Pinellas County Florida Banner
File #: 22-1516A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 8/19/2022 Department: Utilities
On agenda: 11/15/2022 Final action: 11/15/2022
Title: First amendment to establish a guaranteed maximum price with Benro Enterprises, Inc. d/b/a Rocha Controls, Inc. for Phase 2 of contracted design-build services to upgrade programmable logic controllers and ancillary components.
Attachments: 1. FE_AATF - First Amendment - Exhibit N - Phase 2, 2. AATF - First Amendment - Exhibit N - Phase 2, 3. OMB Contract Review 22-1516A UTIL
Related files: 19-2186A

Subject:

Title

First amendment to establish a guaranteed maximum price with Benro Enterprises, Inc. d/b/a Rocha Controls, Inc. for Phase 2 of contracted design-build services to upgrade programmable logic controllers and ancillary components.

label

 

Recommended Action:

Recommended Action

Approval of the first amendment guaranteed maximum price (GMP) with Benro Enterprises, Inc. d/b/a Rocha Controls, Inc. for professional design-build services pertaining to the upgrade of fifty-one existing Programmable Logic Controllers (PLCs), at multiple facilities throughout Pinellas County Utilities.

 

                     This is a two-phase design-build project. Both phases are included in the original project agreement. This amendment is for Phase 2 GMP construction services.

                     Phase 1 Award of Contract was approved by the Board of County Commissioners on May 11, 2021, in the amount of $866,365.00 for design services and GMP development.

                     Phase 1 design services have been completed, and the GMP for Phase 2 construction services has been determined at $4,567,898.00.

                     The GMP cost was reviewed and validated independently and is aligned with the Engineer’s estimate for construction costs.

                     This amendment increases the original contract amount by $4,567,898.00 for Phase 2 construction for a revised contract total of $5,434,263.00 for both Phases 1 and 2.

                     Existing PLCs are outdated and no longer supported by their manufacturer and no other manufacturers/suppliers support these obsolete parts.

                     PLCs are vital components for water and wastewater treatment facilities’ daily operations, they serve a wide array of functions from collecting data to automating processes. If PLCs are not updated/replaced, this will negatively impact treatment facilities’ real-time monitoring, which could result in sanitary sewer overflows.

                     Phase 2 duration is approximately 705 days.

                     Benro Enterprises, Inc. d/b/a Rocha Controls, Inc. is 100% Small Business Enterprise.

                     Funding for this project is derived from the Water Renewal and Replacement Fund and Sewer Renewal and Replacement Fund.

 

Contract No. 190-0132-NC(PLU); First Amendment in the amount of $4,567,898.00 for a term extension of seven hundred five consecutive calendar days; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

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

5.2   Be responsible stewards of the public’s resources

 

Summary:

Summary

Rocha Controls, Inc. has completed the Phase 1 task of developing plans for replacing outdated PLCs, plus ancillary components, and systems. They have presented the County a GMP for the Phase 2 construction of this design-build project.

The work is necessary, as the existing PLCs are outdated and no longer supported by their manufacturer. PLCs are a vital component in the operations of Utilities facilities. They perform a wide range of functions from collecting data to automating processes. With non-functional PLCs, operators are unable to get a clear picture of how their plants are operating, which could result in Sanitary Sewer Overflows (SSO).

Body

 

Background Information:

This project is design-build, which consists of two (2) phases. The original agreement award was for Phase 1 of the project which included the design development, inclusive of design and 70% construction documents, and pre-construction elements, including existing conditions investigation, infrastructure preparation, drawings, and lump sum cost estimation. Design-build projects allow for one contract to incorporate design engineering services simultaneously with the construction consultants’ inputs in real-time to limit design reworks. The design and construction documents have been completed to a point where a lump sum construction price has been received and is presented to the Board for consideration and approval, which will initiate Phase 2, the construction phase.

 

Fiscal Impact:

Phase 1 Contract Amount                                                      $   866,365.00

 

Contract Amendment Amount (Phase 2)            $4,567,898.00

 

Revised Total                                                                 $5,434,263.00

 

Funding for this amendment is found in the Capital Improvement Program under capital project 003765A Programmable Logic Controller Upgrades. Funding for this project is split between the Water Renewal and Replacement Fund and Sewer Renewal and Replacement Fund.

 

Staff Member Responsible:

Megan Ross, Director, Utilities
Merry Celeste, Division Director, Purchasing & Risk, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

First Amendment