Skip to main content
Pinellas County Logo
File #: 25-0816A    Version: 1
Type: Contract/Agreement Status: Regular Agenda
File created: 5/23/2025 Department: Utilities
On agenda: 7/22/2025 Final action:
Title: Change Order No. 1 in the amount of $5,000,000.00 to the agreement with Rowland DE, LLC for the annual sanitary sewer repairs and extensions Fiscal Year 2024-2026.
Attachments: 1. CO1 24-0384 - AATF, 2. CO-FORM-Change_Order_1_ry, 3. PO_Analysis_Report_-_2025-05-20T151906.pdf, 4. OMB.REVIEW_25-0816A_Utilities_SewerAnnualCO1_30-MAY-2025
Related files: 24-1090A

Subject:

Title

Change Order No. 1 in the amount of $5,000,000.00 to the agreement with Rowland DE, LLC for the annual sanitary sewer repairs and extensions Fiscal Year 2024-2026.

label

Recommended Action:

Recommended Action

Approval of Change Order No. 1 in the amount of $5,000,000.00 to the agreement with Rowland DE, LLC for the annual sanitary sewer repairs and extension Fiscal Year (FY) 2024-2026; County BID No. 24-0384-ITB-C.

 

                     The purpose of this contract is for the repair, rehabilitation, replacement, and extension of sanitary sewer pipes, manholes, and appurtenances at various locations throughout the County, with provisions for emergency repairs.

                     This contract was approved by the Board of County Commissioners on July 30, 2024, for $10,209,703.75, with all work to be completed within 730 consecutive calendar days.

                     Due to impacts from recent storms, notably Hurricane Milton and Hurricane Helene, weaknesses in aged sanitary infrastructure have become more apparent, requiring additional efforts to perform repairs to maintain service to Pinellas County customers and to avoid environmental impacts and property damage.

                     As a result of increased usage, the contract amount has depleted at a higher rate and will not last until the expected issuance of the Annual Sanitary Sewer Repair contract for FY27-29. The additional $5,000,000.00 will allow continued and uninterrupted ability to continue sanitary repairs to maintain a high level of customer service and prevent environmental and property damage for the remainder of this contract.

                     The department has requested $5,022,872.84 from Federal Emergency Management Agency to cover the costs of some of the sewer repairs that were directly caused by Hurricanes, which are still pending approval.

                     Funding for repair work orders is budgeted in the Sewer Revenue and Operating Fund, while funding for rehabilitation, replacement, and extension work orders is budgeted in the Sewer Renewal and Replacement Fund.

 

Contract No. 24-0384-ITB-C increase for $5,000,000.00 for a revised total not to exceed the amount of $15,209,703.75; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Priorities:

Resilient Infrastructure and Environment
  Natural Environment Index

 

Summary:

Summary

Due to impacts from recent storms, notably Hurricane Milton and Hurricane Helene, weaknesses in aged sanitary infrastructure have become more apparent, requiring additional efforts to perform repairs to maintain service to Pinellas County customers and to avoid environmental impacts and property damage. Due to the increased usage, the contract amount has depleted at a higher rate and will not last until the expected issuance of the Annual Sanitary Sewer Repair contract for FY 2027 to FY 2029. The
additional funds will allow continued and uninterrupted ability to continue sanitary repairs to maintain high level of service to customers and prevent environmental and property damage for the remainder of this current contract. The department has
requested $5,022,872.84 from FEMA to cover the costs of some of the sewer repairs that were directly caused by Hurricanes, which are still pending approval.
Body

 

Background Information:

This project is for the repair, rehabilitation, replacement, and extension of sanitary sewer pipes, manholes and appurtenances at various locations throughout the County. This work order contract is necessary to construct individual projects that are typically smaller in cost and are more efficiently managed through a work-order type contract rather than advertising and bidding each small project or repair individually. This approach reduces the overall construction timeframe and provides cost-benefits to the County by grouping numerous small projects under a work order type contract. It also provides the flexibility to address unanticipated infrastructure needs (i.e., emergency failures), and provides the ability to quickly mitigate inflow and infiltration (I&I) and sanitary sewer overflows (SSO) occurrences.

 

Fiscal Impact:

Original Agreement Amount: $10,209,703.75

Increase due to Change Order No. 1: $5,000,000.00

Final Revised Agreement Amount: $15,209,703.75

 

Funding for this contract is not fully represented in the FY25-FY30 Capital Improvement Plan or the FY25 Operating Budget because the contract establishes a not to exceed value, with obligation occurring upon issuance of work order assignments (purchase orders). Funding is determined by the individual work order assignment sourced to the agreement, and actual expenditures are contingent upon work completed. The department may appropriate the full not-to-exceed amount or less. Repair work orders will be funded by the Sewer Revenue and Operating Fund, while rehabilitation, replacement, and extension work orders will be funded by the Sewer Renewal and Replacement Fund.

 

If future fiscal year funding is not available for this contract, the County maintains the authority to terminate this agreement.

 

Staff Member Responsible:

Jeremy Waugh, P.E., Director, Utilities
Merry Celeste, Purchasing Director, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Change Order No. 1