Interoffice Memorandum
DATE: February 28, 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, P.E., LEED AP, Manager II, Utilities Engineering Division
PHONE: 407-254-9918
SUBJECT: Award of Invitation for Bids for Y25-723-GG Orangewood Boulevard Aerial Crossing Replacements.
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-723-GG, Orangewood Boulevard Aerial Crossing Replacements, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,537,586.65.
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:
Work under this contract consists of the replacement of aerial crossings of both force and water mains and installed under the existing canal via directional drill. The work will extend the useful life of the system and result in a reduction in unscheduled maintenance due to emergency repair calls. This project location is in District 1.
FUNDING:
Funding is available in account numbers 4420-038-1533-0016-6340 and 4420-038-1539-0076-6340.
APPROVALS:
The Utilities Engineering and Business Development Divisions concur with this recommendation.
REMARKS:
Five bids were received in response to the Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness. The bid submitted by Development of Central Florida, Inc. is deemed non-responsive by the Procurement Division, based on the analysis provided by the Business Development Division, which identified that M/WBE participation goal was not achieved, and sufficient good faith effort documentation was not provided.
Prime Construction Group, Inc. has been determined responsible based on similar project experience and reference check results. Therefore, award is recommended to Prime Construction Group, Inc.
The bid tabulation is as follows:
Bidder Total Amount
Prime Construction Group, Inc. $1,537,586.65
Cathcart Construction Company-Florida, LLC $1,564,780.70
S.A. Casey Construction, Inc. $1,622,099.74
R.P. Utility & Excavation Corp. $1,750,982.00
Development of Central Florida, Inc. Non-Responsive