Pinellas County Florida Banner
File #: 21-629D    Version: 1
Type: Purchasing Delegated Item Status: Agenda Ready
File created: 6/2/2021 Department: Public Works
On agenda: 9/30/2021 Final action: 6/17/2021
Title: Change Order No. 1 (final) with Quinn Construction, Inc. for the Park Boulevard drawbridge machinery rehabilitation project.
Attachments: 1. Change Order Final SIGNED 6-4-2021
Related files: 19-241A
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order No. 1 (final) with Quinn Construction, Inc. for the Park Boulevard drawbridge machinery rehabilitation project.

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of Change Order No. 1 (final) with Quinn Construction, Inc. for the Park Boulevard drawbridge machinery rehabilitation project.

 

                     This project consisted of replacement of the Park Boulevard drawbridge electrical and control systems and rehabilitation of the mechanical systems.

                     Change Order No. 1 (final) decreases the contract amount by ($44,883.77) due to the difference between original estimated and final quantities used, increases the Agreement term by 78 calendar days to reflect a mutually agreed upon suspension of the contract which was necessary for the County to obtain availability of a specialized bridge inspector, and accepts the contract as complete.

                     This contract was originally awarded by the Board of County Commissioners (Board) on July 23, 2019 in the amount of $2,089,000.00.

 

Contract No. 189-0247-CP(JJ); decreases the contract amount by ($44,883.77) for a revised total amount of $2,044,116.23; agreement term increases by 78 consecutive calendar days for a revised total duration of 443 consecutive calendar days.

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:

Change Order No. 1 (final) decreases the contract amount by ($44,883.77) due to the difference between original estimated and final quantities used including the balance of unspecified work not used, increases the agreement term by 78 calendar days to reflect a mutually agreed upon suspension of the contract which was necessary for the County to obtain availability of a specialized bridge inspector, and accepts the contract as complete.

The project was substantially complete on December 19, 2020, with final completion on April 7, 2021. Final inspection for all work performed under the contract was conducted by representatives of the Public Works Construction Management Division. The time between substantial and final completion accounts for the duration to complete the walk thru inspection with project stakeholders, punch list items, project acceptance, review and approval of as-builts, final project deliverables, and receipt of final invoice.

 

Background/Explanation:

The Board awarded the contract to Quinn Construction, Inc. on July 23, 2019 in the amount of $2,089,000.00.

The purpose of this project was for the replacement of the bridge's electrical and control systems and rehabilitation of the mechanical systems that included new controls and a power distribution system in the operator, electrical, and generator rooms. Work also included the replacement of the span lock system, warning gate platform improvements, control house window replacement for high wind resistance, and the balancing of the bascule spans.

 

Fiscal Impact:

Original Agreement Amount:                                                               $2,089,000.00

Decrease due to Change Order No. 1 (final):                         ($44,883.77)

Final Revised Agreement Amount:                                          $2,044,116.23

 

Funding for this project was derived from the Capital Improvement Program: Transportation, Bridge Repairs, and Improvements program allocation. The funding source is the Local Option Fuel Tax.

 

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 and Risk Management, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Change Order No. 1