Skip to main content
File #: 25-0560    Version: 1 Name: Bay Ridge Flood Reduction
Type: Agenda Item Status: Old Business
File created: 11/19/2025 In control: Capital Projects
On agenda: 12/16/2025 Final action:
Title: Consider and take action on a resolution authorizing Change Order 5 to the construction contract with G.W. Phillips Concrete Construction, Inc. for Bay Ridge Flood Reduction - Phase 1 (DR2004), in an amount not to exceed $86,779 (Executive Director of Capital Projects) Council postponed 8-0-0 on November 18, 2025.
Attachments: 1. Proposed Resolution, 2. Exhibit A - Change Order 5 with Support Docs, 3. Attachments 1 thru 3 -WCD 5 thru 7-Layouts, 4. Approved Change Orders 1-4, 5. Contract Award Resolution, 6. CIP Project Sheet, 7. CIP Aerial Map (Modif.)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

Consider and take action on a resolution authorizing Change Order 5 to the construction contract with G.W. Phillips Concrete Construction, Inc. for Bay Ridge Flood Reduction - Phase 1 (DR2004), in an amount not to exceed $86,779 (Executive Director of Capital Projects)

 

Council postponed 8-0-0 on November 18, 2025.

 

Background:

Approval of this resolution will authorize Change Order 5 to the construction contract with G.W. Phillips Concrete Construction, Inc. for the Bay Ridge Flood Reduction - Phase 1 (DR2004), in an amount not to exceed $82,529.

 

This project is the third of four planned projects impacting the Gum Bayou Watershed and Bay Ridge Subdivision. All these projects are designed to help with street ponding and reduce the flooding potential during large rainfall events.  This project scope is to raise a section of Bay Ridge Blvd. to avoid sheet flow from SH 96 during a storm event to migrate down into the subdivision. 

 

Summary of Change Orders 1 thru 5 to date of which the first 3 were administratively approved, Change Order 4 as well as Change Orders 1 thru 3 were approved by Council on April 22, 2025, and Change Order 5 is being considered now:

 

Change Order 1: After design plans were completed, the waterline being altered as part of the project was taken out of service. This line connected the SH 96 crossing to the water plant site at Bayridge Park. Instead of complete removal from the project, the waterline alignment was modified to allow for a looped system in the neighborhood. $39,238 contract increase. 

 

Change Order 2: Covers remobilization and work performed on the old waterline before the alignment was modified. $0 contract increase.

 

Change Order 3: Due to the age of the existing waterline in the neighborhood and some unforeseen conflicts underground this change order had to be issue.  One additional fire hydrant, removal of a large abandoned underground meter vault in the median, a new gate valve to tie in the existing hydrant at the gas station and a new service bore for the gas station were added. $0 contract increase.

 

Change Order 4: After City Council award of the construction contract, TxDOT required changes to the traffic control plan for the project. This change in design requires temporarily paving the median at the entrance of the neighborhood along Bayridge Drive. As part of the bid, there were no items for the Contractor to cover these changes. Approval of this change order will create the necessary items for billing. The funding for this change order will come from the “Work Change Directive” budget approved with the original construction contract. The new traffic control plan will allow for more efficient traffic movement through the SH 96 intersection during construction which is scheduled to be completed in June. $32,800 contract increase.  Change Order 4 was approved by Council on April 22, 2025.

 

Proposed Change Order 5: This change order is combination of three (3) Work Change Directives (WCD)folded into this proposed Change Order for ease of approvals and payments.

 

- WCD 5 - There is a need for asphalt transitions from the new concrete paving to the existing asphalt

pavement. These transitions were not captured in existing bid items. These two transitions were approved at a cost of $4,250 per side for a total of $8,500, which is the minimum cost associated with the asphalt sub-contractor. One of these transitions will be credited back as part of WCD 6.

 

Plans assumed a clean, same level, saw-cut joint between new concrete and existing asphalt but field condition required a slight elevation adjustment and a tighter joint which required removal and replacement of a strip of asphalt.  See Attachment 1 for further explanation, layout, and photo.   

 

- WCD 6 - During the installation of 36” RCP across roadway from phase 1 termination point to an inlet, field elevations showed top of pipe elevation did not align with the approved plan set. It appears that earlier design plans showed inlet at higher elevation of pavement thus provided adequate cover over the pipe but later design plans showed inlet further down from SH 96 to capture more stormwater runoff. This relocation of inlet to lower elevation caused top of 36” RCP to be in asphalt pavement section. There is a 1-foot height difference where the new pavement and existing asphalt meet.

 

Options considered to resolve the field discovery included dual smaller pipes or shallower storm box with a new junction box and inlet and return of delivered pipe and inlet versus staying with same storm design but removing and replacing more existing asphalt toward the SH 96 intersection. This option allowed use of existing material and saved considerable time. This WCD 6 will provide for the removal and replacement of the existing asphalt and base within a 75-feet transition to make up the 12-inch elevation difference. Contract increase is $53,385 which includes a credit of $4,250 mentioned in WCD 5. This option was less expensive than other options and provided less downtime to the contractor to complete work. See Attachment 2 for further explanation, layout, and photo.

 

- WCD 7 - During the reconstruction of second driveway tie-in to the raised roadway, it was discovered that final plans showed a shorter transition due to probably either error in elevation difference or an assumption that steeper transition would still work. Staff discovered that earlier design plans showed a longer transition. Field condition observations and elevation shots showed that a longer transition is more suitable for this drive and provides for positive drainage to an existing area inlet.  Otherwise,  a ponding depth of 8 -12” could occur in this area.  A longer transition, as shown in plans, was provided for the other drive resulting in a smoother tie-in.  This WCD 7 will provide for the removal and replacement of 6 concrete panels within the parking lot to regrade the area to the nearest storm water area inlet. Contract increase is $24,894.  See Attachment 3 for further explanation, layout, and photos.

 

Additionally, in late November, during the pouring of retaining wall along the outbound lanes, contractor discovered that final quantity of concrete could be approximately 40 CY more than the bid quantity.  Extra quantity will be charged based on bid unit price.  Since we still do not have a final quantity on this, it will be reflected in a future change order or final project quantity reconciliation change order. 

   

This project is part of the 2019 GO Bond Drainage Program.

 

Attachments:

 

1.                     Proposed Resolution

2.                     Exhibit A - Change Order 5 with Support Documents

3.                     Attachments 1 thru 3 - CO 5 - Layouts

4.                     Approved Change Orders 1-4

5.                     Contract Award Resolution

6.                     CIP Project Sheet

7.                     CIP Aerial Map (Modif.)

                                    

FUNDING

{X} Funding in the amount of $86,779 is available from GO Bond Prop A 2021 issuance, Fund 5270, with expenses charged to project expense string DR2004-CONSTRUCT-CONSTRUCT-21PROPA.

 

Staff recommends moving $49,900 from The Meadows Subdivision Drainage Improvements Phase 1 & 2 construction contingency for an anticipated Change Order 6 regarding the retaining wall, which falls within the City Manager’s singing authority as well as the 25% construction threshold. Project DR1905, The Meadows, is currently 93% complete as of October 30th, 2025, with no anticipated future change orders.

 

 

STRATEGIC PLANNING

{X} Addresses Strategic Planning Critical Success Factor #1: Develop and Maintain our Infrastructure