveways and turn lane for IKEA REASON: 4B - 3RD PARTY REQUESTED WORK
CO AMOUNT: $234,608.76 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: District Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
The City of Round Rock requested alterations to the access points and lane configurations for the IH 35 northbound frontage road and
Chandler Road to accommodate proposed development in the SE quadrant of the IH 35/RM 1431 intersection.
The roadway alterations in this change order required a substantial re-configuration of the proposed storm sewer system.
Additional compensation for the installation of the 60"and 54"manholes. The inlets were paid on the original bid items,and this cost is
only the difference between the original and the revised cost to make them 54"and 60".
Additional time for this extra work at IKEA will be addressed at a later date.
Plan Sheets Replaced: 132 135 136 140 141 142 144 146 147 155 157 158 165a 165b 191 192 196 197 199 200 201 202 203 204 205 206
207 209 210 211 213 216 218 219 220 221 223 223A 223B 242a 243a 244a 249 352 353 364 365 369.
Omitted Sheets: 227 228 230
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time.
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 3 Page 3 of 4
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 0218 04622006 CONC BOX CULV(5 FT X 2 FT) LF 303.16000 0.000 111.000 111.000 $33,650.76
CO DESCR IKEA CO#3
005 0219 04622007 CONC BOX CULV(5 FT X 3 FT) LF 262.01000 0.000 137.000 137.000 $35,895.37
CO DESCR IKEA CO#3
005 1270 01042022 000 REMOVING CONC(CURB AND GUTTER) LF 3.50000 6,962.000 14.000 6,976.000 $49.00
005 1290 01102001 000 EXCAVATION(ROADWAY) CY 8.70000 63,926.000 540.000 64,466.000 $4,698.00
CO DESCR IKEA CO#3
005 1295 01322003 000 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 21,070.000 719.000 21,789.000 $2,157.00
CO DESCR IKEA CO#3
005 1300 01602003 000 FURNISHING AND PLACING TOPSOIL(4") SY 1.80000 56,229.000 3,216.000 59,445.000 $5,788.80
CO DESCR IKEA CO#3
005 1305 01642039 000 DRILL SEEDING(PERM)(URBAN)(CLAY) SY 0.07000 56,229.000 3,216.000 59,445.000 $225.12
CO DESCR IKEA CO#3
005 1335 02472060 000 FL BS(CMP IN PLC)(TY E GR 4)(FNAL POS) CY 22.00000 28,649.000 739.000 29,388.000 $16,258.00
CO DESCR IKEA CO#3
005 1340 03102005 000 PRIME COAT(MC-30 OR AE-P) GAL 2.00000 7,512.000 355.000 7,867.000 $710.00
CO DESCR IKEA CO#3
005 1350 03412014 000 D-GR HMA(QCQA)TY-B PG70-22 TON 46.50000 7,146.000 293.000 7,439.000 $13,624.50
CO DESCR IKEA CO#3
005 1355 03412047 000 D-GR HMA(QCQA)TY-C SAC-A PG70-22 TON 51.75000 5,060.000 195.000 5,255.000 $10,091.25
CO DESCR IKEA CO#3
005 1360 03412050 000 D-GR HMA(QCQA)TY-C PG70-22 TON 48.70000 5,060.000 195.000 5,255.000 $9,496.50
CO DESCR IKEA CO#3
005 1365 04002005 000 CEM STABIL BKFL CY 96.00000 402.200 158.800 561.000 $15,244.80
CO DESCR IKEA CO#3
005 1375 04022001 000 TRENCH EXCAVATION PROTECTION LF 4.00000 905.000 207.000 1,112.000 $828.00
CO DESCR IKEA CO#3
005 1385 04322002 000 RIPRAP(CONC)(5 IN) CY 417.00000 37.000 -7.800 29.200 -$3,252.60
CO DESCR IKEA CO#3
005 1400 04642003 000 RC PIPE(CL 111)(18 IN) LF 31.00000 3,266.000 -290.000 2,976.000 -$8,990.00
CO DESCR IKEA CO#3
005 1410 04642009 000 RC PIPE(CL 111)(36 IN) LF 80.00000 768.000 -33.000 735.000 -$2,640.00
CO DESCR IKEA CO#3
005 1415 04642010 000 RC PIPE(CL 111)(42 IN) LF 103.00000 296.000 -296.000 0.000 -$30,488.00
CO DESCR IKEA CO#3
005 1420 04642011 000 RC PIPE(CL 111)(48 IN) LF 124.00000 652.000 -652.000 0.000 -$80,848.00
CO DESCR IKEA CO#3
005 1421 04642012 RC PIPE(CL 111)(54 IN) LF 182.99000 0.000 302.000 302.000 $55,262.98
CO DESCR IKEA CO#3
005 1422 04642013 RC PIPE(CL 111)(60 IN) LF 213.50000 0.000 651.000 651.000 $138,988.50
CO DESCR IKEA CO#3
005 1430 04652004 000 INLET(COMPL)(TY S) EA 6,650.00000 6.000 -1.000 5.000 -$6,650.00
CO DESCR IKEA CO#3(Act.TY E,wrong item).
005 1431 04652006 MANH(COMPL)(JUNCT BOX)(TY M) EA 4,748.42000 0.000 1.000 1.000 $4,748.42
CO DESCR IKEA CO#3
CONTRACT ID 001509148 CHANGE ORDER NBR. 3 Page 4 of 4
005 1432 04672222 SET(TY 11)(18 INXRCP)(4:1)(C) EA 1,054.88000 0.000 1.000 1.000 $1,054.88
CO DESCR IKEA CO#3
005 1433 04672296 SET(TY 11)(60 IN)(RCP)(6:1)(P) EA 9,478.21000 0.000 1.000 1.000 $9,478.21
CO DESCR IKEA CO#3
005 1434 96080516 UNIQUE CHANGE ORDER ITEM 16 DOL 3,208.85000 0.000 1.000 1.000 $3,208.85
CO DESCR Manhole(Comp)(54")(TY M)Revised#7
005 1436 96080517 UNIQUE CHANGE ORDER ITEM 17 DOL 3,181.97000 0.000 4.000 4.000 $12,727.88
CO DESCR Manhole(Comp)(60")(TY M)Revised#10,11,12,13
005 1440 04652013 000 MANH(COMPL)(TY A) EA 2,770.00000 11.000 -5.000 6.000 -$13,850.00
CO DESCR Changed type-See Line 1434&1436
005 1466 96080511 UNIQUE CHANGE ORDER ITEM 11 DOL 3,556.09000 0.000 1.000 1.000 $3,556.09
CO DESCR MODIFIED BARRIER WALL INLET TY E SPL(IKEA CO#3)
005 1467 96080512 UNIQUE CHANGE ORDER ITEM 12 DOL 6,521.64000 0.000 1.000 1.000 $6,521.64
CO DESCR Drop Inlet(Comp)(TY E)(Spl)(replaces 1.0 on Line 1430)
005 1480 04672286 000 SET(TY 11)(18 IN)(RCP)(6:1)(P) EA 940.00000 2.000 -2.000 0.000 -$1,880.00
CO DESCR IKEA CO#3
005 1610 05292004 000 CONC CURB&GUTTER(TY II) LF 12.20000 14,164.000 107.000 14,271.000 $1,305.40
CO DESCR IKEA CO#3
005 1630 05362002 000 CONC MEDIAN SY 61.00000 50.000 -50.000 0.000 -$3,050.00
CO DESCR IKEA CO#3
005 1635 05362004 000 CONC DIRECTIONAL ISLAND SY 62.50000 49.000 -49.000 0.000 -$3,062.50
CO DESCR IKEA CO#3
005 1815 06662002 000 REFL PAV MRK TY I(W)4"(BRK)(090MIL) LF 0.29000 5,043.000 99.000 5,142.000 $28.71
CO DESCR IKEA CO#3
005 1825 06662035 000 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 0.59000 6,297.000 199.000 6,496.000 $117.41
CO DESCR IKEA CO#3
005 1845 06662053 000 REFL.PAV MRK TY I(W)(ARROW)(090MIL) EA 118.00000 9.000 3.000 12.000 $354.00
CO DESCR IKEA CO#3
005 1850 06662095 000 REFL PAV MRK TY I(W)(WORD)(090MIL) EA 133.00000 7.000 3.000 10.000 $399.00
CO DESCR IKEA CO#3
005 1905 06722017 000 REFL PAV MRKR TY II-C-R EA 4.32000 899.000 23.000 922.000 $99.36
CO DESCR IKEA CO#3
005 2057 96080508 UNIQUE CHANGE ORDER ITEM 8 DOL 527.94000 0.000 4.000 4.000 $2,111.76
CO DESCR Add't.compensation for 60"manholes#10-13
005 2058 96080509 UNIQUE CHANGE ORDER ITEM 9 DOL 639.67000 0.000 1.000 1.000 $639.67
CO DESCR Add't.compensation for 54"manhole V.
CHANGE ORDER AMOUNT $234,608.76
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 4
Advance Funding Agreement(Third Party Funding)Information
This torn is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
RActual Cost
(a) Contract Items(Bid Items): $1,500.00 Use as needed.
1 hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $1,500.00
By
Type/Printed Name
Typed/Printed Title
*The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from approximately
6%to 11%depending on the contract amount of the project.Projects with higher contract amount will have the lower nate
of E&C charge. For a specific project,E&C nate(%)can be derived from the cost of"Engineering and Contingencies"in
the"Estimated Cosy'of the project
*`Use the statewide c&st rate as eshdished by Finance Division each year. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Note 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO,AFA
�x AY�uthntak rl'TmrY,'re/flFw
CHANGE ORDER NBR. 4 REPORT DATE: 04/18/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION To add core hole payments to contract REASON 3F - ADDITIONAL WORK DESIRED BY TXDOT
CO AMOUNT $4,750.00 CO TYPE STATE LETTER OF AUTH-NOW PART
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY; DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 4 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
002 0876 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 16.000 16.000 $2,000.00
CO DESCR CORE HOLES-WESTINGHOUSE
003 1001 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 10.000 10.000 $1,250.00
CO DESCR CORE HOLES-CHANDLER WIDENING
004 1141 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 12.000 12.000 $1,500.00
CO DESCR CORE HOLES-CHANDLER TURNAROUND
CHANGE ORDER AMOUNT $4,750.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 5
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOTIU.S. DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
Qi Actual Cost
(a) Contract Items(Bid Items): $4,964.70 Use as needed.
1 hereby approve the modifications covered by Form CO
(b) E&C": (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost*": (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $4,964.70
By
Type/Printed Name
Typed/Printed Title
"The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from approximately
6%to 11%depending on the contract amount of the project.Projects with higher o mtract amount will have the bwer rade
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Contingencies"In
the"Estimatied Cost"of the project.
Use the statewide district rate as established by Finance Division each year. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
Inger CHANGE ORDER NBR. 5 REPORT DATE: 04/27/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION Work Zone Pavement Markings(Non-Remv&Remv) REASON 113 - INCORRECT PS&E(CONSULTANT DESIGN)
CO AMOUNT $12,358.90 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
EXPLANATION
This change order adds items for Work Zone pavement markings(Arrow, Dbl Arrow,and Word). These items were left off the original plans.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 5 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0646 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 0.000 12.000 12.000 $1,584.48
001 0647 06622018 WK ZN PAV MRK NON-REMOV(W)(DBL ARROW) EA 184.85000 0.000 8.000 8.000 $1,478.80
001 0648 06622027 WK ZN PAV MRK NON-REMOV(W)(WORD) EA 158.45000 0.000 12.000 12.000 $1,901.40
001 0666 06622084 WK ZN PAV MRK REMOV(W)(ARROW) EA 211.26000 0.000 4.000 4.000 $845.04
001 0667 06622085 WK ZN PAV MRK REMOV(W)(DBL ARROW) EA 264.08000 0.000 2.000 2.000 $528.16
001 0668 06622094 WK ZN PAV MRK REMOV(W)(WORD) EA 264.08000 0.000 4.000 4.000 $1,056.32
005 1776 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 0.000 10.000 10.000 $1,320.40
005 1777 06622018 WK ZN PAV MRK NON-REMOV(W)(DBL ARROW) EA 184.85000 0.000 2.000 2.000 $369.70
005 1778 06622027 WK ZN PAV MRK NON-REMOV(W)(WORD) EA 158.45000 0.000 10.000 10.000 $1,584.50
005 1791 06622084 WK ZN PAV MRK REMOV(W)(ARROW) EA 211.26000 0.000 3.000 3.000 $633.78
005 1792 06622085 WK ZN PAV MRK REMOV(W)(DBL ARROW) EA 264.08000 0.000 1.000 1.000 $264.08
005 1793 06622094 WK ZN PAV MRK REMOV(W)(WORD) EA 264.08000 0.000 3.000 3.000 $792.24
CHANGE ORDER AMOUNT $12,358.90
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 8
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOTAI.S.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
District. Austin -14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
E]Actual Cost
(a) Contract Items(Bid Items): $2,500.00 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C': (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this forth.
(c) Indirect Cost*`: (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $2,500.00
By
Type/Printed Name
Typed/Printed Title
•The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from approximately
6%to 11%depending on the contact amount of the project Projects with higher contract amount will have the bower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Contingencies"in
the"Estimated Cost"of the project
*"Use the statewide district rate as esbd*shed by Finance Division each year. This rine 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreernent. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO,AFA
�ic TlyWMrw[dtmw*nrb�
40!=**.
CHANGE ORDER NBR. 8 REPORT DATE: 05/05/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION Repair of Signs/MBGF,etc.from traveling public. REASON 2J - DIFFERING SITE CONDITIONS -OTHER
CO AMOUNT $5,000.00 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
EXPLANATION
This change order sets up a force account by invoice for the repair of signs,metal beam guard fence,SGTs,etc.that are damaged by the
traveling public.
An invoice will be submitted for each occurance and reviewed for payment.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 8 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 2059 96042002 CONTRACTOR FORCE ACCOUNT 2 DOL 1.00000 0.000 2,500.000 2,500.000 $2,500.00
CO DESCR Repairs to Signs/MBGF-TxDOT-by invoice.
005 2060 96042002 CONTRACTOR FORCE ACCOUNT 2 DOL 1.00000 0.000 2,500.000 2,500.000 $2,500.00
CO DESCR Repairs to Signs/MBGF-CORR-by invoice
CHANGE ORDER AMOUNT $5,000.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 9
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
0 Existing ❑Amended ❑New County: Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
E]Actual Cost
(a) Contract Items(Bid Items): $7,205.50 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C": (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost": (a+ b)x = $0.00
enter% Advance Funding Date
TOTAL $7,205.50
By
Type/Printed Name
Typed/Printed Title
*The percentage(%)for E&C(Engineering and Cadvencies)charges varies from project to project from approximately
6%to 11%depending on the contract amount of the project Projects vitt higher contract anwcatt will have the lower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Cory ingenaes"in
the"Estimated Cost"of the project.
"Use the statewide district rate as established by Finartce Division each year. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
Manager* CHANGE ORDER NBR. 9 REPORT DATE: 05/19/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION TY IIR Inlet and Modified Drop Inlet REASON 2G - UNADJUSTED UTILITY(UNFORESEEABLE)
CO AMOUNT $7,205.50 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $7,205.50 APPRV LEVEL Area Engineer
EXPLANATION
It was discovered that SBC communication lines are in direct conflict with the items on this change order. Changing these items will allow
construction to proceed in these areas as well as accelerate the construction. These SBC lines can remain in place;therefore,saving time
and relocation money for the City of Round Rock.
This change order changes two items of work in order to expedite construction. Item 0465-2055 INLET COMP CURB TY 2 15'is being
changed to Item 0465-2212 INLET COMP CURB TY IIR 15'. In addition,it changes Item 0466-2065 HEADWALL(CH-FW-0)(DIA=24")to a
unique item for a Modified Drop Inlet on Line F3,Sta.2125+30 left.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 9 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1460 04652055 000 INLET(COMPL)(CURB)(TY 2)(15') EA 4,320.00000 5.000 -1.000 4.000 -$4,320.00
CO DESCR Replaced one with TY IIR line 1461
005 1461 96080510 UNIQUE CHANGE ORDER ITEM 10 DOL 5,391.33000 0.000 1.000 1.000 $5,391.33
CO DESCR Modified Drop Inlet on Line F3
005 1462 04652212 INLET(COMPL)(CURB)(TY II R)(15') EA 9,464.17000 0.000 1.000 1.000 $9,464.17
005 1470 04662065 000 HEADWALL(CH-FW-0)(DIA=24 IN) EA 3,330.00000 1.000 -1.000 0.000 -$3,330.00
CO DESCR Replaced with Mod.Drop Inlet line 1471
CHANGE ORDER AMOUNT $7,205.50
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 10
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/US.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
Actual Cost
(a) Contract Items(Bid Items): $13,632.97 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C": (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost`*: (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $13,632.97
By
Type/Printed Name
Typed/Printed Title
*The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from approximately
6%to 11%depending on the contract amount of the project.Projects with higher contract amount wit have the lower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Contingencies"in
the"Estimated Cosy'of the project
*"Use the statewids district rate as es red by Finance Division each year. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
CHANGE ORDER NBR. 10 REPORT DATE: 01/04/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Opticom Egip.,TRACC Repair,Sprint Air Card,Hydrolic Co REASON: 2C - NEW DEVELOPMENT-COND CHANGE AFTER PSBE
CO AMOUNT: $19,903.52 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order sets up the following items for this contract: 1)An item to pay for the repair of TRACC systems when hit by the traveling
public. These repairs will be paid on a case by case situation by invoice when necessary. 2) It sets up an item to pay for the Opticom
Equipment on Chandler Road(University Blvd). This system was requested by the City of Round Rock to reduce emergency response time
for police/fire and ambulances. And lastely,3)Sets up an item to pay for the re-coring of the drill shafts and wing walls. It was necessary
to re-core,at TxDOTs expense,due to the fact that the district's compression machine was found to have an electrical short;possibly
giving inaccurate results.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 10 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 2061 96080513 UNIQUE CHANGE ORDER ITEM 13 DOL 8,632.97000 0.000 1.000 1.000 $8,632.97
CO DESCR Opticom Equipment at Chandler Road
001 2062 96042003 CONTRACTOR FORCE ACCOUNT 3 DOL 1.00000 0.000 5,000.000 5,000.000 $5,000.00
CO DESCR TRACC Repair-TxDOT
005 2063 96042003 CONTRACTOR FORCE ACCOUNT 3 DOL 1.00000 0.000 5,000.000 5,000.000 $5,000.00
CO DESCR TRACC Repair-CORR
001 2064 96042004 CONTRACTOR FORCE ACCOUNT 4 DOL 1.00000 0.000 700.000 700.000 $700.00
CO DESCR SPRINT AIR CARD
001 2065 96042005 CONTRACTOR FORCE ACCOUNT 5 DOL 1.00000 0.000 570.550 570.550 $570.55
CO DESCR HYDROLIC CORE DRILL D.S.&W.W.
CHANGE ORDER AMOUNT $19,903.52
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 11
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
C]Existing ❑Amended ❑New County. Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
Actual Cost
(a) Contract Items(Bid Items): $3,711.35 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C": (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost": (a+ b)x = $0.00
enter% Advance Funding Date
TOTAL $3,711.35
By
Type/Printed Name
Typed/Printed Title
*The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from appropnrately
6%to 11%depending on the contract amount of the project Projects with higher contract amount will have the ower rate
of E&C charge. For a specific project,E&C rife(%)can be derived from the cost of"Engineering and Contingencies"in
the"Esti rmded Cost'of the project
Use tate statewide district rate as established by Finance Division each year. This line 3(c)is for Service Project ordy,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
FT.. —E orT—owuw.
CHANGE ORDER NBR. 11 REPORT DATE: 09/07/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION Westinghouse Emb/Exc.&Tree Trimming&Cell Phone REASON 1B - INCORRECT PS&E(CONSULTANT DESIGN)
CO AMOUNT $124,166.33 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL District Engineer
EXPLANATION
Due to an error in the plans,this change order adds an item to pay for the embankment and excavation needed at the Westinghouse Tum
Around. A total of 14,218 CY of embankment is necessary to complete this work. A total of 3,384.00 CY was acquired on site;however
the additional 10,834 CY needed had to be hauled from an off site source-incurring additional hauling costs.
In addition,this change order also pays for the tree trimming and tree removal along the new Northbound Frontage road south of FM 1431.
The trees are in interference with the construction necessary along the northbound frontage. This work will be paid by invoice with allowable
markups. An item to pay for the additional cell phone requested by TxDOT to be used on this project is also included.
TIME ADJUSTMENTS EXPLANATION ADJUSTED DAYS
CONTRACT Twenty(20)Days are being added to the contract to perform the Excavation and 20
Embankment work at the Westinghouse turn around.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 11 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0814 96042006 CONTRACTOR FORCE ACCOUNT 6 DOL 1.00000 0.000 1,000.000 1,000.000 $1,000.00
CO DESCR Cell Phone Invoice(845-4223)
002 0865 01102001 EXCAVATION(ROADWAY) CY 8.70000 0.000 148.000 148.000 $1,287.60
CO DESCR Westinghouse Excavation
002 0866 01322003 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 0.000 14,218.000 14,218.000 $42,654.00
CO DESCR Westinghouse Embankment
002 0867 96080514 UNIQUE CHANGE ORDER ITEM 14 DOL 6.97000 0.000 10,834.000 10,834.000 $75,512.98
CO DESCR Off-Site Hauling Cost: Westinghouse Embankment.
005 1468 96080513 UNIQUE CHANGE ORDER ITEM 13 DOL 3,711.75000 0.000 1.000 1.000 $3,711.75
CO DESCR Tree Trim,Removal and Haul(IKEA)
CHANGE ORDER AMOUNT $124,166.33
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 13
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOTAI.S. DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Ent@ys Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
R1 Existing ❑Amended ❑New County: Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
ElActual Cost
(a) Contract Items(Bid Items): $90,139.39 Use as needed:
1 hereby approve the modifications covered by Form CO
(b) E&C": (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost"": (a+ b)x = $0.00
enter% Advance Funding Date
TOTAL $90,139.39
By
Type/Printed Name
Typed/Printed Title
"The percentage(%)for E&C(Engineering and Contingencies)charges varies from Project to project from approximately
6%to I I%depending on the contract amount of the project Projects with higher'cont act amount will have the lower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Contingencies"in
the-Estimated Cost"of the Project.
"*Use the sbftvride district rate as established by Finance Division each yeah'. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO,AFA
ayr..r"�e.rcn..ywa.r
CHANGE ORDER NBR. 13 REPORT DATE: 06/08107
i
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: W I LLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner, P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD, LP AREA NUMBER: 055
CO AMOUNT: $90,139.39 DESCRIPTION: Hot Mix&Haul-Expedite Temp Ramp Construction
CO TYPE: STATE LETTER OF AUTH-PARTICIPATING REASON: 4B - THIRD PARTY REQUEST FOR ADDITIONAL WORK
3RD PARTY AMOUNT: $90,139.39 SECONDARY REASON(S):
APPRV LEVEL: District Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order was requested by the City of Round Rock in order to expedite the paving operations on the northbound frontage road.
Austin Bridge&Road's asphalt source,Austin Asphalt in Leander,was not operational at this time and was unable to supply hot mix to this
project prior to the Outlet Mall opening. Therefore,TxDOT at the request of the City,requested that Austin Bridge&Road purchase hot mix
from other sources in order to pave the above mentioned prior to the Outlet Mall opening. Additional hot mix costs as well as hauling costs
were incurred. This change order compensates the contractor for the difference in price for hot mix and hauling for July 24,July 25,and July
26,2006. In addition,it also compensates the contractor for the additional hauling costs from the Austin Asphalt Plant located in Belton,
Texas for July 27,28th and 29th.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 13 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 2066 96080518 UNIQUE CHANGE ORDER ITEM 18 DOL 1.00000 0.000 90,139.390 90,139.390 $90,139.39
CO DESCR Hot Mix&Haul-Expedite NBFR for Mali(7/24,7/25,7/26)
CHANGE ORDER AMOUNT $90,139.39
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 14
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
R]Actual Cost
(a) Contract Items(Bid Items): $500,516.99 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C": (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost": (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $500,516.99
By
Type/Printed Name
Typed/Printed Title
"The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to project from approximately
6%to 11%depending on the contract amount of the project.Projects with higher contract amount will have the lower rate
of E&C charge. For a specific project,E&C rata(%)can be derived from the cost of"Engineering and Contingencies"in
the"Estimated Cost"of the project.
Use the slairmde district rate as established by Finance,Division each year. This line 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for mshctions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO,AFA
i
,a " CHANGE ORDER NBR. 14 REPORT DATE: 03/23/07
4
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Temporary Entrance&Exit Ramps
REASON: 4B - 3RD PARTY REQUESTED WORK
CO AMOUNT: $500,516.99 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $500,516.99 APPRV LEVEL: Assistant Executive Director-Operations
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order revises quantities on the original contract for the addition of a temporary entrance ramp through the existing northbound
rest area,temporary exit ramp 257 just north of Chandler road,and entrance ramp 258 just South of Westinghouse.
This change order also includes items to remove the existing rest area along Northbound IH 35.
The temporary exit ramp 257 and entrance ramp 258 were requested by the City of Round Rock in order to handle traffic for the opening of
the new Outlet Mall.
Plan sheets added: 13A,59A,596,59C, 132A, 156A, 156B,369A.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 14 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1255 01002002 000 PREPARING ROW STA 145.00000 87.500 7.500 95.000 $1,087.50
CO DESCR Temporary Ramps CO 14
005 1270 01042022 000 REMOVING GONG(CURB AND GUTTER) LF 3.50000 6,976.000 1,034.000 8,010.000 $3,619.00
CO DESCR Temp Ramps CO 14
005 1285 01062001 000 OBLITERATING ABANDONED ROAD STA 630.00000 41.190 1.600 42.790 $1,008.00
CO DESCR Temp Ramps CO 14
005 1290 01102001 000 EXCAVATION(ROADWAY) CY 8.70000 64,466.000 1,879.000 66,345.000 $16,347.30
CO DESCR Temp Ramps CO 14
005 1295 01322003 000 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 21,789.000 147.000 21,936.000 $441.00
CO DESCR Temp Ramps CO 14
005 1335 02472060 000 FL BS(CMP IN PLC)(TY E GR 4)(FNAL POS) CY 22.00000 29,388.000 -5,105.580 24,282.420 -$112,322.76
CO DESCR Temp Ramp&Wstnghouse
005 1345 03412007 000 D-GR HMA(QCQA)TY-A PG70-22 TON 46.00000 2,522.000 8,065.230 10,587.230 $371,000.58
CO DESCR Temp Ramp CO 14
005 1350 03412014 000 D-GR HMA(QCQA)TY-8 PG70-22 TON 46.50000 7,439.000 2,313.040 9,752.040 $107,556.36
CO DESCR Temp Ramps CO 14
005 1360 03412050 000 D-GR HMA(QCQA)TY-C PG70-22 TON 48.70000 5,255.000 2,172.980 7,427.980 $105,824.13
CO DESCR Temp Ramps CO 14
005 1420 04642011 000 RC PIPE(CL 111)(48 IN) LF 124.00000 0.000 16.000 16.000 $1,984.00
CO DESCR Temp Ramps CO 14
005 1531 05022001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 479.98000 0.000 8.000 8.000 $3,839.84
CO DESCR Temp Ramps CO 14-Detour Barricades through Rest Area.
005 1776 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 10.000 1.000 11.000 $132.04
CO DESCR Temp Ramps CO 14
CHANGE ORDER AMOUNT $500,516.99
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 15
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project., IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
Q Existing ❑ Amended ❑New County. Williamson
[Check one
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
PlActual Cost
(a) Contract Items(Bid Items): $1,546.72 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C": (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost"`: (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $1,546.72
By
Type/Printed Name
Typed/Printed Title
"The percentage(%)for E&C(Engineering and Contingencies)charges varies from project to prof from apprrndmately
6%to 11%depending on the contract amount of the project.Projects with higher contract amount will have the lower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering artd Contingencies"in
the"Estimated Cosr of the project.
Use the statewide district rate as est alAshed by Finance Division each year. This hne 3(c)is for Service Project only,
unless othwwise specified in the Advance Funding Agreement. See Stand Alone Mand Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
i
i
i
Manager CHANGE ORDER NBR. 15 REPORT DATE: 12/13/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Change in Soil Retention Blanket type REASON: 2C - NEW DEVELOPMENT-COND CHANGE AFTER PS&E
CO AMOUNT: $7,693.12 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
At the request of the Austin District Environmental Coordinator,the contractor is placing the green Curlex type of soil retention blanket
instead of the straw blanket. The bid item allows for both types,and the contractor bid the project to use the straw blanket;however,this
type is not used in this area. An additional cost of approximately 16 cents per SY will be incurred by the contractor.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 15 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0125 01692003 000 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.05000 38,415.000 -38,415.000 0.000 -$40,335.75
CO DESCR See Line 0126
001 0126 01692003 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.21000 0.000 38,415.000 38,415.000 $46,482.15
CO DESCR Green Curlex Soil Retention Blanket
005 1330 01692003 000 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.05000 9,667.000 9,667.000 0.000 $10,150.35
CO DESCR Change type-See Line 1331
005 1331 01692003 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.21000 0.000 9,667.000 9,667.000 $11,697.07
CO DESCR Green Curlex Soil Retention Blanket
CHANGE ORDER AMOUNT $7,693.12
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 16
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
El Existing ❑Amended ❑New County. Williamson
[Check one]
District. Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
E]Actual Cost
(a) Contract Items(Bid Items): $27,000.00 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)X = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost*": (a+b)x = $0.00
enter% Advance Funding Date
TOTAL $27,000.00
By
Type/Printed Name
Typed/Printed Title
The page(%)for E&C(Engineering and Cort tiles)charges varies from project to project from appropniately
6%to 11%depwx&V on the c w Tact amount of the project.Projects with higher cmbw-t amcunt will have the lower rate
of ESC charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and ContirtgendW in
the"Estimated Cost."of the project
Use the statewide district rate as estalfthed by Finance Division each year. This One 3(c)is for Service Project ordy,
unless otherwise specified m the Advance Furxhrg Agreement. See Stand Abse Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
Tw`u2Y�u,Mtaf�
hs CHANGE ORDER NBR. 16 REPORT DATE: 12/14/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Time Extension No.2 REASON: 2A - DISPUTE RESOLUTION-CONDITIONS OR DELAY
CO AMOUNT: $27,000.00 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
TIME EXT.#: 2 and Days adjusted on the C.O. 45
TIME ADJUSTMENTS EXPLANATION ADJUSTED DAYS
CONTRACT During the period from February 12,2006 and July 15,2006,45 contract charge 45
days were lost primarily due to delays resulting from the failure to relocate AT&T
Fiber Optic and copper lines along the northbound frontage road,as well as delays
incurred awaiting for storm sewer lines K/J redesigns and fabrication time.
A total of 65 days have been added to the contract, between time extension no. 1 for
20 days,and this time extension for 45 days. Therefore,we are adding three(3)
months of barricades to the contract in conjunction with this time extensions.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 16 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1530 05022001 000 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 9,000.00000 8.000 3.000 11.000 $27,000.00
CO DESCR CO 16
CHANGE ORDER AMOUNT $27,000.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 17
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
_ City of Round Rock
(Outside Entity's Legal Name) Project. IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
R1 Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin -14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
ElActual Cost
(a) Contract Items(Bid Items): $1,869.05 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a+ b)x = $0.00
enter% Advance Funding Date
TOTAL $1,869.05
By
Type/Printed Name
Typed/Printed Title
*The percentage(%)for E&C(Engineering and Contingencies)dvarges varies from project to project from approximately
6%to 11%depending on the contract amount of the project.Projects with higher oontract anxKmt wifi have the lower rate
of E&C charge. For a specific project,E&C rate(%)can be derived from the cost of"Engineering and Contingencies"in
the"Estimated Cost"of the project.
*"Use the statewide district rate as established by Fiance Division each year. This fine 3(c)is for Service Project only,
unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions.
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
�.n,+r"x"r dmn.�waww
CHANGE ORDER NBR. 17 REPORT DATE: 04/03/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Compensation for Delay due to Fiber Optic Line REASON: 2G - UNADJUSTED UTILITY(UNFORESEEABLE)
CO AMOUNT: $1,869.05 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $1,869.05 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order compensates Royal Vista,the Utility Sub-Contractor on this project,for the delays incurred due to the incorrect
relocation of the AT&T fiber optic line along eastbound University Drive. This line originally interferred with the new storm sewer line. AT&T
relocated the line and Royal Vista mobilized only to find that the line was still in conflict. This change order is full compensation for their
delay and approved markups.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 17 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 2067 96080519 UNIQUE CHANGE ORDER ITEM 19 DOL 1,869.05000 0.000 1.000 1.000 $1,869.05
CO DESCR Compensation to Royal Vista for Utility Delay
CHANGE ORDER AMOUNT $1,869.05
DATE: September 6, 2007
SUB]ECT: City Council Meeting - September 13, 2007
ITEM: 11C3. Consider a resolution authorizing the Mayor to execute Change
Orders with Texas Department of Transportation for the IH 35 Area
Improvements from Westinghouse Road to University Boulevard.
Department: Transportation Services
Staff Person: Thomas G. Martin, P.E., Director of Transportation Services
Justification:
TxDOT is requesting the City of Round Rock to approve change orders and agree to finance the
additional costs for work requested by the City, plan errors, differing and unforeseen site conditions,
changes in condition and dispute resolution. A majority of the additional work, which was requested
by the City, and cost is directly associated with development of the IKEA site and the opening of the
Round Rock Premium Outlet.
Funding:
Cost: $ 889,195.43
Source of funds: 4B-Round Rock Transportation System Development Corporation
Outside Resources: TxDOT
Background Information:
To accommodate development of the southeast corner of the IH 35 northbound frontage road and
University Blvd (IKEA), the City of Round Rock requested TxDOT to alter the access points and lane
configurations for the IH 35 northbound frontage road and University Blvd. (Chandler Road). The
roadway alterations required a substantial change to the storm sewer system. The amount of the
change order is $234,608.76.
To accommodate the opening of the Premium Outlet for the 2006 sales tax holiday, the City of Round
Rock requested TxDOT to expedite paving on the northbound frontage road north of University Blvd.
(Chandler Road). Due to the temporary closure of the contractor's asphalt plant, the contractor was
required to haul asphalt from as far as Belton. The change order pays for the additional hauling and
asphalt price differential. The amount of the change order is $90,139.39.
To accommodate the opening of the Premium Outlet for the 2006 sales tax holiday, the City of Round
Rock requested TxDOT to construct two temporary entrance ramps and one temporary exit ramp. The
entrance ramps are located south of Westinghouse Road and south of University Blvd. (Chandler
Road). The exit ramp is located north of University Blvd. The amount of the change order is
$500,516.99.
The remaining change orders include: adding core-holes; adding work zone pavement markings;
repairing signs damaged by the traveling public; modifying the storm sewer to avoid a utility conflict;
adding Opticom equipment for emergency vehicles; changing the type of soil retention blanket due to
environmental concerns; adding three months of barricade rental due to an AT&T utility relocation
delay and a storm sewer line redesign and fabrication; and compensating the storm sewer sub-
contractor for a delay due to an incorrect relocation of an AT&T fiber optic line. The amount of the
remaining change orders is $63,930.29.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 3
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ. 0015-09-148
City of Round Rock
(Outside Entity's legal Name) Project: IM 3503(247)
2.Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County: Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
Actual Cost
(a) Contract Items(Bid Items): $234,608.76 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost'": (a+b)x = $0.00 �
enter% Advance F ndi g/-
TOTAL
TOTAL $234,608.76
By
Type/PZ ame n;fV X rnRXWEc,L
Typed/Printed Title _ ;A)(O
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
8-07-0-13-J11)c--
w"arw.»�sra .ger CHANGE ORDER NBR. 3 REPORT DATE: 02/14/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Relocation/New driveways and turn lane for IKEA REASON: 4B - 3RD PARTY REQUESTED WORK
CO AMOUNT: $234,608.76 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: District Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
The City of Round Rock requested alterations to the access points and lane configurations for the IH 35 northbound frontage road and
Chandler Road to accommodate proposed development in the SE quadrant of the IH 35/RM 1431 intersection.
The roadway alterations in this change order required a substantial re-configuration of the proposed storm sewer system.
Additional compensation for the installation of the 60"and 54"manholes. The inlets were paid on the original bid items,and this cost is
only the difference between the original and the revised cost to make them 54"and 60".
Additional time for this extra work at IKEA will be addressed at a later date.
Plan Sheets Replaced: 132 135 136 140 141 142 144 146 147 155 157 158 165a 165b 191 192 196 197 199 200 201 202 203 204 205 206
207 209 210 211 213 216 218 219 220 221 223 223A 223B 242a 243a 244a 249 352 353 364 365 369.
Omitted Sheets: 227 228 230
.By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE
DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 3
CONTRACT ITEMS Page 3 of 4
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 0218 04622006 CONC BOX CULV(5 FT X 2 FT) LF 303.16000 0.000 111.000 111.000 $33,650.76
CO DESCR IKEA CO#3
005 0219 04622007 CONC BOX CULV(5 FT X 3 FT) LF 262.01000 0.000 137.000 137.000 $35,895.37
CO DESCR IKEA CO#3
005 1270 01042022 000 REMOVING CONC(CURB AND GUTTER) LF 3.50000 6,962.000 14.000 6,976.000 $49.00
005 1290 01102001 000 EXCAVATION(ROADWAY) CY 8.70000 63,926.000 540.000 64,466.000 $4,698.00
CO DESCR IKEA CO#3
005 1295 01322003 000 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 21,070.000 719.000 21,789.000 $2,157.00
CO DESCR IKEA CO#3
005 1300 01602003 000 FURNISHING AND PLACING TOPSOIL(4") SY 1.80000 56,229.000 3,216.000 59,445.000 $5,788.80
CO DESCR IKEA CO#3
005 1305 01642039 000 DRILL SEEDING(PERM)(URBAN)(CLAY) SY 0.07000 56,229.000 3,216.000 59,445.000 $225.12
CO DESCR IKEA CO#3
005 1335 02472060 000 FL BS(CMP IN PLC)(TY E GR 4)(FNAL POS) CY 22.00000 28,649.000 739.000 29,388.000 $16,258.00
CO DESCR IKEA CO#3
005 1340 03102005 000 PRIME COAT(MC-30 OR AE-P) GAL 2.00000 7,512.000 355.000 7,867.000 $710.00
CO DESCR IKEA CO#3
005 1350 03412014 000 D-GR HMA(QCQA)TY-B PG70-22 TON 46.50000 7,146.000 293.000 7,439.000 $13,624.50
CO DESCR IKEA CO#3
005 1355 03412047 000 D-GR HMA(QCQA)TY-C SAC-A PG70-22 TON 51.75000 5,060.000 195.000 5,255.000 $10,091.25
CO DESCR IKEA CO#3
005 1360 03412050 000 D-GR HMA(QCQA)TY-C PG70-22 TON 48.70000 5,060.000 195.000 5,255.000 $9,496.50
CO DESCR IKEA CO#3
005 1365 04002005 000 CEM STABIL BKFL CY 96.00000 402.200 158.800 561.000 $15,244.80
CO DESCR IKEA CO#3
005 1375 04022001 000 TRENCH EXCAVATION PROTECTION LF 4.00000 905.000 207.000 1,112.000 $828.00
CO DESCR IKEA CO#3
005 1385 04322002 000 RIPRAP(CONC)(5 IN) CY 417.00000 37.000 -7.800 29.200 -$3,252.60
CO DESCR IKEA CO#3
005 1400 04642003 000 RC PIPE(CL 111)(18 IN) LF 31.00000 3,266.000 -290.000 2,976.000 -$8,990.00
CO DESCR IKEA CO#3
005 1410 04642009 000 RC PIPE(CL 111)(36 IN) LF 80.00000 768.000 -33.000 735.000 -$2,640.00
CO DESCR IKEA CO#3
005 1415 04642010 000 RC PIPE(CL 111)(42 IN) LF 103.00000 296.000 -296.000 0.000 -$30,488.00
CO DESCR IKEA CO#3
005 1420 04642011 000 RC PIPE(CL 111)(48 IN) LF 124.00000 652.000 -652.000 0.000 -$80,848.00
CO DESCR IKEA CO#3
005 1421 04642012 RC PIPE(CL 111)(54 IN) LF 182.99000 0.000 302.000 302.000 $55,262.98
CO DESCR IKEA CO#3
005 1422 04642013 RC PIPE(CL 111)(60 IN) LF 213.50000 0.000 651.000 651.000 $138,988.50
CO DESCR IKEA CO#3
005 1430 04652004 000 INLET(COMPL)(TY S) EA 6,650.00000 6.000 -1.000 5.000 -$6,650.00
CO DESCR IKEA CO#3(Act.TY E,wrong item).
005 1431 04652006 MANH(COMPL)(JUNCT BOX)(TY M) EA 4,748.42000 0.000 1.000 1.000 $4,748.42
CO DESCR IKEA CO#3
CONTRACTID 001509148
CHANGE ORDER NBR. 3
005 1432 04672222 SET(TY II)(18 IN)(RCP)(4:1)(C) EA 105488000 Page 4 of 4
, .
CO DESCR IKEA CO#3 0.000 1.000 1.000 $1,054.88
005 1433 04672296 SET(TY II)(60 IN)(RCP)(6:1)(P) EA 9,478.21000
CO DESCR IKEA CO#3 0.000 1.000 1.000 $9,478.21
005 1434 96080516 UNIQUE CHANGE ORDER ITEM 16 DOL 3,208.85000
0.000 1.000 1.000 $3,208.85
CO DESCR Manhole(Comp)(54")(TY M)Revised#7
005 1436 96080517 UNIQUE CHANGE ORDER ITEM 17 DOL 3,181.97000 0.000 4.000 4.000 $12,727.88
CO DESCR Manhole(Comp)(60")(TY M)Revised#10,11,12,13
005 1440 04652013 000 MANH(COMPL)(TY A) EA 2,770.00000 11.000 -5.000 6.000 -$13,850.00
CO DESCR Changed type-See Line 1434&1436
005 1466 96080511 UNIQUE CHANGE ORDER ITEM 11 DOL 3,556.09000
0.000 1.000 1.000 $3,556.09
CO DESCR MODIFIED BARRIER WALL INLET TY E SPL(IKEA CO#3)
005 1467 96080512 UNIQUE CHANGE ORDER ITEM 12 DOL 6,521.64000
0.000 1.000 1.000 $6,521.64
CO DESCR Drop Inlet(Comp)(TY E)(Spl)(replaces 1.0 on Line 1430)
005 1480 04672286 000 SET(TY II)(18 IN)(RCP)(6:1)(P) EA 940.00000
2.000 2.000 0.000 $1,880.00
CO DESCR IKEA CO#3
005 1610 05292004 000 CONC CURB&GUTTER(TY II) LF 12.20000
14,164.000 107.000 14,271.000 $1,305.40
CO DESCR IKEA CO#3
005 1630 05362002 000 CONC MEDIAN SY 61.00000 50.000
50.000 0.000 $3,050.00
CO DESCR IKEA CO#3
005 1635 05362004 000 CONC DIRECTIONAL ISLAND SY 62.50000
49.000 49.000 0.000 $3,062.50
CO DESCR IKEA CO#3
005 1815 06662002 000 REFL PAV MRK TY 1(W)4"(BRK)(090MIL) LF 0.29000 5,043.000 99.000 5,142.000 $28.71
CO DESCR IKEA CO#3
005 1825 06662035 000 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 0.59000 6,297.000 199.000 6,496.000 $117.41
CO DESCR IKEA CO#3
005 1845 06662053 000 REFL PAV MRK TY I(W)(ARROW)(090MIL) EA 118.00000 9.000 3.000 12.000 $354.00
CO DESCR IKEA CO#3
005 1850 06662095 000 REFL PAV MRK TY I(W)(WORD)(090MIL) EA 133.00000 7.000 3.000 10.000 $399.00
CO DESCR IKEA CO#3
005 1905 06722017 000 REFL PAV MRKR TY II-C-R EA 4.32000 899.000
23.000 922.000 $99.36
CO DESCR IKEA CO#3
005 2057 96080508 UNIQUE CHANGE ORDER ITEM 8 DOL 527.94000 0.000 4.000 4.000
CO DESCR $2,111.76
Add't.compensation for 60"manholes#10-13
005 2058 96080509 UNIQUE CHANGE ORDER ITEM 9 DOL 639.67000 0.000 1.000 1.000
CO DESCR $639.67
Add't.compensation for 54"manhole V.
CHANGE ORDER AMOUNT $234,608.76
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 4
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
City of Round Rock CCSJ: 0015-09-148
(Outside Entity's Legal Name) Project: IM 3503(247)
2.Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
DActual Cost
(a) Contract Items(Bid Items): $1,500.00 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
(c) Indirect Cost"': (a+ b)x
enter% costs,if any,as reflected by this form.
= $0.00
enter% Advance Fun In '1 3 7
TOTAL $1,500.00
By
Type/Pri ed Name ,JV VL& MAJUA2 W
Typed/Printed Title MAYOR.-,
Advance Funding for this Change Order has been arranged.
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
�aA1+�uin,pR aftmrywtYfau
CHANGE ORDER NBR. 4 REPORT DATE: 04/18/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION To add core hole payments to contract REASON 3F - ADDITIONAL WORK DESIRED BY TXDOT
CO AMOUNT $4,750.00 CO TYPE STATE LETTER OF AUTH-NON-PART
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE
DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 4 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
{ NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
E
002 0876 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 16.000 16.000 $2,000.00
CO DESCR CORE HOLES-WESTINGHOUSE
003 1001 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 10.000 10.000 $1,250.00
CO DESCR CORE HOLES-CHANDLER WIDENING
004 1141 96080504 UNIQUE CHANGE ORDER ITEM 4 DOL 125.00000 0.000 12.000 12.000 $1,500.00
CO DESCR CORE HOLES-CHANDLER TURNAROUND
CHANGE ORDER AMOUNT $4,750.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 5
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2. Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
MActual Cost
(a) Contract Items(Bid Items): $4,964.70 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost": (a + b)x = $0.00
enter% Advance Funding -/3-
TOTAL $4,964.70
By
Type/Printed Name
Typed/Printed Title /Y1 AV02
4 �
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
R-C-q G' •-13--1100
CHANGE ORDER NBR. 5 REPORT DATE: 04/27/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION Work Zone Pavement Markings(Non-Remv&Remv) REASON 1B - INCORRECT PS&E(CONSULTANT DESIGN)
CO AMOUNT $12,358.90 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
EXPLANATION
This change order adds items for Work Zone pavement markings(Arrow, Dbl Arrow,and Word). These items were left off the original plans.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 5
Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0646 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 0.000 12.000 12.000 $1,584.48
001 0647 06622018 WK ZN PAV MRK NON-REMOV(W)(DBL ARROW) EA 184.85000 0.000 8.000 8.000 $1,478.80
001 0648 06622027 WK ZN PAV MRK NON-REMOV(W)(WORD) EA 158.45000 0.000 12.000 12.000 $1,901.40
001 0666 06622084 WK ZN PAV MRK REMOV(W)(ARROW) EA 211.26000 0.000 4.000 4.000 $845.04
001 0667 06622085 WK ZN PAV MRK REMOV(W)(DBL ARROW) EA 264.08000 0.000 2.000 2.000 $528.16
001 0668 06622094 WK ZN PAV MRK REMOV(W)(WORD) EA 264.08000 0.000 4.000 4.000 $1,056.32
005 1776 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 0.000 10.000 10.000 $1,320.40
005 1777 06622018 WK ZN PAV MRK NON-REMOV(W)(DBL ARROW) EA 184.85000 0.000 2.000 2.000 $369.70
005 1778 06622027 WK ZN PAV MRK NON-REMOV(W)(WORD) EA 158.45000 0.000 10.000 10.000 $1,584.50
005 1791 06622084 WK ZN PAV MRK REMOV(W)(ARROW) EA 211.26000 0.000 3.000 3.000 $633.78
005 1792 06622085 WK ZN PAV MRK REMOV(W)(DBL ARROW) EA 264.08000 0.000 1.000 1.000 $264.08
005 1793 06622094 WK ZN PAV MRK REMOV(W)(WORD) EA 264.08000 0.000 3.000 3.000 $792.24
CHANGE ORDER AMOUNT $12,358.90
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 8
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
City of Round Rock CCSJ. 0015-09-148
(Outside Entity's Legal Name) Project. IM 3503(247)
2.Type of outside funding agreement for this change: Highway: H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
EActual Cost
(a) Contract Items(Bid Items): $2,500.00 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
(c) Indirect Cost**: (a+b)x
enter% costs,if any,as reflected by this form.
= $0.00
enter% Advance Fundin
TOTAL $2,500.00 1
By
Type/Printed Name A="6 MAXW EW
Typed/Printed Title m f WRj
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
j3 ":u. 1[,.xaxtH+�+.nf ritFrsa•1wYtXwa
CHANGE ORDER NBR. g REPORT DATE: 05/05/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION Repair of Signs/MBGF,etc.from traveling public. REASON 2J - DIFFERING SITE CONDITIONS -OTHER
CO AMOUNT $5,000.00 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL Area Engineer
EXPLANATION
This change order sets up a force account by invoice for the repair of signs, metal beam guard fence,SGT's,etc.that are damaged by the
traveling public.
An invoice will be submitted for each occurance and reviewed for payment.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 8 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 2059 96042002 CONTRACTOR FORCE ACCOUNT 2 DOL 1.00000 0.000 2,500.000 2,500.000 $2,500.00
CO DESCR Repairs to Signs/MBGF-TxDOT-by invoice.
005 2060 96042002 CONTRACTOR FORCE ACCOUNT 2 DOL 1.00000 0.000 2,500.000 2,500.000 $2,500.00
CO DESCR Repairs to Signs/MBGF-CORR-by invoice
CHANGE ORDER AMOUNT $5,000.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 9
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
City of Round Rock CCSJ: 0015-09-148
(Outside Entity's Legal Name) Project. IM 3503(247)
2.Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
F-1FixedPrice(Lump Sum) (Estimated Amount ) Number: 08053207
Actual Cost
(a) Contract Items(Bid Items): $7,205.50 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C': (a)x = $0.00 for this Change Order and agree to finance the additional
(c) Indirect Cosy`"': (a+ b)x
enter% costs,'rf any,as reflected by this form.
= $0.00 -
enter% Advance Fu
TOTAL $7,205.50
By
Type/ Tiooroo'nted Name ;)1,L9 OMW
Typed/Printed Title j')')AVO
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
R-o'i,L�f-l3->Ip4
?- w �inr,axWu,mrw,x+rrn,w++.+swr
Manan CHANGE ORDER NBR. 9 REPORT DATE: 05/19/06
fers�xetm..�ri�Miw..ar
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE$ROAD,LP AREA NUMBER: 055
DESCRIPTION TY IIR Inlet and Modified Drop Inlet REASON 2G - UNADJUSTED UTILITY(UNFORESEEABLE)
CO AMOUNT $7,205.50 CO TYPE STATE LETTER OF RUTH-PARTICIPATING
3RD PARTY AMOUNT $7,205.50 APPRV LEVEL Area Engineer
EXPLANATION
It was discovered that SBC communication lines are in direct conflict with the items on this change order. Changing these items will allow
construction to proceed in these areas as well as accelerate the construction. These SBC lines can remain in place;therefore,saving time
and relocation money for the City of Round Rock.
This change order changes two items of work in order to expedite construction. Item 0465-2055 INLET COMP CURB TY 2 15'is being
changed to Item 0465-2212 INLET COMP CURB TY IIR 15'. In addition,it changes Item 0466-2065 HEADWALL(CH-FW-0)(DIA=24")to a
unique item for a Modified Drop Inlet on Line F3,Sta.2125+30 left.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 9 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1460 04652055 000 INLET(COMPL)(CURB)(TY 2)(15') EA 4,320.00000 5.000 -1.000 4.000 -$4,320.00
CO DESCR Replaced one with TY IIR line 1461
005 1461 96080510 UNIQUE CHANGE ORDER ITEM 10 DOL 5,391.33000 0.000 1.000 1.000 $5,391.33
CO DESCR Modified Drop Inlet on Line F3
005 1462 04652212 INLET(COMPL)(CURB)(TY II R)(15') EA 9,464.17000 0.000 1.000 1.000 $9,464.17
005 1470 04662065 000 HEADWALL(CH-FW-0)(DIA=24 IN) EA 3,330.00000 1.000 -1.000 0.000 -$3,330.00
CO DESCR Replaced with Mod.Drop Inlet line 1471
CHANGE ORDER AMOUNT $7,205.50
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 10
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County: Williamson
[Check one]
District: Austin -14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
DActual Cost
(a) Contract Items(Bid Items): $13,632.97 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a+ b)x = $0.00 p
enter% Advance Fu din �7 �� C%�l
TOTAL $13,632.97
By
Type/P Int ame N V LG MA.V W 6 L
Typed/Printed Title m ��
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
ager CHANGE ORDER NBR. 10 REPORT DATE: 01/04/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Opticom Eqip.,TRACC Repair,Sprint Air Card,Hydrolic Co REASON: 2C - NEW DEVELOPMENT-COND CHANGE AFTER PS&E
CO AMOUNT: $19,903.52 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order sets up the following items for this contract: 1)An item to pay for the repair of TRACC systems when hit by the traveling
public. These repairs will be paid on a case by case situation by invoice when necessary. 2) It sets up an item to pay for the Opticom
Equipment on Chandler Road(University Blvd). This system was requested by the City of Round Rock to reduce emergency response time
for police/fire and ambulances. And lastely,3)Sets up an item to pay for the re-coring of the drill shafts and wing walls. It was necessary
to re-core,at TxD07s expense, due to the fact that the district's compression machine was found to have an electrical short;possibly
giving inaccurate results.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 10 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 2061 96080513 UNIQUE CHANGE ORDER ITEM 13 DOL 8,632.97000 0.000 1.000 1.000 $8,632.97
CO DESCR Opticom Equipment at Chandler Road
001 2062 96042003 CONTRACTOR FORCE ACCOUNT 3 DOL 1.00000 0.000 5,000.000 5,000.000 $5,000.00
CO DESCR TRACC Repair-TxDOT
005 2063 96042003 CONTRACTOR FORCE ACCOUNT 3 DOL 1.00000 0.000 5,000.000 5,000.000 $5,000.00
CO DESCR TRACC Repair-CORR
001 2064 96042004 CONTRACTOR FORCE ACCOUNT 4 DOL 1.00000 0.000 700.000 700.000 $700.00
CO DESCR SPRINT AIR CARD
001 2065 96042005 CONTRACTOR FORCE ACCOUNT 5 DOL 1.00000 0.000 570.550 570.550 $570.55
CO DESCR HYDROLIC CORE DRILL D.S.&W.W.
CHANGE ORDER AMOUNT $19,903.52
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 11
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's legal Name) Project. IM 3503(247)
2.Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin -14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
MActual Cost
(a) Contract Items(Bid Items): $3,711.35 Use as needed.
I hereby approve the modifications covered by Form CO
E C : (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost"`: (a+ b)x = $0.00
enter% Advance Fun in e -J '07
TOTAL $3,711.35
By
Type/Printed Name AJVLE; MA)CIAEU,
Typed/Printed Title MAY op"',
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
T DOT Form CO-AFA
� eMma a CHANGE ORDER NBR. REPORT DATE: 09/07/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD, LP AREA NUMBER: 055
DESCRIPTION Westinghouse Emb/Exc.&Tree Trimming&Cell Phone REASON 1B - INCORRECT PS&E(CONSULTANT DESIGN)
CO AMOUNT $124,166.33 CO TYPE STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT $0.00 APPRV LEVEL District Engineer
EXPLANATION
Due to an error in the plans,this change order adds an item to pay for the embankment and excavation needed at the Westinghouse Turn
Around. A total of 14,218 CY of embankment is necessary to complete this work. A total of 3,384.00 CY was acquired on site;however
the additional 10,834 CY needed had to be hauled from an off site source-incurring additional hauling costs.
In addition,this change order also pays for the tree trimming and tree removal along the new Northbound Frontage road south of FM 1431.
The trees are in interference with the construction necessary along the northbound frontage. This work will be paid by invoice with allowable
markups. An item to pay for the additional cell phone requested by TxDOT to be used on this project is also included.
TIME ADJUSTMENTS EXPLANATION ADJUSTED DAYS
CONTRACT Twenty(20)Days are being added to the contract to perform the Excavation and 20
Embankment work at the Westinghouse turn around.
The contractor must sign the Change Order and,by doing so,agrees to waive any and all claims for additional compensation due to any and all other expenses;additional
changes for time,overhead and profit;or loss of compensation as a result of this change.
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE
DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 11
Page 2 of 2
j CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0814 96042006 CONTRACTOR FORCE ACCOUNT 6 DOL 1.00000 0.000 1,000.000 1,000.000 $1,000.00
CO DESCR Cell Phone Invoice(845-4223)
002 0865 01102001 EXCAVATION(ROADWAY) CY 8.70000 0.000 148.000 148.000 $1,287.60
CO DESCR Westinghouse Excavation
002 0866 01322003 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 0.000 14,218.000 14,218.000 $42,654.00
CO DESCR Westinghouse Embankment
002 0867 96080514 UNIQUE CHANGE ORDER ITEM 14 DOL 6.97000 0.000 10,834.000 10,834.000 $75,512.98
CO DESCR Off-Site Hauling Cost: Westinghouse Embankment.
005 1468 96080513 UNIQUE CHANGE ORDER ITEM 13 DOL 3,711.75000 0.000 1.000 1.000 $3,711.75
CO DESCR Tree Trim,Removal and Haul(IKEA)
CHANGE ORDER AMOUNT $124,166.33
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 13
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
City of Round Rock CCSJ: 0015-09-148
(Outside Entity's Legal Name) Project: IM 3503(247)
2.Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
3. Indicate the type and amount of funding: District: Austin-14
Contract
ElFixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
Actual Cost
(a) Contract Items(Bid Items): $90,139.39 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
(c) Indirect Cost**: (a+b)x
enter% costs,if any,as reflected by this form.
= $0.00
enter% Advance F di g
TOTAL $90,139.39 /
By i
Type/Prin ed N e , ��� l'Y)I�XWF/�
Typed/Printed Title
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
8-C7-L' -13 -lld(.!
;An.41
Manager CHANGE ORDER NBR. 13 REPORT DATE: 06/08/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: W I LLIAMSO N
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner, P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD, LP AREA NUMBER: 055
CO AMOUNT: $90,139.39 DESCRIPTION: Hot Mix&Haul-Expedite Temp Ramp Construction
CO TYPE: STATE LETTER OF AUTH-PARTICIPATING REASON: ' 4B - THIRD PARTY REQUEST FOR ADDITIONAL WORK
3RD PARTY AMOUNT: $90,139.39 SECONDARY REASON(S):
APPRV LEVEL: District Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order was requested by the City of Round Rock in order to expedite the paving operations on the northbound frontage road.
Austin Bridge&Road's asphalt source,Austin Asphalt in Leander,was not operational at this time and was unable to supply hot mix to this
project prior to the Outlet Mall opening. Therefore,TxDOT at the request of the City, requested that Austin Bridge&Road purchase hot mix
from other sources in order to pave the above mentioned prior to the Outlet Mall opening. Additional hot mix costs as well as hauling costs
were incurred. This change order compensates the contractor for the difference in price for hot mix and hauling for July 24,July 25,and July
26,2006. In addition, it also compensates the contractor for the additional hauling costs from the Austin Asphalt Plant located in Belton,
Texas for July 27,28th and 29th.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 13
Page 2 of 2
P
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
4
} 005 2066 96080518 UNIQUE CHANGE ORDER ITEM 18 DOL 1.00000 0.000 90,139.390 90,139.390 $90,139.39
CO DESCR Hot Mix&Haul-Expedite NBFR for Mall(7/24,7/25,7/26)
CHANGE ORDER AMOUNT $90,139.39
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 14
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
City of Round Rock CCSJ: 0015-09-148
(Outside Entity's Legal Name) Project. IM 3503(247)
2.Type of outside funding agreement for this change: Highway. H 35
Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
DActual Cost
(a) Contract Items(Bid Items): $500,516.99 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,ifany,as reflected by this form.
(c) Indirect Cost**: (a+ b)x = $0.00
enter% Advance Fun —13-
TOTAL $500,516.99
By
Type/ rin d Name N LL MAXU)6 Lb
Typed/Printed Title M A VQR-'�
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
R_&"1_C'tj`/3. /t'I)L,
�eM ger CHANGE ORDER NBR. 14 REPORT DATE: 03/23/07
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE$ROAD,LP AREA NUMBER: 055
DESCRIPTION: Temporary Entrance&Exit Ramps REASON: 4B - 3RD PARTY REQUESTED WORK
CO AMOUNT: $500,516.99 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $500,516.99 APPRV LEVEL: Assistant Executive Director-Operations
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order revises quantities on the original contract for the addition of a temporary entrance ramp through the existing northbound
rest area,temporary exit ramp 257 just north of Chandler road,and entrance ramp 258 just South of Westinghouse.
This change order also includes items to remove the existing rest area along Northbound IH 35.
The temporary exit ramp 257 and entrance ramp 258 were requested by the City of Round Rock in order to handle traffic for the opening of
the new Outlet Mall.
Plan sheets added: 13A,59A,596,59C, 132A, 156A, 1568, 369A.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 14 Page 2 of 2
* CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1255 01002002 000 PREPARING ROW STA 145.00000 87.500 7.500 95.000 $1,087.50
CO DESCR Temporary Ramps CO 14
005 1270 01042022 000 REMOVING CONC(CURB AND GUTTER) LF 3.50000 6,976.000 1,034.000 8,010.000 $3,619.00
CO DESCR Temp Ramps CO 14
005 1285 01062001 000 OBLITERATING ABANDONED ROAD STA 630.00000 41.190 1.600 42.790 $1,008.00
CO DESCR Temp Ramps CO 14
005 1290 01102001 000 EXCAVATION(ROADWAY) CY 8.70000 64,466.000 1,879.000 66,345.000 $16,347.30
CO DESCR Temp Ramps CO 14
005 1295 01322003 000 EMBANKMENT(FINAL)(ORD COMP)(TY B) CY 3.00000 21,789.000 147.000 21,936.000 $441.00
CO DESCR Temp Ramps CO 14
005 1335 02472060 000 FL BS(CMP IN PLC)(TY E GR 4)(FNAL POS) CY 22.00000 29,388.000 -5,105.580 24,282.420 -$112,322.76
CO DESCR Temp Ramp&Wstnghouse
005 1345 03412007 000 D-GR HMA(QCQA)TY-A PG70-22 TON 46.00000 2,522.000 8,065.230 10,587.230 $371,000.58
CO DESCR Temp Ramp CO 14
005 1350 03412014 000 D-GR HMA(QCQA)TY-B PG70-22 TON 46.50000 7,439.000 2,313.040 9,752.040 $107,556.36
CO DESCR Temp Ramps CO 14
005 1360 03412050 000 D-GR HMA(QCQA)TY-C PG70-22 TON 48.70000 5,255.000 2,172.980 7,427.980 $105,824.13
CO DESCR Temp Ramps CO 14
005 1420 04642011 000 RC PIPE(CL 111)(48 IN) LF 124.00000 0.000 16.000 16.000 $1,984.00
CO DESCR Temp Ramps CO 14
005 1531 05022001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 479.98000 0.000 8.000 8.000 $3,839.84
CO DESCR Temp Ramps CO 14-Detour Barricades through Rest Area.
005 1776 06622017 WK ZN PAV MRK NON-REMOV(W)(ARROW) EA 132.04000 10.000 1.000 11.000 $132.04
CO DESCR Temp Ramps CO 14
CHANGE ORDER AMOUNT $500,516.99
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 15
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
E Existing ❑Amended ❑New County: Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
DActual Cost
(a) Contract Items(Bid Items): $1,546.72 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a + b)x = $0.00
enter% Advance Fu
TOTAL $1,546.72
By
Type/Pant rame AJVLE MAKU 66L,
Typed/Printed Title
mg vo2
g
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
k-U°J-C -13--11C3
v�,. nlFpiniwF�Cm►pwt/M
gel" CHANGE ORDER NBR. 15 REPORT DATE: 12/13/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Change in Soil Retention Blanket type REASON: 2C - NEW DEVELOPMENT-COND CHANGE AFTER PS&E
CO AMOUNT: $7,693.12 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
At the request of the Austin District Environmental Coordinator,the contractor is placing the green Curlex type of soil retention blanket
instead of the straw blanket. The bid item allows for both types,and the contractor bid the project to use the straw blanket;however,this
type is not used in this area. An additional cost of approximately 16 cents per SY will be incurred by the contractor.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
i
CONTRACTID 001509148 CHANGE ORDER NBR. 15
Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
001 0125 01692003 000 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.05000 38,415.000 -38,415.000 0.000 -$40,335.75
CO DESCR See Line 0126
001 0126 01692003 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.21000 0.000 38,415.000 38,415.000 $46,482.15
CO DESCR Green Curlex Soil Retention Blanket
005 1330 01692003 000 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.05000 9,667.000 -9,667.000 0.000 -$10,150.35
CO DESCR Change type-See Line 1331
005 1331 01692003 SOIL RETENTION BLANKETS(CL 1)(TY C) SY 1.21000 0.000 9,667.000 9,667.000 $11,697.07
CO DESCR Green Curlex Soil Retention Blanket
CHANGE ORDER AMOUNT $7,693.12
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 16
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2.Type of outside funding agreement for this change: Highway. H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin-14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number: 08053207
E]Actual Cost
(a) Contract Items(Bid Items): $27,000.00 Use as needed.
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a+ b)x _ $0.00 }
enter% Advance Fu n !3
TOTAL $27,000.00
BY
Type/Printed Name A LE MAXW E LL
Typed/Printed Title
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
R-07-c(-1-13 1103
. L �[nS.x S4p:nnrwiA+.iS".nAWwlilba
'Eonager CHANGE ORDER NBR. 16 REPORT DATE: 12/14/06
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD,LP AREA NUMBER: 055
DESCRIPTION: Time Extension No.2 REASON: 2A - DISPUTE RESOLUTION-CONDITIONS OR DELAY
CO AMOUNT: $27,000.00 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $0.00 APPRV LEVEL: Area Engineer
TIME EXT.#: 2 and Days adjusted on the C.O. 45
TIME ADJUSTMENTS EXPLANATION ADJUSTED DAYS
CONTRACT During the period from February 12,2006 and July 15,2006,45 contract charge 45
days were lost primarily due to delays resulting from the failure to relocate AT&T
Fiber Optic and copper lines along the northbound frontage road,as well as delays
incurred awaiting for storm sewer lines K/J redesigns and fabrication time.
A total of 65 days have been added to the contract, between time extension no. 1 for
20 days,and this time extension for 45 days. Therefore,we are adding three(3)
months of barricades to the contract in conjunction with this time extensions.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPED/PRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
JCONTRACT ID 001509148 CHANGE ORDER NBR. 18 Page 2 of 2
CONTRACT ITEMS
PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
005 1530 05022001 000 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 9,000.00000 8.000 3.000 11.000 $27,000.00
CO DESCR CO 16
CHANGE ORDER AMOUNT $27,000.00
TEXAS DEPARTMENT OF TRANSPORTATION
CHANGE ORDER NUMBER: 17
Advance Funding Agreement(Third Party Funding)Information
This form is used when the subject change order involves funding by a source other than TxDOT/U.S.DOT.
1. Outside funding provided by:
CCSJ: 0015-09-148
City of Round Rock
(Outside Entity's Legal Name) Project: IM 3503(247)
2. Type of outside funding agreement for this change: Highway: H 35
0 Existing ❑Amended ❑New County. Williamson
[Check one]
District: Austin- 14
3. Indicate the type and amount of funding:
Contract
❑Fixed Price(Lump Sum) (Estimated Amount ) Number. 08053207
DActual Cost
(a) Contract Items(Bid Items): $1,869.05 Use as needed:
I hereby approve the modifications covered by Form CO
(b) E&C*: (a)x = $0.00 for this Change Order and agree to finance the additional
enter% costs,if any,as reflected by this form.
(c) Indirect Cost**: (a+ b)x = $0.00
enter% Advance Fu n —� (?
TOTAL $1,869.05
By
Type/Printed Name NYLFr MAXtrWE L
Typed/Printed Title MAYO i
Advance Funding for this Change Order has been arranged:
District Engineer Date
Typed/Printed Name:
TXDOT Form CO-AFA
Manager' CHANGE ORDER NBR. 17 REPORT DATE: 04/03/07
I ;
CONTRACT ID: 001509148 HIGHWAY: IH 35
PROJECT: IM 3503(247) DISTRICT: 14
CONTRACT: 08053207 COUNTY: WILLIAMSON
CONTRACT PRICE: $10,697,840.28 AREA ENGINEER: John Wagner,P.E.
CONTRACTOR: AUSTIN BRIDGE&ROAD, LP AREA NUMBER: 055
DESCRIPTION: Compensation for Delay due to Fiber Optic Line REASON: 2G - UNADJUSTED UTILITY(UNFORESEEABLE)
CO AMOUNT: $1,869.05 CO TYPE: STATE LETTER OF AUTH-PARTICIPATING
3RD PARTY AMOUNT: $1,869.05 APPRV LEVEL: Area Engineer
DESCRIBE THE REASON FOR THE CHANGE ORDER AND WHAT IS BEING CHANGED. WHEN NECESSARY,INCLUDE EXCEPTIONS TO THIS AGREEMENT:
This change order compensates Royal Vista,the Utility Sub-Contractor on this project,for the delays incurred due to the incorrect
relocation of the AT&T fiber optic line along eastbound University Drive. This line originally interferred with the new storm sewer line. AT&T
relocated the line and Royal Vista mobilized only to find that the line was still in conflict. This change order is full compensation for their
delay and approved markups.
"By signing this change order,the contractor agrees to waive any and all claims for additional compensation due to any and all other expenses;additional changes for time,
overhead and profit;or loss of compensation as a result of this change and that this agreement is made in accordance Item 4 and the Contract.Exceptions should be noted in
explanation above."
THE CONTRACTOR
BY: DISTRICT ENGINEER:
DATE DATE
TYPEDIPRINTED NAME: DIRECTOR,CONSTRUCTION DIVISION:
DATE DATE
TYPED/PRINTED TITLE: AED For Eng.Operations:
DATE DATE
AREA ENGINEER: FHWA:
DATE DATE
AREA ENGINEER'S SEAL:
CONTRACT ID 001509148 CHANGE ORDER NBR. 17 Page 2 of 2
CONTRACT ITEMS
t PROJECT NBR 001509148
CATG LINE ITEM SP DESCRIPTION UNIT UNIT ORIG+PREV QTY NEW AMOUNT
NBR ITEM CODE NBR PRICE REV QTY THIS CO QTY THIS CO
4
005 2067 96080519 UNIQUE CHANGE ORDER ITEM 19 DOL 1,869.05000 0.000 1.000 1.000 $1,869.05
CO DESCR Compensation to Royal Vista for Utility Delay
CHANGE ORDER AMOUNT $1,869.05