Interoffice Memorandum
DATE: May 8, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Kenneth Leeming, P.E., Manager, Highway Construction Division
PHONE: 407-836-7713
SUBJECT: Award of Invitation for Bids Y25-1009-GO, Sidewalk Safety Improvement Program
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-1009-GO, Sidewalk Safety Improvement Program, to the low responsive and responsible bidders, W.T. Comp Inc, in the estimated contract award amount of $1,882,182.18 for the base year, Schuller Contractors Incorporated, in the estimated contract award amount of $1,947,183 for the base year, and Condor Construction, Corp., in the estimated contract award amount of $1,955,514 for the base year. Further request Board authorization for the Procurement Division to exercise option years one and two for each contract. ([Public Works Department Highway Construction Division] Procurement Division)
body
PROCUREMENT:
Work under these contracts shall consist of the construction of concrete sidewalks and Americans with Disabilities Act compliant pedestrian safety features as part of the Public Works sidewalk safety program. Work will be issued on an as-needed basis throughout Orange County.
FUNDING:
Funding is available in account number 1003-072-2841-3816.
APPROVALS:
The Highway Construction and Business Development Divisions concur with this recommendation.
REMARKS:
Eight bids were received in response to this Invitation for Bids and were evaluated for responsiveness, responsibility, and price reasonableness. Mad Max Concrete Inc. was deemed non-responsive for failing to provide the required bid bond.
Multiple awards are necessary because the projected workload will exceed the capacity of a single contractor and are necessary to meet the requirements for multiple orders to be performed on an ongoing basis throughout the County. After achieving the minimum order requirements for each contract, the low-cost contractor will be given the first opportunity to perform all work. The other contractors will be utilized in the event the low-cost contractor is unable to perform within the required timeframe. The bids from W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp. are considered to be fair and reasonable with the current market conditions. References provided were satisfactory for this type of work and W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp. have been determined to be responsible. Therefore, award is recommended to W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp.
The bid tabulation is as follows:
W.T. Comp Inc Base Year: $1,882,182.18
Option Year 1: $1,924,826.78
Option Year 2: $1,954,063.98
Total Bid: $5,761,072.94
Schuller Contractors Incorporated Base Year: $1,947,183.00
Option Year 1: $1,950,659.00
Option Year 2: $1,952,927.00
Total Bid: $5,850,769.00
Condor Construction, Corp. Base Year: $1,955,514.00
Option Year 1: $1,955,414.00
Option Year 2: $2,074,181.00
Total Bid: $5,985,109.00