Interoffice Memorandum
DATE: October 22, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, 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: Award of Invitation for Bids Y25-1066-CR, Stormwater Pipe Installation and Repair
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-1066-CR, Stormwater Pipe Installation and Repair to the low responsive and responsible bidders, Stage Door II, LLC in the estimated contract award amount of $19,952,670 for a one-year term and RMS Constructors Group, LLC in the estimated contract award amount of $20,008,395 for a one-year term.
Further request Board authorization for the Procurement Division to renew the contracts for two additional one-year terms.
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, State Division of Corporations registration, E-verify, insurance and bonds, further request 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. ([Public Works Department Roads & Drainage Division] Procurement Division)
body
PROCUREMENT:
Work under these contracts shall consist of providing all labor materials, equipment, and incidentals necessary to install and repair storm sewer pipe, ditch bottom inlets, curb inlets, and roadside ditches including site preparation, hauling, grading, stabilizing, sodding, miscellaneous asphalt pavement, concrete curbs and sidewalks, driveways, mitered ends, clearing and grubbing, and swale excavation at designated locations within Orange County.
FUNDING:
Funding is available in account number 1002-072-2906-3816.
APPROVALS:
The Roads and Drainage Division concurs with this recommendation.
REMARKS:
Three bids were received in response to this Invitation for Bids and were evaluated for responsiveness, responsibility, and price reasonableness. Price reasonableness was established by comparison to the engineer's estimate and consideration of market factors.
Multiple awards are necessary as this will allow the County the flexibility to have alternate contractors when the lowest bidder cannot perform the required work, but also the ability to select the most cost effective alternative for the services. This would also decrease the cost to provide services, reducing safety and liability issues to the County while eliminating the current gap for services when other contracts have been maxed out or when contractors have exceeded available resources.
Stage Door II, LLC and RMS Constructors Group, LLC have a satisfactory record of performance for this type of work and have been determined to be responsible. Therefore, award is recommended to Stage Door II, LLC and RMS Constructors Group, LLC.
The bid tabulation is as follows:
Bidder Total Bid
Stage Door II, LLC $19,952,670
RMS Constructors Group, LLC $20,008,395
Schuller Contractors Incorporated $33,845,037