Interoffice Memorandum
DATE: March 27, 2025
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, PE, Manager II, Utilities Department, Engineering Division
PHONE: 407-254-9918
SUBJECT: Award of Invitation for Bids Y25-714-RC, John Young Parkway 20-inch HDPE Replacement
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-714-RC, John Young Parkway 20-inch HDPE Replacement, to the low-responsive and responsible bidder, R.P. Utility & Excavation Corp., in the total contract award amount of $2,244,682.
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 Board 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:
This project involves the replacement of existing 20-inch HDPE wastewater force main, and other associated work along the John Young Parkway right-of-way from Deerfield Boulevard to approximately 150 feet south of Uracus Street. The work consists of furnishing all coordination, labor, equipment, and materials for the construction of a new force main, retire-in-place the existing force main, and other associated work as shown on the Drawings and specified herein. This project is located in District 4.
FUNDING:
Funding is available in account number 4420-038-1539-0071-6345.
APPROVALS:
The Utilities Engineering and Business Development Divisions concur with this recommendation.
REMARKS:
Five bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. S.A. Casey Construction Inc. was deemed non-responsible based on the results of the reference checks. The bid submitted from R.P. Utility & Excavation Corp. is considered reasonable based on comparison to the engineer’s estimate. References provided were satisfactory for this type of work and R.P. Utility & Excavation Corp. has been determined to be responsible. Therefore, the award is recommended to R.P. Utility & Excavation Corp.
The bid tabulation is as follows:
Bidders: Bid Total
R.P. Utility & Excavation Corp. $2,244,682.00
Metro Equipment Service, Inc. $2,318,244.90
Schuller Contractors Incorporated $3,100,511.00
Cathcart Construction Company $3,428,772.65
S.A. Casey Construction Inc. Non-responsible