Pinellas County Florida Banner
File #: 20-1133D    Version: 1
Type: Purchasing Delegated Item Status: Passed
File created: 9/29/2020 Department: Airport
On agenda: 12/31/2020 Final action: 1/26/2021
Title: Change Order No. 2 with Ajax Paving Industries of Florida, LLC for the Runway 18-36 Rehabilitation Project at the Clearwater St Petersburg International Airport.
Attachments: 1. Change Order No. 2
Related files: 20-550D, 19-1704A, 21-263D, 21-1941A, 21-960D
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order No. 2 with Ajax Paving Industries of Florida, LLC for the Runway 18-36 Rehabilitation Project at the Clearwater St Petersburg International Airport.

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of Change Order No. 2 with Ajax Paving Industries of Florida, LLC (Ajax) for the Runway 18-36 Rehabilitation Project at the Clearwater St Petersburg International Airport (Airport).

 

                     The purpose of this project is the construction of the Airport Runway 18-36 and Runway 4-22 extension.

                     Change Order No. 2 revises the contract unit price for the temporary marking pay item from $4.50 per square foot to $2.50 per square foot as negotiated

                     Additionally, this change order increases the contract amount and duration for Federal Aviation Administration (FAA) requested additional work by $25,232.79 and six consecutive calendar days.  The FAA requested a relocation of a communication cable and the rehabilitation of light units.

                     Award of bid to Ajax was approved by the Board of County Commissioners (Board) on October 8, 2019 in the amount of $22,565,120.10.

 

Contract 189-0334-CP(PLU); PID 000035A; increase in the amount of $25,232.79 for a revised total amount of $22,628,602.89. 

Body

 

Strategic Plan:

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

 

Summary:

The contract unit price for the temporary marking pay item has been renegotiated with the contractor.  It was discovered during construction that the original bid quantity for this item was inaccurate and the actual quantity that would be needed for the project would increase the project cost by over $500,000.00. The contractor agreed to renegotiate the price, in good faith, for this item from $4.50 to $2.50 per square foot to reduce the financial impact to the project.

As a result of this quantity error, and another quantity error for the paint removal pay items, the Airport will be pursuing a claim against the designers, Kimley-Horn, under their errors and omissions coverage for reimbursement.  The approximate additional cost, beyond the original bid price, for these two items is approximately $950,000.00.

Additionally, during the project the FAA personnel requested additional work performed by the contractor while certain areas were uncovered.  There are two tasks involved:  1) the relocation of the communication cable for the MALSR, (a navigational aid item for the approach to Runway 18), and 2) the refurbishment of the MALSR light units including repair of the existing damaged base cans. The FAA may reimburse at 90% of these costs under the existing grant if the construction contract is increased by an official change order, adding the two pay items to the contract, and if there is funding available at the end of the project.  The cost of these two items is $25,232.79.  The contract duration for this additional FAA work will be increased by six consecutive calendar days resulting in a revised Agreement term expiration date of February 23, 2020.

 

Background/Explanation:

Award of bid was approved by the Board on October, 8, 2019 to Ajax Paving Industries of Florida, LLC in the amount of $22,565,120.00 for four hundred forty-eight (448) consecutive calendar days.

Change Order No.1 was approved by the County Administrator on June 22, 2020 increasing the contract by $38,250.00 to add seal coating and extending the contract by thirteen (13) consecutive calendar days.

This project consists of the construction of the Airport Runway 18-36 and Runway 4-22 extension.  This project includes asphalt pavement milling; pavement reconstruction; grading and drainage; subbase and base installation; payment marking; airfield electrical; and procurement and installation of runway/taxiway closure devices.  As part of this project the secondary runway, Runway 4-22, will be extended by 100 feet to accommodate air carrier traffic while Runway 18-36 is being rehabilitated.

 

Fiscal Impact:

Funding for this change order is derived from Airport Revenue and Operating Fund.

 

Original expenditure not to exceed                                                               $22,565,120.10

Fiscal impact due to Change Order No. 1                                          $       38,250.00

Fiscal impact due to Change Order No. 2                                          $       25,232.79

Revised total expenditure                                                                                                         $22,628,602.89

 

The Airport will request 90% of the amount of the change order for reimbursement from the FAA at the end of the project.  The FAA has determined that the change order is eligible for additional funding but cannot commit to any federal funding until the project is complete, and funding becomes available.

 

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:

Tom Jewsbury, Director, St. Pete-Clearwater International Airport
Merry Celeste, Division Director, Purchasing and Risk Management, Administrative Services
Joe Lauro, Director of Administrative Services

 

Partners:

N/A

 

Attachments:

Change Order No. 2