Interoffice Memorandum
DATE: August 27, 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: Kenneth J. Leeming, P.E., Manager II, Highway Construction Division
PHONE: 407-836-7713
SUBJECT: Award of Invitation for Bids Y25-784-ZR, Orange County Wekiva Springs Pond 6794 Retrofit Project
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-784-ZR, Orange County Wekiva Springs Pond 6794 Project, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,199,145.
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 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. ([Public Works Department Highway Construction Division] Procurement Division)
body
PROCUREMENT:
This contract consists of the reduction of nutrient loading to the groundwater in the Wekiva Springs Basin Management Action Plan area by retrofitting an existing dry retention pond with biosorption activated media. The scope of work includes the modification of the existing outfall structure, excavation and grading of the existing pond bottom, construction of three berms on the pond bottom, installation of a 24-inch layer of Bold and Gold, 4-inch layer of coarse sand, and 6-inch layer of clean sand within the bermed areas, construction of three fiber mesh reinforced concrete weirs, and installation of rubble rip-rap at one 18-inch, one 24-inch, and two 42-inch existing mitered end sections. The project is located in District 6.
FUNDING:
Partial funding is provided by Florida Department of Environmental Protection through Non-Point Source Summer 2024 Grant.
Remaining local funds are available in account number 1023-068-2439-3197.
APPROVALS:
The Highway Construction Division concurs with this recommendation.
REMARKS:
Twelve bids were received in response to the Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. The bid submitted by Universal Contracting & Construction Inc. was deemed non-responsive for failure to provide a complete Bid Bond form as required in the IFB. The bid received from Prime Construction Group, Inc. is considered reasonable based on the engineer’s estimate. The references provided were satisfactory for this type of work. Prime Construction Group, Inc. has been determined to be responsible. Therefore, the award is recommended to Prime Construction Group, Inc.
The bid tabulation is as follows:
Bidder Bid Total
Prime Construction Group, Inc. $1,199,145.00
Gregori Construction $1,279,387.00
Carr & Collier Inc. $1,287,733.00
RMS Constructors Group, LLC $1,290,910.00
Schuller Contractors Incorporated $1,331,666.00
Enviro-Tech Systems, Inc. $1,355,903.24
Close Construction Services, LLC $1,410,640.00
Central Florida Environmental Corp $1,477,119.70
APEC LLC $1,697,410.00
Cathcart Construction Company - Florida, LLC $1,772,537.00
Razorback LLC $2,469,077.00
Universal Contracting & Construction Inc. Non-Responsive