Pinellas County Florida Banner
File #: 22-0076D    Version: 1
Type: Purchasing Delegated Item Status: Agenda Ready
File created: 1/21/2022 Department: Public Works
On agenda: 3/31/2022 Final action: 3/7/2022
Title: Change Order No. 4 (final) with Granite Inliner LLC (previously Layne Inliner, LLC) and Insituform Technologies LLC Storm Sewer Cured in Place Pipelining PID #002625B
Attachments: 1. Insituform - Change Order No. 4 FINAL, 2. Granite - Change Order No. 4 FINAL
Related files: 16-706D, 17-455D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order No. 4 (final) with Granite Inliner LLC (previously Layne Inliner, LLC) and Insituform Technologies LLC Storm Sewer Cured in Place Pipelining PID #002625B

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of Change Order No. 4 (final) with Granite Inliner LLC (previously Layne Inliner, LLC) and Insituform Technologies LLC Storm Sewer Cured in Place Pipelining

 

                     This contract is for the trenchless restoration of storm sewer lines using cured-in-place pipelining at various locations throughout the County.

                     Change Order No. 4 (final) decreases both contracts; Granite Inliner LLC (Granite) by ($270,400.54) and Insituform Technologies LLC (Insituform) by ($165,767.92) resulting from the difference between original estimated and final quantities used and the balance of unspecified work not used.

                     Both contractors required decreases to the contract terms; Granite by 65 consecutive calendar days from 1460 to 1395 consecutive calendar days. Insituform by 51 consecutive calendar days from 1460 to 1409 consecutive calendar days.

                     This project was awarded by the Board of County Commissioners (Board) on July 15, 2014 in the amount of $3,688,001.00. Change Order No. 1 was approved by the County Administrator on November 19, 2015 transferring $1,000,000.00 from Insituform Technologies LLC to Granite Inliner LLC (previously Layne Inliner, LLC). Change Order No. 2 was approved by the County Administrator on August 25, 2016 transferring $635,000.00 from from Insituform Technologies LLC to Granite Inliner LLC (previously Layne Inliner, LLC). Change Order No. 3 was approved by County Administrator on August 25, 2016 transferring $700,000.00 from from Insituform Technologies LLC to Granite Inliner LLC (previously Layne Inliner, LLC).

 

Contract No. 134-0252-CP(DF); PID No. 002625B; decrease the contract total amount by ($436,168.46) for a revised total amount of $3,251,832.54; agreement terms decreased for Granite by 65 and Insituform by 51 consecutive calendar days for revised total durations of 1395 consecutive calendar days for Granite and 1409 for Insituform.Body

 

Strategic Plan:

Foster Continual Economic Growth and Vitality
4.4 Invest in infrastructure to meet current and future needs

Deliver First Class Services to the Public and Our Customers
5.3 Ensure effective and efficient delivery of county services and support

 

Summary:

This contract was used for trenchless restoration of storm sewer lines, using cured-in-place pipelining at various locations throughout the County. Work included TV inspections, cleaning, and construction for storm sewer spot repair.

Change Order No. 4 (final) decreases both contracts; Granite Inliner LLC (Granite) by ($270,400.54) and Insituform Technologies LLC (Insituform) by ($165,767.92) resulting from the difference between original estimated and final quantities used and the balance of unspecified work not used. Additionally, both contractors required decreases to the contract terms; Granite by 65 consecutive calendar days from 1460 to 1395 consecutive calendar days. Insituform by 51 consecutive calendar days from 1460 to 1409 consecutive calendar days.

 

Background/Explanation:

In 2013, the Board adopted a Surface Water Utility Fee to support management of the County’s stormwater system and surface water quality improvements. The Board adopted a specific level of service related to restoring or replacing deficient corrugated metal pipe. To date nearly 15 miles of pipe has been addressed in support of this goal. The Board awarded the contract on July 15, 2014 in the amount of $3,688,001.00.  The public has had beneficial use of all Project areas from both contractors since June 30, 2018, with final completion achieved on June 30, 2018. Final inspection for all work performed under the contract was conducted by representatives of the Public Works Construction Management Division.

 

Fiscal Impact:

Insituform Technologies LLC Original Agreement Amount:    $3,088,001.00

Decrease due to Change Order No. 1:                                                                      ($1,000,000.00)

Decrease due to Change Order No. 2:                                                                         ($625,000.00)

Decrease due to Change Order No. 3:                                                                         ($700,000.00)

Decrease due to Change Order No. 4 (FINAL):                                                    ($165,767.92)

Final Revised Agreement Amount:                                                                          $597,233.08

 

Granite Inliner LLC Original Agreement Amount:                                 $600,000.00

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

Increase due to Change Order No. 2:                                                                          $625,000.00

Increase due to Change Order No. 3:                                                                          $700,000.00

Decrease due to Change Order No. 4 (FINAL):                                                    ($270,400.54)

Final Revised Agreement Amount:                                                                        $2,654,599.46

 

Original Contract Amount:                                                                                                                   $3,688,001.00

Total decrease due to Change Orders:                                                                          ($436,168.46)

Final Revised Total Contract Amount:                                                                         $3,251,832.54

 

Funding was derived by the Public Works Department and Infrastructure Surface Water Utility Fee

  

Delegated Authority:

Authority for the County Administrator to approve and execute this Change Order is granted under Code Section 2-62 (a)(3).

 

Staff Member Responsible:

Kelli Hammer Levy, Director, Public Works
Merry Celeste, Division Director, Purchasing & Risk Management, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Insituform - Change Order No. 4 (final)
Granite - Change Order No. 4 (final)