Legislation Details

File #: 26-0298    Version: 1
Type: Agenda Item Status: PC Increase PO/Change Order
File created: 4/23/2026 In control: Procurement Committee
On agenda: 5/7/2026 Final action:
Title: Authority to decrease Contract 20-161-3S Salt Creek Intercepting Sewer No. 3 Rehabilitation, SSA, to Inliner Solutions, LLC in an amount of $1,168,620.56, from an amount of $20,079,177.33, to an amount not to exceed $18,910,556.77, Account 401-50000-645700, Purchase Order 4000120
Attachments: 1. Change Order Log - Purchase Order 4000120
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

TRANSMITTAL LETTER FOR BOARD MEETING OF MAY 7, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director                    

 

Title

Authority to decrease Contract 20-161-3S Salt Creek Intercepting Sewer No. 3 Rehabilitation, SSA, to Inliner Solutions, LLC in an amount of $1,168,620.56, from an amount of $20,079,177.33, to an amount not to exceed $18,910,556.77, Account 401-50000-645700, Purchase Order 4000120

Body

 

Dear Sir:

 

On November 7, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 20-161-3S Salt Creek Intercepting Sewer No. 3 Rehabilitation, SSA, to Inliner Solutions, LLC (Inliner), in an amount not to exceed $19,872,654.00, plus a five (5) percent allowance for change orders in an amount of $993,632.70, for a total amount not to exceed $20,866,286.70. The scheduled contract completion date is February 11, 2027.

 

As of April 17, 2026, the attached list of change orders has been approved.

 

Original Contract Amount                     $19,872,654.00

Date of Board Approval                     11/7/2024

Cumulative Change Order (4/17/2026)                     $206,523.33

% Change of Original Contract Value                     1.04%

Current Contract Value                     $20,079,177.33

Requested Decrease                     $1,168,620.56                    

New Contract Value                     $18,910,556.77

% Change of Current Contract Value                     -5.82%

Total % Change of Original Contract Value                     -4.84%

 

Item 1: The contract documents specified the installation of a minimum 2.0-inch geopolymer liner within the intercepting sewer. Based on the engineer’s evaluation of the contractor’s design calculations and supporting manufacturer documentation submitted in response to our Request For Information, it was determined that a 1.5-inch liner thickness meets the specified performance requirements and preserves the hydraulic capacity of the existing sewer. This change order includes a credit reflecting the reduction in material, labor, and equipment resulting from the reduction in liner thickness from 2.0 inches to 1.5 inches. The contractor submitted a cost proposal (CO-04) for an extra in the amount of $0.00 and a credit in the amount of $781,802.43, for a net credit in the amount of $781,802.43. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO04 that the Engineering Department would recommend its approval.

 

Item 2: The contract documents required the contractor to install a GlasGrid Reinforcing Mesh within the intercepting sewer. The contractor notified the engineer that the installation of the geopolymer lining would meet the specified physical property requirements, as outlined in the contract documents, without the need of the reinforcing mesh. As a result, the contractor requested the removal of the GlasGrid installation requirement from the contract. The contractor submitted a cost proposal (CO-08) for an extra in the amount of $0.00 and a credit in the amount of $321,135.70, for a net credit in the amount of $321,135.70. The engineer reviewed the contractor’s proposal, found it to be unacceptable, and countered with the engineer’s estimate of an extra in the amount of $0.00 and a credit in the amount of $386,818.13, for a net credit in the amount of $386,818.13 which the contractor accepted. The engineer reviewed the proposal, found it to be reasonable, and stated via correspondence CO08, that the Engineering Department would recommend its approval.

 

These change orders are due to circumstances not reasonably foreseeable at the time the contract was signed and is in the best interest of the District.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute these change orders to decrease Contract 20-161-3S in an amount of $1,168,620.56 (-5.82% of the current contract value), from an amount of $20,079,177.33, to an amount not to exceed $18,910,556.77.

 

Funds will be restored to Account 401-50000-645700.

 

Requested, Catherine A. O’Connor, Director of Engineering, KMF:LS

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Precious Brady-Davis, Chairperson Committee on Procurement

Disposition of this agenda item will be documented in the Official Regular Board Meeting Minutes of the Board of Commissioners for May 7, 2026

 

Attachment