Interoffice Memorandum
DATE: September 3, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Hector Clemente, Manager, Orange County Convention Center Facility Operations
PHONE: 407-685-9820
SUBJECT: Award of Invitation for Bids Y25-192-AV, Testing, Inspection and Repair of the Fire Sprinkler, Fire Suppression and Kitchen Fire Hood Systems at the Orange County Convention Center
ACTION REQUESTED:
title
Approval of Invitation for Bids Y25-192-AV, Testing, Inspection and Repair of the Fire Sprinkler, Fire Suppression and Kitchen Fire Hood Systems at the Orange County Convention Center, to the low responsive and responsible bidder, WC Fire Safety Inc., in the estimated contract award amount of $9,946,250 for a five-year term.
In the event the bidder recommended above fails to achieve timely compliance with pre-award deliverables, as defined in the Invitation for Bids, including, but not limited to State Division of Corporations registration, E-verify, insurance and bonds, further request authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid evaluation herein, to the extent practicable and advantageous to the County. ([Orange County Convention Center Fiscal and Operational Support Division] Procurement Division)
body
PROCUREMENT:
This contract will provide system testing, inspection, and repair services for fire sprinkler, fire suppression, and kitchen hood systems. These services will cover the Orange County Convention Center West and North/South Buildings, as well as the Destination Parkway Parking Garage, Offices at Station 57, Remote Building, and the Electric Vehicle Charging area.
FUNDING:
Funding is available in account number 4430-035-0922-3810.
APPROVALS:
The Orange County Convention Center Fiscal and Operational Support Division concurs with this recommendation.
REMARKS:
Five bids were received in response to the Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. Summit Fire & Security LLC and Sciens Orlando, LLC were deemed non-responsible due to the results of the reference checks. Staff performed a technical evaluation of the bids and determined that the bids received were reasonable based on market research and experience. WC Fire Safety Inc. meets all specifications and requirements of the solicitation. Therefore, recommendation for award is made to WC Fire Safety Inc.
The bid tabulation is as follows:
Bidder: Estimated Five-Year Bid Total:
WC Fire Safety Inc. $ 9,946,250
Johnson Controls, Inc. $10,003,464.80
Convergint Technologies $12,470,999.40
Sciens Orlando LLC Non-Responsible
Summit Fire & Security LLC Non-Responsible