Pinellas County Florida Banner
File #: 24-0316D    Version: 1
Type: Purchasing Delegated Item Status: Agenda Ready
File created: 3/26/2024 Department: Utilities
On agenda: 6/30/2024 Final action: 4/5/2024
Title: Change Order 1 (Final) to Inliner Solutions, LLC. for sanitary sewer interceptor rehabilitation contract in three locations: 109th Street (Seminole), 74th Avenue (Seminole), and 37th Street North (Lealman).
Attachments: 1. CO1 Final 22-0199.pdf
Related files: 22-0861D, 22-0037A
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Subject:

Title

Change Order 1 (Final) to Inliner Solutions, LLC. for sanitary sewer interceptor rehabilitation contract in three locations: 109th Street (Seminole), 74th Avenue (Seminole), and 37th Street North (Lealman).

label

         

Recommended Action:

Recommended Action

Approval and execution by the County Administrator of the Change Order 1 (Final) to Inliner Solutions, LLC for the sanitary sewer interceptor rehabilitation contract in three locations: 109th Street (Seminole), 74th Avenue (Seminole), and 37th Street North (Lealman).

 

                     The purpose of this contract was to clean, video inspect and install Cured-In-Place Pipe (CIPP) lining in existing large diameter (15” - 27”) gravity sewer mains in the three areas of 109th Street (Seminole), 74th Avenue (Seminole), and 37th Street North (Lealman).

                     Change Order 1 (Final) decreases the agreement amount by ($222,222) for final Agreement amount of $1,374,394.

                     The Board of County Commissioners awarded this contract on June 22, 2022, in the amount of $1,596,616.

                     Funding for this contract is available under Sanitary Sewer Interceptor Pipe Rehabilitation 109th St. Project 002747G, Sanitary Sewer Interceptor Pipe Rehabilitation 74th St. Project 002747H, and Sanitary Sewer Interceptor Pipe Rehabilitation Lealman Project 002747I, included in the Capital Improvement Plan, funded by the Sewer Renewal and Replacement Fund.

 

Contract No. 22-0199-CP Change Order 1 Final decrease in the amount ($222,222) for a final Agreement amount of $1,374,394.dy

 

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 complete on December 13, 2023 and obtained final completion on February 12, 2024. Final inspections of the project for all work performed under the contract were conducted by representatives of the Construction Management Division, EOR, and Utilities. All work has been completed in accordance with the construction contract documents. The time between substantial and final completion accounts for the duration to complete the walk thru inspection with project stakeholders and the completion of punch list items. Subsequent to Final Completion, staff processed
closeout documents, receipt and approval of final invoice. Final quantities have been tabulated resulting in a net decrease of ($222,222.00). This is the difference between estimated and final quantities.

 

Background/Explanation:

The Board of County Commissioners awarded this contract on June 22, 2022, in the amount of $1,596,616.00.

 

Fiscal Impact:

Original Agreement Amount:                      $1,596,616.00

 

Change Order No. 1 (FINAL)                           (222,222.00)

 

Final Agreement Amount:                                             $1,374,394.00

 

Funding for this contract is available under Sanitary Sewer Interceptor Pipe Rehabilitation 109th St. Project 002747G, Sanitary Sewer Interceptor Pipe Rehabilitation 74th St. Project 002747H, and Sanitary Sewer Interceptor Pipe Rehabilitation Lealman Project 002747I, included in the Capital Improvement Plan, funded by the Sewer Renewal and Replacement Fund.

 

The total expenditure paid to Inliner Solutions, LLC. is equal to the final agreement amount.

  

Delegated Authority:

Authority for the County Administrator to execute this Change Order No. 1 (Final) is granted under Code Section 2-62(a)(3). 

 

Staff Member Responsible:

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

 

Partners:

N/A

 

Attachments:

Change Order 1 Final