Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Ordinance No. 16,072 ORDINANCE NO. 16,072
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN,
TEXAS, AUTHORIZING DEDUCTIVE CHANGE ORDER NO. 2 WITH
LUCAS CONSTRUCTION COMPANY, INC, FOR THE RECONSTRUCTION
OF NARCILLE STREET AND BAY OAKS HARBOR PROJECT,
DECREASING THE CONTRACT AMOUNT BY THREE HUNDRED THIRTY-
THREE THOUSAND SIX HUNDRED TWENTY-NINE AND 00100
DOLLARS ($333,629.00); AND PROVIDING FOR THE EFFECTIVE DATE
THEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS:
Section 1: That the City Council does hereby authorize Deductive Change Order No. 2
with Lucas Construction Company, Inc., for the Reconstruction of Narcille Street and Bay Oaks
Harbor Project, decreasing the contract amount by THREE HUNDRED THIRTY-THREE
THOUSAND SIX HUNDRED TWENTY-NINE AND 00 100 DOLLARS ($333,629.00). A copy
of said change order is attached hereto, marked Exhibit "A" and made a part hereof for all intents
and purposes.
Section 2: This ordinance shall take effect immediately from and after its passage by the
City Council of the City of Baytown.
INTRODUCED, READ and PASSED by the affirmative vote of the City Council of the
City of Baytown this the 13`I' day of February, 2025.
CA'AkLEA JOH 1§077MYor
TEST: sY 4�Y;�6ti�Y
r�G�e6pOer°eaeo c?,�;�;,
0
ANG • JACKSO ' �tl�C*kV.
�.
✓, eee eB S-T
e°eoeo
APPROVED S FOR _
SCOTT L ND, City Attorney
Riordinances and Resolutions'.Ordinance Drafts 2025-13-02\Authorizing Deductive Change Order No. 2"Narcille St and Bay Oaks Harbor
Project kh.docx
EXHIBIT nArr CITY OF BAYTOWN
PUBLIC WORKS&ENGINEERING
2123 Market St.
Igy Baytown,Texas 77520
BMTOWN CHANGE ORDER
Reconstruction Project Narcille and Bay Oaks Harbor
Date of Issuance: 1 10.2025 Change Order No.: 2
Contractor: Lucas Construction Co.Inc. CoB Project No.: RDWY 1904
Designer: BBI/ARKK/COB P.O.No.: 2313578
Contract#4250160
Explanation:
This change order encompasses the following:
The purpose of this change order is to facilitate the closeout of the Bay Oaks Harbor Reconstruction CIP Project.
The majority of the items listed below were put into the contract to cover potential overruns in construction
quantities and to minimize the likelihood of change orders.Following the field verification of the 2020 construction
survey,it was determined that the quantities and items specified below were overestimated.Numerous items were
identified as unnecessary as the project advanced. Additionally,various properties were developed,and driveways
were incorporated into the quantities as required.
Bid Tab Part I Items:
(Item 1.4)Temporary mailbox on 4x4 wood post and wood skids,complete in place.
(Item 1.9)Stabilized construction access.
(Item 1.14)Install tree protection fence.
(Item 1.16)Install zero curb cutback
(Item 1.19)Remove and dispose of existing pavement
(Item 1.2)Remove and dispose of existing driveways
(Item 1.22)Remove and dispose of concrete curb
(Item 1.27)6"Concrete curb
(Item 1.28)Reinforced concrete driveway 6-inch thick
(Item 1.29)4 inch thick sidewalk
(Item 1.39)Trench safety
(Item 1.47)Furnish and install fire hydrant assembly at all depths including FH lead,6"GV&B and tee
(Item 1.49)Hand dig water tap& lead,fire hydrant or fittings
(Item 1.56)Off duty uniformed police officer
(Item 1.57)Furnish and install well pointing systems
(Item 1.58)Furnish and install reinforced filter fabric fence
(Item 1.59)Cement stabilized sand
(Item 1.6)Furnish extra borrow as directed by engineer
(Item 1.61)Extra machine excavation as directed by engineer
(Item 1.62)Extra hand excavation as directed by engineer
(Item 1.63)Hand removal of sidewalk in vicinty of trees as directed by engineer
Construction 1 of 5 D16 Revised 9 2023
Bid Tab Part II Items:
(Item 2.2)Miscellaneous allowance for use by city for general construction items
(Item 2.6)Inlet protection barrier for erosion control
(Item 2.11)Reinforced concrete pavement 6-inch
(Item 2.12)4x 12 Concrete laydown curb
(Item 2.14)Remove&replace existing 6-inch concrete driveway
(Item 2.17)Remove and dispose existing storm sewers,less than or equal to 30-inch diameter
(Item 2.23)PVC yard drain pipe(2%4"),including fittings and appurtenances
(Item 2.24)Trench safety system for all water mains,sanitary sewers and storm sewers greater than 5-fee deep
(Item 2.25)6"PVC C-900(DR 18)waterline by open cut or augered construction with restrained joints,all depths
(Item 2.26) 12" Split steel casing installed on conflict structures,including spacers and end seals
(Item 2.27)Long side water service replacement,includes min 1-inch polyethylene tubing
(Item 2.3)Adjust existing valve,meter box or cleanout to grade
(Item 2.31)4 6"sanitary service reconnections(by excavation)all depths inludes 8"of service line and cleanout at
property line
(Item 2.32)Additional length of service line beyond the 8"service line all depths
(Item 2.34)Extra 1.5 sack of cement per cubic yard added to 6-inch reinforced concrete pavement(coal of 7.0
sack/cubic yard)
(Item 2.35)Install extra cement stabilized sand backfill
(Item 2.36)Short side service replacement includes min V polyethylene tubing
(Item 2.37)Additional water service line tubing
(Item 2.38)Relocate existing water meter and meter box
(Item 2.39)Well pointing for storm sewer all sizes all depths including all necessary appurtenances
(Item 2.4)Wet condition bedding for 30-inch RCP and smaller storm sewer and utility installation,all depths
(Item 2.41)Wet condition bedding for manhold,junction manhole,conflict junction manhole construction
(Item 2.42)Solid sheet shoring system for storm sewer,all sizes,all depths
(Item 2.43)Installation and removal of piezometers
(Item 2.44)Brace,support and protect utility structures as per utility company's requirements
(Item 2.45)Borrow material
BID TAB PART III ITEMS:
(Item 3.2)Miscellaneous allowance for use by city for general construction items as directed by engineer
(Item 3.5)Block sodding
(Item 3.11)4x 12 Concrete laydown curb
(Item 3.21)Trench safety system for all water mains,sanitary sewers and storm sewers,greater than 5-feet deep
(Item 3.24)Adjust existing fire hydrant to grade
(Item 3.27)Install extra cement stabilized sand backfill
(Item 3.28)Long side water service replacement,includes min 1-inch ployethylele tubing
(Item 3.29)4" 6"Sanitary service reconnections(by excavation),all depths,includes 8-inch of service line and
cleanout at property line
(Item 3.3)Adjust Relocate existing valve,meter box or cleanouts
(Item 3.31)Additional water service line tubing
(Item 3.32)Well pointing for storm sewer all sizes all depths including all necessary appurtenances
(Item 3.33)Wet condition bedding for 30"RCP and smaller storm sewer and utility installation,all depths,
consisting of 12"crushed stone foundation
(Item 3.34)Wet condition beddine for manhole,iunction manhole,conflict function manhold construction,all sizes,
Construction 2 of 5 D16 Revised 9 2023
Description of Work Cost Time
1. (Item 1.4)Temporary mailbox on 4x4 wood post and wood skids $ (5,400.00) Days
2. (Item 1.9)Stabilized construction access $ (3,000.00) Days
3. (Item 1.1)Install tree protection fence $ (1,750.00) Days
4. (Item 1.16)Install zero curb cutback $ (2,000.00) Days
5. (Item 1.19)Remove and dispose of existing pavement $ (1,440.00) Days
6. (Item 1.2)Remove and dispose of existing driveways $ 4,200.00 Days
7. (Item 1.22)Remove and dispose of concrete curb $ (125.00) Days
8. (Item 1.27) 6"Concrete curb $ (2,660.00) Days
9. (Item 1.28)Reinforced concrete driveway 6-inch thick $ (340.00) Days
10. (Item 1.29)4-inch thick sidewalk $ (200.00) Days
11. (Item 1.39)Trench safety $ (160.00) Days
12. (Item 1.47)Furnish and install fire hydrant assembly at all depths
including FH lead,6"GV&B and tee $ 9,000.00 Days
13. (Item 1.49)Hand dig water tap&lead,fire hydrant of fittings $ (4,000.00) Days
14. (Item 1.56)Off duty uniformed police officer $ (3,500.00) Days
15. (Item 1.57)Furnish and install well pointing systems $ (3,675.00) Days
16. (Item 1.58)Furnish and install reinforced filter fabric fence $ (294.00) Days
17. (Item 1.59)Cement stabilized sand $ (1,750.00) Days
18. (Item 1.6)Furnish extra borrow as directed by engineer $ (1,800.00) Days
19. (Item 1.61)Extra machine excavation as directed by engineer $ (2,000.00) Days
20. (Item 1.62)Extra hand excavation as directed by engineer $ (810.00) Days
21. (Item 1.63)Hand removal of sidewalk in vicinity of trees as directed
by engineer $ (4,400.00) Days
22. (Item 2.2)Miscellaneous allowance for use by city for general
construction Items $ (50,000.00) Days
23. (Item 2.6)linlet protection barrier for erosion control $ (1,000.00) Days
24. (Item 2.11)Reinforced concrete pavement 6-inch $ (2,880.00) Days
25. (Item 2.12)4x12 concrete laydown curb $ (749.00) Days
26. (Item 2.14)Remove and replace existing 6-inch concrete driveway $ (13,200.00) Days
27. (Item 2.17)Remove and dispose existing storm sewers,less than or
equal to 30"diameter $ (720.00) Days
28. (Item 2.23)PVC yard drain pipe(2"4"),including fittings and
appurtenances $ (1,000.00) Days
29. (Item 2.24)Trench safety system for all water mains,sanitary sewers
and storm sewers,greater then 5-feet deep $ (1,418.00) Days
30. (Item 2.25)6"PVC C-900(DR 18)waterline by open cut or augered
construction with restrained joints,all depths $ (780.00) Days
31. (Item 2.26) 12"split steel casing installed on conflict structures,
including spacers and end seals $ (1,200.00) Days
Construction 3 of 5 D 16 Revised 9 2023
32. (Item 2.27)Long side water service replacement,includes min 1-inch
polethylene tubing $ (9,000.00) Days
33. (Item 2.3)Adjust existing valve,meter box or cleanout to grade $ (12,000.00) Days
34. (Item 2.31)4"6"santtary service reconnections(by excavation)all
depths includes 8"of service line and cleanout to property line $ (16,000.00) Days
35. (Item 2.32)Additional length of service line beyone the 8"service
line all depths $ (7,760.00) Days
36. (Item 2.34)Extra 1.5 sack of cement per cuic yard added to 6-inch
reinforced concrete pavement(total of 7.0 sack/cubic yard) $ (160.00) Days
37. (Item 2.35)Install extra cement stabilized sand backfill $ (9,000.00) Days
(Item 2.36)Short side service replacement includes min I"
38. polyethylene tubing $ (1,600.00) Days
39. (Item 2.37)Additional water service line tubing $ 475.00 Days
40. (Item 2 38)Relocated existing water meter and meter box $ 3,750.00 Days
41. (Item 2 39)Well pointing for storm sewer all sizes all depths
including all necessary appurtenances $ (6,000.00) Days
42. (Item 2.4)Wet condition bedding for 30"RCP and smaller storm
sewer and utility installation,all depths $ (3,000.00) Days
43. (Item 2.41)Wet condition bedding for manhole,junction manhole,
conflict junction manhole construction,all sizes,all depths $ (5,000.00) Days
44. (Item 2.42)Solid sheet shoring system for storm sewer,all sizes,all
depths $ (1,600.00) Days
45. (Item 2.43)Installation and removal of piezometers $ (400.00) Days
46. (Item 2.44)Brace,support and protect utility structures as per utility
company requirements $ (1,000.00) Days
47. (Item 2 45)Borrow material $ (2,000.00) Days
48. (Item 3 2)Miscellaneous allowance for use by City for general
construction items as directed by engineer $ (50,000.00) Days
49. (Item 3.5)Block sodding $ (560.00) Days
50. (Item 3.11)4x 12 concrete laydown curb $ (245.00) Days
51. (Item 3.21)Trench safety system for all water mains,sanitary sewers
and storm sewers,greater than 5-feet deep $ (158.00) Days
52. (Item 3.24)Adjust existing fire hydrant to grade $ (6,000.00) Days
53 (Item 3.27)Install extra cement stabilized sand backfill $ (5,220.00) Days
54. (Item 3.28)Long side water service replacement,includes min I-inch
polyethylene tubing $ (33,000.00) Days
55. (Item 3.29)4"6"sanitary service reconnections(by excavation),all
depths,includes 8-inch of service line an cleanout at propery line $ (6,400.00) Days
56. (Item 3.3)Adjust/relocate existing valve,meter box or cleanouts $ (46,400.00) Days
57. (Item 3.31)Additional water service line tubing $ (300.00) Days
58. (Item 3.32)Well pointing for storm sewer all sizes all depths
including all necessary appurtenances $ (6,000.00) Days
59. (Item 3.33)Wwet condtton bedding for 30"RCP and smaller storm
sewer and utility installation,all depths,consisting of 12"crushed
stone foundation $ (3,000.00) Days
60. (Item 3.34)Wwet condition bedding for manhole,junction manhole,
conflict junction manhole construction,all sizes,all depths $ (5,000.00) Days
61. (Item 3.35)Solid sheet shoring system for storm sewer,all sizes,all
depths $ (1,600.00) Days
Construction 4 of 5 D 16 Revised 9 2023
62. (Item 3.36)linstallation and removal of piezometers $ (400.00) Days
Please attach back-up documentation
Cost&Time Change Summary Cost Time
Original Contract: $ 5,999,999.99 450 Days
Previous Change Order(s): $ - 3 Days
Contract prior to this change order: $ 5,999,999.99 Days
Net increase(decrease)from this change order 5 (333,629.00) Days
Revised Contract: $ 5,666,370.99 453 Days
Percent increase(decrease)this Change Order 5.56%
Percent increase(decrease)all Change Orders 5.56%
RECOMMENDED: RECOMMENDED:
By: 9,44 (.v"* Date:` 1/27/2025 _ By,Wj/,fDr FOS, P.E. Date: 1-29-25
Design Engineer ARKK Frank Simoncaux,Jr. Director of Public Works&EngineeunY
AC CEP D' FINANCE APPROVAL _
By: Date: t 27/2025 B Date: 3 y
Con ctor Teresa McKenzie,Chie mancial Officer
RECQMME ED: APPROVED:
By: I OW Date: 1/27/2025 By Date:
Project Manager Jason E Reynolds,Cih Manager
VE
By: Date: 1/27/2025
Business Asset Team Member
'Contractor agrees to perform changes)included in this Change Order for the price and time indicated The prices for changes included all costs associated
with this Change Order
No work is to be done until this change order is executed No payment to the Contractor(or Consultant)shall be made for work included in the change order
until the Contractors pay estimate is updated
Revise the project plans and specifications as referenced and insofar as the original project drawings and specifications are inconsistent this Change Order
governs Upon execution b)all parties.the following changes identified for the contract%alue and or contract time shown,are made pan of the contract
RECOMMENDED:
By: I Date: 1/27/2025
Design Engineer-Binklcy&Barfield
RECOMMENDED:
By: Date: 01/27/2025
Design Engineer-COB
Construction 5 of 5 D16 Revised 9 2023
CONSTRUCTION CO INC.
December 10,2024
City of Baytown
2123 Market St
Baytown,TX 77520
Attn:Ms.Danielle Cain
Re: City of Baytown 2020 Reconstruction Project Narcille and Bay Oaks Harbor—Change Order
Proposal No.2—Closeout Change Order
Dear Ms.Cain,
Lucas Construction Company,Inc. proposes to provide labor,materials,supervision, layout,
equipment and insurance necessary to make the following changes to the above referenced project:
g%
S
ct
J
8 8 8 8 8 8 8 8 8 8. 8 8 8 8 8 8 8 8 8 8
o I
g�
m _ _
8 8 8 8 8 8 8 8 8 8 8 8 8 $ 8 8 $ 8
s 8 8 A
c
8 8 8
8 8 8 8 8 8 8 8 8 a 8 8 8 a 8 8 8 8 8 8
r �
F °
� I
e f
s >
S
m �
W
6@ 7t i° S ag
a ppd W
N • � �a C y e � �p Y� c4 � � a p� �P ° � � y$ Eg
6
3 lay7 C e yi m
m 6 L
8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 a 8 8 8 8
m m m
8 8 8 8 8 8 8 8 8 8 81 8 8 8 8 8 8 8 8 8 8 8 8 8 8
a 8 s R + 8 R � i 8 5 8 $ R 8 i s
-
_ 1
W N 1N 11 1 t 1W W N U W W W U
8 F
7 -
G
a e a 91 A
s � 9
g .
E ` ' 3 ' 9 a o io
.1 A
�5 e
u Q 8
R X 8 R X L! -
a
r _: 4 4 ; ; ; ; ; ■ ; ;_ ; : : � ■ a ■
a | 9 e s a , a 88. ■ , a ■ ;
� !
k
|
� � !
� � |§ § § 2 § k § , § ■ s & k s s
e , ■ s s a a s a a £ a s . a
§ ■ ! § § n § § § § |. # ! §
! a i ; | ■ , ■ ;
} k k | \ 2 k |
§ . § - ! n n ■ a / n - a
| a E
|
k ! ! Ez k
� ! !
) ! ! ! � 2 | |! | ■
is
2 ! ! Le
! ! ! ! !` | $ k
rx$ �| ,
.z
. < � ; ` � �. R ■ � !! !, ! ! _
� _ , ■ . ; ! � ■ ! ■
Net change to current contract amount=($333,629.00)
Proposed Current Contract Amount=$5,666,370.99
Please call me at 832-671-2374 or Willis Lucas at 281-316-9990 with any questions or concerns.
Additional days requested:0
Sincerely,
Pmm*
Jimmy McGinnis
Vice President
Lucas Construction Company, Inc.