TITLE
title
Pre-Qualification of Vendors for Construction Services for Projects Under $500,000.00 (Contract No. 23-T00040/AP)
body
BRIEF OVERVIEW
On May 3, 2023, the Procurement Department issued a Request for Qualifications (RFQ No. 23-T00040/AP) for Construction Services Under $500K. The term of the Qualification period is for three (3) years and may be unilaterally renewed for two (2) additional twelve (12) month periods. As stated in the RFQ, the County reserves the right to qualify multiple Vendor/Contractors and reserves the right to add Pre-qualified Vendors/Contractors every six (6) months, throughout the Contract term.
The Procurement Department placed the legal advertisement with the Hernando Sun and Vendors/Contractors/Bidders were notified through a posting on OpenGov on May 3, 2023.
A total of two thousand five hundred sixty-nine (2,569) Vendors/Contractors/Bidders were notified and fifty-two (52) Vendors/Contractors/Bidders downloaded the RFQ. Twenty (20) proposals were received on the opening date of June 5, 2023, from the following firms (in alphabetical order):
1. Air Mechanical & Service Corp. - Tampa, FL
2. Ajax Paving Industries of Florida, LLC - North Venice, FL
3. Archis, Inc. dba Archis Technologies - Winter Garden, FL
4. C.A. Owens & Associates, Inc. - Freeport, FL
5. Colliers Engineering & Design, Inc. - Tampa, FL
6. Cross Environmental Services, Inc. - Crystal Springs, FL
7. Deeb Construction and Development Co. - New Port Richey, FL
8. Gator State Paving and Masonry, LLC - Spring Hill, FL
9. Goodwin Brothers Construction, Inc. - Brooksville, FL
10. In Depth, Inc. - Bunnell, FL
11. MVH Construction, LLC - Tampa, FL
12. Nicholas & Associates - Tampa, FL
13. Peter Built Fence, LLC - Summerfield, FL
14. Premium Painters Pinellas - Clearwater, FL
15. Property Services GC - Spring Hill, FL
16. Quick Painting Group Corp. - Orlando, FL
17. RMS Orlando, Inc. - Orlando, FL
18. Seggie Custom Builders, LLC - Spring Hill, FL
19. Tower Systems, Inc. - Winter Park, FL
20. Waller Construction, Inc. - Lakeland, FL
Out of twenty (20) proposals, eight (8) proposals were deemed non-responsive:
1. Air Mechanical & Service Corp. - Tampa, FL
2. C.A. Owens & Associates, Inc. - Freeport, FL
3. Gator State Paving and Masonry, LLC - Spring Hill, FL
4. In Depth, Inc. - Bunnell, FL
5. Peter Built Fence, LLC - Summerfield, FL
6. Premium Painters Pinellas - Clearwater, FL
7. Quick Painting Group Corp. - Orlando, FL
8. RMS Orlando, Inc. - Orlando, FL
Department staff review resulted in the following qualified Vendor/Contractors listed in the recommended Categories:
CATEGORY A: PUBLIC WORKS
Evaluated by Laura Borgesi P.E., Traffic Engineer; Donald Carey P.E., Stormwater Engineer; D. Todd Crosby P.E., Interim Director of Public Works; Troy McCain, Sr. Project Manager
Ajax Paving Industries of Florida, LLC
Goodwin Bros. Construction, Inc
CATEGORY B: WATERWAYS
Evaluated by Carla Burrman, Aquatic Services and Waterways Manager
Review did not result in qualified proposals.
CATEGORY C: UTILITIES
Evaluated by Ron Patel P.E., Utilities Engineering Division Manager
Goodwin Bros. Construction, Inc.
Deeb Construction and Development Co.
CATEGORY D: FACILITIES
Evaluated by Craig Becker, Facilities Manager; Erik van de Boogaard, Construction Projects Coordinator
Archis, Inc. dba Archis Technologies - Winter Garden, FL
Cross Environmental Services, Inc. - Crystal Springs, FL
Deeb Construction and Development Co. - New Port Richey, FL
MVH Construction, LLC - Tampa, FL
Nicholas & Associates - Tampa, FL
Property Services GC - Spring Hill, FL
Seggie Custom Builders LLC - Spring Hill, FL
Waller Construction, Inc. - Lakeland, FL
As per the attached Department Recommendations, it is recommended the Board approve the Pre-Qualification of the Vendor/Contractors for the following categories:
For CATEGORY A: PUBLIC WORKS:
Ajax Paving Industries of Florida, LLC and
Goodwin Bros. Construction, Inc
For CATEGORY C: UTILITIES:
Goodwin Bros. Construction, Inc., and
Deeb Construction and Development Co.
For CATEGORY D: FACILITIES:
Archis, Inc., d/b/a Archis Technologies - Winter Garden, FL
Cross Environmental Services, Inc. - Crystal Springs, FL
Deeb Construction and Development Co. - New Port Richey, FL
MVH Construction, LLC - Tampa, FL
Nicholas & Associates - Tampa, FL
Property Services GC - Spring Hill, FL
Seggie Custom Builders LLC - Spring Hill, FL
Waller Construction, Inc. - Lakeland, FL
The Chief Procurement Officer has reviewed this requirement for conformance to Procurement Ordinance and Purchasing Policies and Procedures.
FINANCIAL IMPACT
Contracts will be used on an as-needed basis by departments countywide up to allowable budget amounts and each project will not exceed $500,000.00. Any projects over $35,000.00 will be brought to the Board for approval.
LEGAL NOTE
The Board has the authority to take the recommended action on this item pursuant to Chapter 125, Florida Statutes.
recommendation
RECOMMENDATION
It is recommended that the Board approve the Department’s selection of the following qualified Vendor/Contractors:
CATEGORY A: PUBLIC WORKS
Ajax Paving Industries of Florida, LLC
Goodwin Bros. Construction, Inc.
CATEGORY C: UTILITIES
Goodwin Bros. Construction, Inc.
Deeb Construction and Development Co.
CATEGORY D: FACILITIES
Archis, Inc., d/b/a Archis Technologies - Winter Garden, FL
Cross Environmental Services, Inc. - Crystal Springs, FL
Deeb Construction and Development Co. - New Port Richey, FL
MVH Construction, LLC - Tampa, FL
Nicholas & Associates - Tampa, FL
Property Services GC - Spring Hill, FL
Seggie Custom Builders, LLC - Spring Hill, FL
Waller Construction, Inc. - Lakeland, FL
The Board’s approval will authorize the County to request quotes from the pre-qualified vendor/contractors for projects estimated under $500K. Any quotes received over the ABR will be brought back to the Board for approval.
There are two (2) one (1) year unilateral renewal options available in accordance with Contract condition/provision in Paragraph 8.1 of the contract.
It is further recommended the Board approve the Chief Procurement Officer (CPO) to renew the contract with the same pricing terms and authorize the CPO to approve change orders as they become necessary and required.