Hernando County, FL Banner Image
File #: 14364   
Type: Agenda Item Status: Adopted
File created: 7/25/2024 In control: Board of County Commissioners
On agenda: 9/10/2024 Final action: 9/10/2024
Enactment date: Enactment #:
Title: Award of Construction Agreement to Midsouth, Inc., for Re-Location and Re-Construction of Chalmer Street Lift Station and Force Main Installation Project for Utilities Department (Contract No. 24-C00715/JG; Amount: $2,754,132.39)
Attachments: 1. Solicitation 24-C00715, 2. Evaluation Bid Tabulation, 3. Department Recommendation With References, 4. Notice of Intent to Award 24-C00715, 5. Construction Agreement With Midsouth, Inc., 6. Expenditure Status Report 4144 07244, 7. Approved Construction Agreement to Midsouth, Inc., for Re-Location and Re-Construction of Chalmer Street Lift Station and Force Main Installation Project for Utilities

TITLE

title

Award of Construction Agreement to Midsouth, Inc., for Re-Location and Re-Construction of Chalmer Street Lift Station and Force Main Installation Project for Utilities Department (Contract No. 24-C00715/JG; Amount: $2,754,132.39)

 

body

BRIEF OVERVIEW

The Procurement Department issued Invitation to Bid (ITB) No. 24-C00715/JG on April 10, 2024, at the request of the Hernando County Utilities Department, to obtain bids for the Re-location and Re-construction of Chalmer St Lift Station and Force Main Install.

 

The Procurement Department staff placed the legal advertisement in the Hernando Sun on April 12, 2024, and the OpenGov website on April 10, 2024. The bid was sent to three thousand one hundred thirty-one (3131) matching vendor/contractors from the website. The bid document was downloaded by sixty-two (62) vendor/contractors and four (4) bid submissions were received.

 

BIDs RECEIVED:

DB Civil Construction, LLC                                                                                    $2,259,340.00

Midsouth, Inc.                                                                                                          $2,754,132.39

Carr & Collier, Inc.                                                                                                         $2,872,700.00

Ferriera Construction Co, Inc.                                                               $3,240,420.50

 

Bids were reviewed and evaluated by the Procurement Department to determine if they were responsive and responsible. The bids were then reviewed and evaluated by the Hernando County Utilities Department staff for award recommendation based on price, conformance with specifications and the Bidder’s ability to perform the contract in accordance with the terms, conditions and specifications required.  During this review it was determined that the low bidder, DB Civil Construction, LLC, did not have the specific construction experience pertaining to this project’s scope of work so the department moved on to the next lowest bidder, Midsouth, Inc.  A Letter of Rejection was sent to DB Civil Construction, LLC on July 19, 2024. 

 

A Notice of Intent to Award the contract to Midsouth, Inc., dated July 26, 2024, was posted to the OpenGov website and posted to the Hernando County Administration electronic public bulletin board.  No challenges to the Notice of Intent to Award were received.

 

The Chief Procurement Officer has reviewed this requirement for conformance to Procurement Ordinance and Purchasing Policies and Procedures.

 

FINANCIAL IMPACT

Funds of $2,754,132.39 are available in the following accounts:

 

Fund:  4144 - HCUD Capital, Department:  07244 - HCUD Capital, Account:  5626323 -Improv-WWTP/Liftstation in the amount of $2,754,132.39.

 

LEGAL NOTE

In accordance with Part II, Chapter 2, Article V of the Hernando County Code of Ordinances

 

recommendation

RECOMMENDATION

It is recommended that the Board approve and authorize the Chairperson’s signature on the attached agreement for award to Midsouth, Inc., Contract No. 24-C00715/JG for Re-location and Re-construction of Chalmer St Lift Station and Force Main Install project in the bid amount of $2,754,132.39.

 

It is further recommended the Board approve the Chief Procurement Officer to approve change orders as they become necessary and required up to the budgeted amounts.