Legislation Details

File #: 24-997    Version: 1 Name:
Type: Recommendation Status: Passed
File created: 6/28/2024 In control: Administrative Services Department
On agenda: 7/30/2024 Final action: 7/30/2024
Title: Approval to award Invitation for Bids Y24-738-SH, Corrections Buildings D, E, and F Switchgear Replacement to the sole responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $1,799,000. ([Administrative Services Department Capital Projects Division] Procurement Division)
Attachments: 1. Staff Report, 2. Y24-738 BDD Memo Revised.pdf, 3. 2024-07-30 Administrative Services Department Consent Item-05

Interoffice Memorandum

 

DATE: July 5, 2024

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Sara Flynn-Kramer, Manager II, Capital Projects Division

 

PHONE: 407-836-0048

 

SUBJECT: Award of Invitation for Bids Y24-738-SH, Corrections Buildings D, E, and F Switchgear Replacement

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y24-738-SH, Corrections Buildings D, E, and F Switchgear Replacement to the sole responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $1,799,000. ([Administrative Services Department Capital Projects Division] Procurement Division)

body


PROCUREMENT:

This project is for the construction of new switchgear for Corrections Buildings D, E, and F. The existing switchgear is operating past its useful life.  Replacement is required before a major failure occurs. This project is located in District 6.

FUNDING:

Funding is available in account number 1023-043-0263-3810.

APPROVALS:

The Capital Projects and Business Development Divisions concur with this recommendation.

REMARKS:

One bid was received in response to this Invitation for Bids (IFB) and was evaluated for responsiveness, responsibility, and price reasonableness.

Negotiations were successful, resulting in a $556,000 reduction of the original bid total.  S.A. Casey Construction, Inc. has a satisfactory record of performance for this type of work and has been determined to be responsible. Therefore, award is recommended to S.A. Casey Construction, Inc.

To ensure an open and competitive process, the IFB was posted on the County’s e-procurement platform. A query of known potential bidders that declined to participate in this bid opportunity resulted in the following findings:

Axios: Stated they made a financial business decision to not pursue.

Prime Construction Group: Stated they did not have the capacity.

Mercon Construction:  Did not respond to the inquiry.

Schuller Contractors: Did not respond to the inquiry.

TLC Diversified: Did not respond to the inquiry.