Pinellas County Florida Banner
File #: 20-1341D    Version: 1
Type: Purchasing Delegated Item Status: Agenda Ready
File created: 11/25/2020 Department: Public Works
On agenda: 3/31/2021 Final action: 12/10/2020
Title: Change Order No. 1 with Kamminga & Roodvoets, Inc. for the Pinellas Trail & 54th Avenue North Drainage Improvements project.
Attachments: 1. Change Order No. 1
Related files: 19-289A, 21-1305A
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order No. 1 with Kamminga & Roodvoets, Inc. for the Pinellas Trail & 54th Avenue North Drainage Improvements project.

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of Change Order No. 1 with Kamminga & Roodvoets, Inc. (Kamminga) for the Pinellas Trail & 54th Avenue North Drainage Improvements project.

 

                     Project includes construction of flood control measures to improve level of service for structures and roads for a 255-acre sub-basin, that ultimately discharges into Long Bayou.

                     Change Order No. 1 increases the contract by $249,952.18 due to underestimated quantities and missed pay items in the original bid.

                     Award to Kamminga was approved by the Board of County Commissioners on November 12, 2019.

 

Bid No. 189-0262-CP(PLU); PID No. 000183A; Change Order No. 1 increases the contract amount by $249,952.18 for a revised total amount of $3,235,201.11.

Body

 

Strategic Plan:

Ensure Public Health, Safety, and Welfare
2.1 Provide planning, coordination, prevention, and protective services to ensure a safe and secure community

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 change order is required to address several conditions that contributed to unexpected costs during construction. There were several discrepancies between the plan quantities and the actual quantities installed in the field. Conditions included:

1.  Concrete Class IV, Culverts; Reinforcing Steel, Misc.; Sodding, Bahia; Sodding, St. Augustine for a total of $181,424.07, or approximately 73% of the change order amount.

2.  Unforeseen utilities not shown on the plans were encountered in the field requiring field modifications to new structures and adjustments of quantities. An example includes adding a large conflict structure to the box culvert storm sewer for a gravity sewer line.

3.  Modifications to a storm sewer structure were required to accommodate a future storm sewer connection from the north that was not addressed in the plans.

4.  Additional costs associated with the restoration of an easement at 5399 97th Way North.

The remaining items address additional cost for work changes to County Utilities. The consultant, Burges and Niple, will not be held responsible to pay for the underestimated quantities and missed pay items as they are needed to complete the project. These additional items, in retrospect, should have been advertised in the original bid and thus, included in the contractor’s bid submittal.

 

Background/Explanation:

The Board awarded this contract on November 12, 2019 in the amount of $2,985,248.93.  These improvements reduced the one hundred (100) year floodplain elevation for structures and the existing flooding problems for streets during the ten (10) year, twenty-four (24) hour storm event. The improvements also increased the overall two hundred fifty-five (255) acre system conveyance to Long Bayou providing subsequent additional drainage improvements in the watershed.  Water quality benefits will now be achieved through additional stormwater treatment of currently untreated areas.

 

Fiscal Impact:

Original expenditure not to exceed:                         $2,985,248.93

Increase due to Change Order No. 1:                      $   249,952.18

Revised total expenditure:                                       $3,235,201.11

 

Funding is derived from the Local Infrastructure Sales Tax (Penny for Pinellas) and Cooperative Funding from The Southwest Florida Water Management District.  The project is budgeted in the Capital Improvements Program: Physical Environment.

 

Delegated Authority:

Authority for the County Administrator to authorize 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

 

Partners:

SWFWMD

 

Attachments:

Change Order No. 1