Loading...
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