Interoffice Memorandum
DATE: September 10, 2024
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Lindy A. Wolfe, P.E., LEED-AP, Manager II, Utilities Engineering Division
PHONE: 407-254-9918
SUBJECT: Award of Invitation for Bids Y24-790-GV Addition of Variable Frequency Drives to Hunters Creek Water Supply Facility
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y24-790-GV, Addition of Variable Frequency Drives to Hunters Creek Water Supply Facility, to the low responsive and responsible bidder, L7 Construction, Inc., in the total contract award amount of $5,907,000.
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, M/WBE participation sub-contract agreements, 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 tabulation herein, to the extent practicable and advantageous to the County. ([Utilities Department Engineering Division] Procurement Division)
body
PROCUREMENT:
Work under this contract consists of furnishing and installing variable frequency drives, new electrical room with HVAC system to accommodate these drives, replacement of four existing high service pumps and motors with corresponding suction and discharge piping and valves, replacement of existing electrical distribution equipment, emergency generator/fuel tank and other electrical improvements, replacement of overhead crane trolley and hoist in the high service pump building, replacement of the existing roll up doors with motorized roll up doors at pump building and well houses, upsize of discharge raw water mains from 12 inches to 16 inches at both raw water wells, and improvements to the existing fluoride building, main entrance gate and fire system. The project is located in District 1.
FUNDING:
Funding is available in account number 4420-038-1544-0015-6310.
APPROVALS:
The Utilities Engineering and Business Development Divisions concur with this recommendation.
REMARKS:
Two bids were received in response to the Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. The bid submitted by L7 Construction, Inc. is considered reasonable based on the engineer’s estimate. References provided were satisfactory for this type of work and L7 Construction, Inc. has been determined to be responsible. Therefore, award is recommended to L7 Construction, Inc.
The bid tabulation is as follows:
Bidder Bid Total
L7 Construction, Inc. $5,907,000
Prime Construction Group, Inc. $7,093,860