Pinellas County Florida Banner
File #: 16-706D    Version: 1
Type: Purchasing Delegated Item Status: Passed
File created: 8/4/2016 Department: Public Works
On agenda: 9/30/2016 Final action: 10/25/2016
Title: Change order no. 2 to the contract with Insituform Technologies, LLC and Layne Inliner, LLC for storm sewer cured-in-place pipelining services.
Attachments: 1. Change Order No. 2 - Insituform Technologies.pdf, 2. Change Order No 2 - Layne Inliner.pdf
Related files: 22-0076D, 18-011D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change order no. 2 to the contract with Insituform Technologies, LLC and Layne Inliner, LLC for storm sewer cured-in-place pipelining services.

label

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of change order no. 2 with Insituform Technologies, LLC and Layne Inliner, LLC for storm sewer cured-in-place pipelining services.

Bid no. 134-0252-CP(DF); PID no. 1922A; no increase to contract amount through original completion date of September 3, 2017.

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:

Previous work assignments have depleted secondary contractor available funds. This change order transfers $625,000.00 of the total award amount from the agreement with Insituform Technologies, LLC (primary contractor) to the agreement with Layne Inliner, LLC (secondary contractor).  The transfer of funds allows the secondary contractor to provide installation of fifty (50) pipes, for which video reports are complete, and is necessary to keep up with ongoing work demand. The primary contractor is unable to mobilize in a timely manner and the secondary contractor is available to perform this work immediately.

 

Background/Explanation:

The secondary contractor performed the video reports for this pipe work and is familiar with the requirements.  Comparing actual pay items to be used to complete the proposed work for this change order, construction costs are approximately $45,000 higher than the primary contractor.  However, this change order does not increase the overall contract amount.   It is anticipated a new work order contract for storm sewer cured-in-place pipe lining should be ready for advertisement in March 2017, which is six (6) months prior to the current contract expiration.  The Board of County Commissioners approved this contract on July 15, 2014 Change order no. 1 was approved by the County Administrator on September 10, 2015.

 

 

 

Fiscal Impact:

 

Insituform Technologies

Layne Inliner

Total

Original Contract Total Approved

$3,088,001.00

$600,000.00

$3,688,001.00

Revision due to Change Order No. 1

($1,000,000.00)

$1,000,000.00

 

Revision due to Change Order No. 2

($625,000.00)

$625,000.00

 

Revised Contract Total Amount

$1,463,001.00

$2,225,000.00

$3,688,001.00

 

 

Funding for change order no. 2 is derived from the Public Works 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)(2).

 

Staff Member Responsible:

Pick Talley, Director, Public Works
Joe Lauro, Director, Purchasing

 

Partners:

N/A

 

Attachments:

Change order no. 2 - Insituform Technologies
Change order no.2 - Layne Inliner