Interoffice Memorandum
DATE: March 13, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Sara Flynn-Kramer, Manager II, Capital Projects Division
PHONE: 407-836-0048
SUBJECT: Award of Invitation for Bids Y25-738-GO, Watermark Park
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-738-GO, Watermark Park, to the low responsive and responsible bidder, Saboungi Construction, Inc., in the total contract award amount of $1,271,750.
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. ([Administrative Services Department Capital Projects Division] Procurement Division).
body
PROCUREMENT:
Work under this contract includes the construction of a new Watermark neighborhood park, located in southwest Orange County consisting of open play field, concrete hardscape, playground, shade structure, picnic pavilion, site furniture, landscape, irrigation system, and associated stormwater and utility connections. The project is located in District 1.
FUNDING:
Funding is available in account number 1050-062-2182-6310.
APPROVALS:
The Capital Projects and Business Development Divisions concur with this recommendation.
REMARKS:
Eleven bids were received in response to the Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. Ulloa Management Group, LLC was deemed non-responsive for failing to provide a bid bond conforming to the requirements of the IFB. CIC Construction Group USA, LLC, CORE Engineering & Construction, Inc., JK2 Holmes Constructors, LLC, Shuller Contractors Incorporated, Sky Living Co. Inc. and Sloan Builders Inc. were deemed non-responsible based on the results of the reference checks.
Saboungi Construction, Inc.’s bid is considered to be fair and reasonable with the current market conditions. References provided were satisfactory for this type of work and Saboungi Construction, Inc. has been determined to be responsible. Therefore, award is recommended to Saboungi Construction, Inc.
The bid tabulation is as follows:
Bidder: Bid Total:
Saboungi Construction, Inc. $1,271,750
Mulligan Constructors Inc. $1,332,777
S.A. Casey Construction $1,496,000
Bandes Construction Company, Inc $1,496,473
CIC Construction Group USA, LLC Non-Responsible
CORE Engineering & Construction, Inc. Non-Responsible
JK2 Holmes Constructors, LLC Non-Responsible
Shuller Contractors Incorporated Non-Responsible
Sky Living Co. Inc. Non-Responsible
Sloan Builders Inc. Non-Responsible
Ulloa Management Group, LLC Non-Responsive