Legislation Details

File #: 24-1170    Version: 1 Name:
Type: Procurement Status: Passed
File created: 7/25/2024 In control: Administrative Services Department
On agenda: 8/27/2024 Final action: 8/27/2024
Title: RECOMMENDATION: Approval to award Invitation for Bids Y23-706-MB, Lake Apopka Trail Connector Project, to the low responsive and responsible bidder, Gibbs & Register, Inc., in the total contract award amount of $7,994,899.50. 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 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 Engineering Division] Procurement Division).

Interoffice Memorandum

 

DATE: July 25, 2024

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Raymond Williams, P.E., Manager II, Public Works Engineering Division

 

PHONE: 407-836-7909

 

SUBJECT: Award of Invitation for Bids Y23-706-MB, Lake Apopka Trail Connector Project

 

title

RECOMMENDATION:

Approval to award Invitation for Bids Y23-706-MB, Lake Apopka Trail Connector Project, to the low responsive and responsible bidder, Gibbs & Register, Inc., in the total contract award amount of $7,994,899.50.

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 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 Engineering Division] Procurement Division).

body

PROCUREMENT:

Work under this contract consists of the construction of a 10’ to 14’ wide asphalt pavement/concrete shared use path with a boardwalk section between Magnolia Park on Binion Road to the new Wynwood Subdivision on McCormick Road, for a total distance of 3.230 miles. This includes 4,899 feet of concrete sidewalk, 11,963 feet of asphalt trail with ribbon curb, and 100 feet of boardwalk. The trail will also include pedestrian/bicycle picket railing, Type B fencing, signing and markings, sod, and other landscape improvements. There will also be two rest areas provided with this project.

Other improvements associated with this project consist of, but are not limited to, curb and gutter reconstruction along Ocoee Apopka Road, construct sidewalk and curb ramps with detectable warning surfaces, milling and resurfacing of State Road 429 entrance and exit ramps, remove, replace, or modify existing drainage inlets, placement of new inlets and storm pipes, removal of existing pedestrian signal poles, installation of new pedestrian signals and detectors and conduit, placement of signage and pavement markings, construct gravity wall, installation of new fences and fence gates, installation of new rest area amenities, removal of existing concrete, removal of existing fences, placement of erosion control measures, and site preparation work including erosion control, clearing and grubbing, tree removal, excavation, and embankment.  The project is located in District 2.

FUNDING:

This project is federally funded through the Florida Department of Transportation (FDOT) Local Agency Program.  Funding is available in account numbers 7537-062-2178-6310 and 1265-062-2178-6310.

DISCUSSION:

Four bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. Watson Civil Construction, Inc., was deemed non-responsive for failing to have an active registration on Sam.Gov, as required by FDOT.  The bid submitted by Gibbs & Register, Inc. is considered reasonable based on comparison to the engineer’s estimate. References provided were satisfactory for this type of work and Gibbs & Register, Inc. has been determined to be responsible. Therefore, award is recommended to Gibbs & Register, Inc.

 

The bid tabulation is as follows:

BIDDER                                                                                                                              TOTAL BID

Gibbs & Register, Inc.                                                                                    $  7,994,899.50

Atlantic Civil Constructors Corp.                                                               $  8,594,362.52

Cathcart Construction Corp.                                                               $  9,138,194.00

Watson Civil Construction, Inc.                                                               Non-Responsive