Ordinance No. 16,266 ORDINANCE NO. 16,266
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN,
TEXAS, AUTHORIZING CHANGE ORDER NO. 1 FOR THE ASPHALT MILL
& OVERLAY PROGRAM PROJECT WITH TEXAS MATERIALS GROUP,
INC, DBA GULF COAST, A CRH COMPANY IN AN AMOUNT OF FIVE
HUNDRED SIXTY-EIGHT THOUSAND SIX HUNDRED SIXTY-THREE AND
NO/100 DOLLARS ($568,663.00); 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 Change Order No. 1 for the
Asphalt Mill & Overlay Program Project with Texas Materials Group, Inc. d/b/a Gulf Coast, a
CRH Company in an amount of FIVE HUNDRED SIXTY-EIGHT THOUSAND SIX HUNDRED
SIXTY-THREE AND NO/100 DOLLARS($568,663.00). 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 25th day of September, 2025.
���� CHARLES �' IcL ' :,i
ON, Mayor
AT EST: �'`` c�.'"YT
•
i m
ANGEL ACKSON, City Clean
APPROVE P A' TO-FORM:
SCOTT L ' OND, City Attorney
R:\Ordinances and Resolutions\Ordinance Drafts\2025-09-25\Authorizing Change Order No. 1 for the Asphalt Mill and Overlay Program
Project.kh.docx
EXHIBIT "A"
CITY OF BAYTOWN
PUBLIC WORKS& ENGINEERING
TTl=R 2123 Market St.
Baytown,Texas 77520
BAYTOWN CHANGE ORDER
FY2025 Mill and Overlay Project
Date of Issuance: 8/04/2025 Change Order No.: 1
Contractor: Texas Materials Group, Inc. CoB Project No.: RWDY2011
Designer: N/A Contract No.: 4250209
Explanation:
The following change order would give Texas Materials Group, Inc. an additional $568,663.00 in an increase of
quantities in order to complete the original scope of work in Calendar 2025. Texas Materials Group, Inc.,was
originally awarded the Mill and Overlay Project in FY23 with the ability to renew the agreement for two
consecutive years. The two renewals have been exhausted and the scope of work is not completed. Therefore the
request for additional funding and time is being proposed by Texas Materials Group, Inc. in order to fulfill their
obligation.
Description of Work Cost Time
Quantities of Materials Increased to complete Scope of Work
1 in Calendar 2025. (See Attached List For Clarification) $ 568,663.00 270 Days
2. $ - Days
3. $ - Days
4. $ - Days
5. $ - Days
Please attach back-up documentation
Cost& Time Change Summary Cost Time
Original Contract: $ 2,274,662.45 365 Days
Previous Change Order(s): 0 Days
Contract prior to this change order: $ 2,274,662.45 0 Days
Net increase(decrease)from this change order $ 568,663.00 270 Days
Revised Contract: $ 2,843,325.45 635 Days
Percent increase(decrease)this Change Order +25.0%
Percent increase(decrease)all Change Order +25.0%
RECOMMENDED: RECOMMENDED:
By: N/A Date: By: 7 J -= - - ! Date: 09/08/2025
Design Engineer Frank Simoneaux,Jr.,,Director of Public Works&Engineering
AC P ED*: FINANCE APPR VAL:
By. e: q • „20,,?� BS A G rate: 09/10/25
Contractor l e,w ,t/ Teresa McKenzie,Chief Financial Officer
RECOMM DED: APPROVED:
By: Date: 9-04-2025 By. Date:
Project Manager Jason E.Reynolds,City Manager
VERIFIED: 9/5/25
By: Date:
siness sset Team Mem er
Construction 1 of 2 D16 Revised 9/2023
*Contractor agrees to perform change(s)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 Contractor's 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 by all parties,the following changes identified for the contract value and/or contract time shown,are made part of the contract.
Construction 2 of 2 D 16 Revised 9/2023
TEXAS
MATERIALS
A CRH COMPANY
Texas Materials Group
3003 Kilgore parkway
P.O.Box 570
Baytown,Texas 77523
281.421.5721
281.471.6730
Fax 281.421.5796
August 4, 2025
Elodgie Davis
Operations Superintendent
2123 Market Street
Baytown, Texas 77520
281-420-5867
Elodgie,
Texas Materials is requesting the extension of the 2025 ASPHALT MILL OVERLAY from
9/30/2025 to 6/27/2026 of$568,663.00 in pay item quantities and 270 days added to
complete the contract.
Please contact me if you require any additional information(281.421.5721).
Sincerely,
Arley Garza
Texas Materials
BID ITEM CODE DESRIPTION BID QTY UNIT UNIT PRICE TOTAL
1 MOBILIZATION (3% MAXIMUM OF TOTAL BID) WITH CONTRACTOR PRVIDED TRAFFICCONTROL 2.000 LS $25,000.00 -
2 MOBILIZATION (3% MAXIMUM OF TOTAL BID) WITH CITY PRVIDED TRAFFICCONTROL 0.000 LS $22,000.00 -
3 REMOVE & REINSTALL MAIL BOXES, SIGNS, ETC AS NECESSARY 0.000 LS $1,800.00 -
4 ADJUST MANHOLE AS REQUIRED TO MATCH SURFACE OF NEW PVMT 0.000 LS $480.00 -
5 ADJ GRATE INLET AS REQ TO MATCH SURF OF NEW PVMT 0.000 LS $960.00 -
6 REMOVE ASPHALT SURFACE BY MILLING - ALL DEPTH 7,000.000 SY $4.75 -
7 REMOVE & DISPOSE OF OLD CONCRETE PAVEMENT INCLUDING DRIVEWAYS 53.000 SY $16.00 -
8 UNDERCUT TO DESIRED SUBGRADE 2,000.000 CY $44.00 -
9 LIME SLURRY 155.000 TONS $343.00 -
10 LIMESTONE FLEX BASE SUPPLEMENTAL 0.000 TONS $54.00 -
11 6" CONCRETE CURB & GUTTER 0.000 LF $69.50 -
12 4" BRK W/Y THERMOPLASTIC PV MARKINGS TYPE I 0.000 LF $0.75 -
13 4" SOLID W/Y THERMOPLASTIC PV MARKING TYPE I 0.000 LF $0.79 -
14 8" SOLID W/Y PV MARKING TYPE 1 0.000 LF $2.25 -
15 12" SOLID W/Y THERMOPLASTIC MARKINGS TYPE I 0.000 LF $3.50 -
16 24" SOLID W/Y THERMOPLASTIC MARKINGS TYPE I 0.000 LF $6.85 -
17 R/R CROSSING W THERMOPLASTIC PV MARKINGS TYPE I 0.000 EA $510.00 -
18 THERMOPLASTIC PV MARKING TYPE I WORD ONLY WHT 0.000 EA $227.00 -
19 THERMOPLASTIC PV MARKING TYPE I ARROW WHT 0.000 EA $193.00 -
20 THERMOPLASTIC PV MARKING TYPE I COMBO ARROW WHT 0.000 EA $222.00 -
21 4" SOLID W/Y SLD DBL THREMMO PVMT MARKINGS TYPE I 0.000 LF $1.75 -
22 6" CONCRETE PAVING 0.000 SY $75.00 -
23 6" SUBGRADE MANIPLULATION 0.000 SY $6.50 -
24 8" SUBGRADE MANIPLULATION 6,300.000 SY $6.50 -
25 8" CRUSHED CONCRETE 2,200.000 TONS $45.00 -
26 10" CRUSHED CONCRETE 1,000.000 TONS $45.00 -
27 TEMPORARY DRIVEWAYS 0.000 SY $23.25 -
28 BLACK BASE FOR BASE REPAIR 8" MIN THICKNESS 150.000 TONS $211.00 -
29 CEMENT STABILIZED SAND FOR UNSUITABLE SUBGRADE 0.000 TONS $54.50 -
30 1 1/2" CLASS D HMAC ROADWAY SURFACING 0.000 TONS $148.00 -
31 2" CLASS D HMAC ROADWAY SURFACING 850.000 TONS $146.00 -
32 1" CLASS D HMAC LEVEL-UP COURSE 0.000 TONS $279.00 -
33 1 1/2" CLASS D HMAC FEATHERING 0.000 TONS $295.00 -
34 TACK COAT 0.05 - .15 GAL/SY 0.000 GAL $4.50 -
35 STABILIMIX 30/70 75LB SY 0.000 TONS $251.00 -
36 PRIME COAT AT .35 GAL/SY 900.000 GAL $3.00 -
37 ADJ VALVE BOXES AS REQUIRED TO MATCH SURF OF NEW PVMT 0.000 LS $420.00 -
38 CEMENT FOR COB 0.000 TONS $220.00 -
TOTAL FOR PROJECT