Pinellas County Florida Banner
File #: 23-0729D    Version: 1
Type: Purchasing Delegated Item Status: Agenda Ready
File created: 8/29/2023 Department: Utilities
On agenda: 12/31/2023 Final action: 10/5/2023
Title: Change Order No. 2 (Final) with Garney Companies, Inc. for the South Cross Bayou (SCB) New Headworks and Grit Removal Facility Design Build project.
Attachments: 1. Change Order No. 2 (Final), 2. OMB.REVIEW_23-0729D_Utilities_SCBGritFinal_28-SEP-2023, 3. Project Detail Report 002944A
Related files: 21-1630A, 20-079A, 17-1696A
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order No. 2 (Final) with Garney Companies, Inc. for the South Cross Bayou (SCB) New Headworks and Grit Removal Facility Design Build project.

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of Change Order No. 2 (Final) with Garney Companies, Inc. for the SCB New Headworks and Grit Removal Facility Design Build project.

 

                     This contract provides professional design build services pertaining to the New Headworks and Grit Removal Facility, located at South Cross Bayou Water Reclamation facility.

                     This contract was awarded by the Board of County Commissioners (Board) to Garney Construction on November 20, 2018, in the amount of $2,449,325.00 for Phase 1 Design Services. On February 25, 2020, the Board approved the First Amendment to the Agreement to initiate Phase 2 of the project in the amount of $24,710,828.00 for a revised total contract amount of $27,160,153.00. On October 12, 2021, the Board approved Change Order No.1 which increased the contract in the amount of $2,223,862.00, for a revised total contract amount of $29,384,015.00.

                     The project was substantially completed on August 25, 2022, and obtained final completion on July 5, 2023.

                     The contract was funded by Project 002944A South Cross Bayou Grit Facility Improvements, included in the Capital Improvement Plan, funded by the Sewer Renewal and Replacement Fund.

                     This Final Change Order decreases the contract by ($319,382.92) for a revised total contract value of $29,064,632.08.

 

Contract No. 178-0001-NC; PID No. 002944A; decrease the number of days by eighteen (18) consecutive calendar days and a decrease in the amount of ($319,382.92), for a revised total contract in the amount of $29,064,632.08.

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:

The project was substantially completed on August 25, 2022, and obtained final completion on July 5, 2023. Final inspections of the project for all work performed under the contract were conducted by representatives of Public Works Construction and Utilities Engineering Management Divisions. All work has been completed in accordance with the construction contract documents. The time between substantial and final completion for the duration to complete walk thru inspection with project stakeholders, final testing, project acceptance, receipt and approval of certified as-builts required, final project deliverables, final quantity of materials audit, resolution of claims and disputes and receipt of final invoice.

Final quantities have been tabulated resulting in a net decrease of ($319,382.92).  This is the difference between estimated quantities and final quantities used to complete the work.

 

Background/Explanation:

The SCBWRF utilizes a headworks structure and grit removal system that were installed as part of the 1993 and 1996 facility expansion respectively. The headworks screening and grit removal are important protective and preventative measures that reduce operation costs at the facility. The existing headworks and grit removal facilities had reached the end of their useful life and required replacement.  Pinellas County Utilities selected the Design Build Team of Garney Companies, Inc. and Gresham Smith to design and construct the project. Phase 1 included the conceptual design development, diagrams and specifications.  Phase 2 included developing the “not to exceed” lump sum price to permit and construct the project.

 

Fiscal Impact:

Original Agreement Amount:                                                               $       2,449,325.00

Phase II First Amendment:                                                                                    $     24,710,828.00

Change Order No. 1 - Phase II                                                               $       2,223,862.00

Decrease due to Change Order No. 2 (Final):                     ($         319,382.92)

Final Revised Agreement Amount                                                               $     29,064,632.08

 

The contract was funded by Project 002944A South Cross Bayou Grit Facility Improvements, included in the Capital Improvement Plan, funded by the Sewer Renewal and Replacement Fund.

 

The final invoice was paid on August 11, 2023. The total paid to Garney Companies, Inc. was $29,064,632.08.

 

 

Delegated Authority:

Authority for the County Administrator to approve and execute this Change Order No. 2 (Final) is granted under Code Section 2-62(a)(3).

 

Staff Member Responsible:

Jeremy Waugh, Interim Director, Utilities
Merry Celeste, Division Director, Purchasing and Risk, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Change Order No. 2 (Final)