Legislation Details

File #: 26-0497    Version: 1 Name:
Type: Procurement Status: Passed
File created: 4/8/2026 In control: Administrative Services Department
On agenda: 5/5/2026 Final action: 5/5/2026
Title: Approval to award Invitation for Bids Y26-715-RC, Orange County Fire Station #31 Replacement, to the low responsive and responsible bidder, Mulligan Constructors Inc, in the total contract award amount of $8,909,703, inclusive of additive number 1. 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, request Board authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid tabulation herein, to the extent practicable and advantageous to the County. ([Administrative Services Department Capital Projects Division] Procurement Division)

Interoffice Memorandum

 

DATE: April 10, 2026

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, FNIGP, 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 Y26-715-RC, Orange County Fire Station #31 Replacement

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y26-715-RC, Orange County Fire Station #31 Replacement, to the low responsive and responsible bidder, Mulligan Constructors Inc, in the total contract award amount of $8,909,703, inclusive of additive number 1.

 

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, request Board authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid tabulation herein, to the extent practicable and advantageous to the County. ([Administrative Services Department Capital Projects Division] Procurement Division)

 

body


PROCUREMENT:

The project includes the construction of the new Orange County Fire Station 31 which is an approximately 16,000 square foot, two-story structure. The proposed building will accommodate three apparatus bays, emergency support areas including turnout gear, self-contained breathing apparatus, decontamination, and laundry areas, along with other general facility functions such as, dining, kitchen, day room, sleeping quarters, fitness area, community room, restrooms and showers, with equipment, utility, and other support spaces. The site will have perimeter fencing up to an existing concrete masonry unit block wall along the property. There will be secure staff parking, visitor parking, two electric vehicle charging stations, a mechanical yard, a generator, fueling station, traffic signalization, retention modification, a retaining wall, as well as other exterior improvements. Fire Station 31 will include an additive for a rooftop-mounted solar photovoltaic system. The system shall include 160 Jinko solar panels, or approved equal, rated at a minimum of 550 watts each (total of 250 Amps). Panels shall be mounted using solar stack roof attachments, or approved equal, installed in accordance with the manufacturer’s requirements, including manufacturer-approved adhesive and flashing as required. All associated racking, wiring, combiner boxes, disconnects, and ground-mounted inverters sized as required for the system shall be provided. Minimum 2-inch conduits shall be provided from the roof array to the inverters and point of interconnection. This project is located in District 1.

 

FUNDING:

Funding is available in account numbers 1009-034-0804-6210 and 1046-034-0804-6210.

APPROVALS:

The Capital Projects Division concurs with this recommendation.

REMARKS:

Thirteen bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. Rycon Construction, Inc. and H.A. Contracting Inc. were deemed non-responsible based on the results of the reference checks. The bid submitted by Mulligan Constructors Inc is considered reasonable based on comparison to the engineer’s estimate. The references provided were satisfactory for this type of work and Mulligan Constructors Inc has been determined to be responsible.  Therefore, the award is recommended to Mulligan Constructors Inc.

 

The bid tabulation is as follows:

Bidder                                                        Base Bid                                             Additive 1          Bid Total

Mulligan Constructors Inc                                          $8,710,777                                          $198,926                            $8,909,703

Saboungi Construction, Inc.                     $8,846,000                                          $302,750                            $9,148,750

McCree Design Builders, Inc.                     $9,250,000                                          $201,870                            $9,451,870

D.E. Scorpio Corporation                                $9,416,007                               $251,007                            $9,667,014

Charles Perry Partners, Inc.                     $9,785,000                                          $173,540                            $9,958,540

Johnson-Laux Construction                     $9,914,777                                          $277,885                           $10,192,662

James B. Pirtle Construction

Company, Inc.                                                               $9,918,000                                          $208,000                            $10,126,000

Poli Construction Inc.                                $10,110,285                                          $271,450                            $10,381,735

A2 Group, Inc.                                           $11,149,000                                          $300,000                            $11,449,000

LEGO Construction Co.                                $12,118,140                                          $375,777                            $12,493,917

CIC Construction Group

USA, LLC                                                     $13,693,962                                          $543,154                           $14,237,116

 

Rycon Construction, Inc.                                                                                        Non-Responsible

H.A. Contracting Inc.                                                                                        Non-Responsible