Interoffice Memorandum
DATE: July 1, 2024
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Michael Drozeck, Manager II, Stormwater Management Division
PHONE: 407-836-7945
SUBJECT: Award of Invitation for Bids Y24-1040-MB, Stormwater Pond and Primary Canal Cleaning Sediment and Slope Restoration Services
ACTION REQUESTED:
title
Approval to award Invitation for Y24-1040-MB, Stormwater Pond and Primary Canal Cleaning Sediment and Slope Restoration Services, to the low responsive and responsible bidders, RMS Constructors Group, LLC, in the estimated contract award amount of $2,466,600 for a one-year term, and American Persian Engineering & Construction, LLC in the estimated contract award amount of $2,702,600 for a one-year term. Further request authorization for the Procurement Division to renew the contracts for two additional one-year terms. ([Public Works Department Stormwater Management Division] Procurement Division)
body
PROCUREMENT:
Work under these contracts consists of providing all labor, equipment and maintenance of traffic and incidentals (including mobilization) necessary to remove and dispose of sediment, vegetation, material and debris, as well as making repairs to slopes and banks, erosion control measures and sodding, pipe jetting and cleaning in designated retention ponds, open canals, box culverts, manholes, catch basins, drainwell vaults, pump stations basins and discharge lines, sump areas, stormwater pipe systems and closed conduit systems and other sites deemed necessary by Orange County and in accordance with Florida Department of Transportation Specifications for Road and Bridge Construction and Orange County Road Construction and Specification standards. Work shall be issued on an as-needed basis throughout Orange County. The projects are located in all districts.
FUNDING:
Funding is available in account numbers 1142-072-5092-3816 and 1023-072-5092-3816.
APPROVALS:
The Stormwater Management and Business Development Divisions concur with this recommendation.
REMARKS:
Three bids were received in response to this Invitation for Bids (IFB) and were evaluated for responsiveness and responsibility, and price reasonableness. Aftermath Discovery Recovery, Inc was deemed non-responsive for failing to submit a complete Bid Bond as required in the IFB. American Persian Engineering & Construction, LLC and RMS Constructors Group, LLC has a satisfactory record of performance for this type of work and has been determined to be responsible. Therefore, award is recommended to American Persian Engineering & Construction, LLC and RMS Constructors Group, LLC.
Multiple awards are necessary because the projected workload will exceed the capacity of a single contractor and are necessary to meet the requirements for multiple orders to be performed on an ongoing basis throughout the County. After achieving the minimum order requirements for each contract, the low-cost contractor will be given the first opportunity to perform all work. The other contractors will be utilized in the event the low-cost contractor is unable to perform within the required timeframe.
The bid tabulation is as follows:
Bidder: Total Bid:
RMS Constructors Group, LLC $2,466,600
American Persian Engineering & Construction, LLC $2,702,600
Aftermath Discovery Recovery, Inc. Non-Responsive