Comptroller Main Webpage

The Clerk of the Board is responsible for keeping accurate minutes and maintaining Board records for each Board of County Commissioner (BCC) and Value Adjustment Board (VAB) meeting. In addition, every 4 years, the Clerk of the Board office provides staff support to the Charter Review Commission (CRC) appointed by the BCC. Please contact our office if you need an accessible version of documents on this page, and one will be provided.

Selection options are described below:

1. To search BCC records by meeting date and/or a specific term between September 23, 1869 and December 14, 2010, view the 'BCC Meetings' page.

2. To view BCC records by meeting date between January 4, 2011 through September 22, 2016, scroll down to locate the BCC meeting date.

3.
To search BCC records by a specific term between October 4, 2016 through Present, select the 'Search Records' tab.      

4.    To view VAB records by meeting date between June 20, 2013 through August 21, 2018, scroll down to locate the VAB meeting date. 

5.    To search CRC regular business meeting records by a specific term between February 25, 2019 through Present, select the 'Search Records' tab.

File #: 24-1408    Version: 1 Name:
Type: Procurement Status: Passed
File created: 9/10/2024 In control: Administrative Services Department
On agenda: 10/8/2024 Final action: 10/8/2024
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)
Attachments: 1. Y24-790 MWBE Evaluation Reviewed 9.6.2024

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