Legislation Details

File #: 25-267    Version: 1 Name:
Type: Procurement Status: Passed
File created: 1/31/2025 In control: Administrative Services Department
On agenda: 2/25/2025 Final action: 2/25/2025
Title: Ratification of Contract Y25-728 for Emergency Ocoee/Apopka Road Drainage Improvement project to the low responsive and responsible bidder, W.T. Comp Inc., in the total contract award amount of $1,403,973.63. ([Public Works Department Roads and Drainage Division] Procurement Division)

Interoffice Memorandum

 

DATE: January 31, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Eduardo Avellaneda, M.S., P.E., Manager II, Roads and Drainage Division

 

PHONE: 407-836-7871

 

SUBJECT: Ratification of Contract Y25-728, Emergency Ocoee/Apopka Road Drainage Improvements

 

ACTION REQUESTED:

title

Ratification of Contract Y25-728 for Emergency Ocoee/Apopka Road Drainage Improvement project to the low responsive and responsible bidder, W.T. Comp Inc., in the total contract award amount of $1,403,973.63. ([Public Works Department Roads and Drainage Division] Procurement Division)

body


PROCUREMENT:

This project will address the constant flooding problems that exist along the Ocoee/Apopka Road between South Hawthorne Avenue and Marden Road in northwest Orange County.  The emergency work includes improvements drainage retrofits to manage stormwater runoff and reduce flooding with the construction of new curbs, gutters, and inlets designed to capture the runoff that continues to impact adjacent residential areas.

FUNDING:

Funding is available in account number 1004-072-3010-6330.

APPROVALS:

The Roads and Drainage Division concurs with this recommendation.

REMARKS:

Eight bids were received in response to this Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness.  Flooding has occurred along Ocoee Apopka Road between South Hawthorne Avenue and Marden, along frontage of residential properties as well of the associated roadside conveyance along the frontage of a commercial business.  This was handled as an emergency procurement because construction needs to be completed before the rainy season to prevent additional flooding that affects safety of citizens.  The bids submitted by Condor Construction Company, Cathcart Construction Company, Sanpik, Inc., S.A. Casey Construction, Inc., and Development of Central Florida, Inc. were deemed non-responsible for failure to meet the similar projects requirements in the IFB.  The low bid submitted by W.T. Comp Inc. is considered reasonable based on bid results, engineer’s estimate and current market factors.  The references provided were satisfactory for this type of work and W.T. Comp Inc has been determined responsible.  Therefore, award is recommended to W. T. Comp Inc.

 

The bid tabulation is as follows:

Bidders:                                                                 Bid Total:

W.T. Comp Inc.                                         $1,403,973.63

Schuller Contractors, Inc.                         $1,473,037.19

RMS Constructors Group, LLC                 $1,528,860.00

Cathcart Construction Company              Non-Responsible

Condor Construction Company                Non-Responsible

Sanpik, Inc.                                              Non-Responsible

S.A Casey Construction, Inc.                  Non-Responsible

Development of Central Florida, Inc.       Non-Responsible