Interoffice Memorandum
DATE: May 20, 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 J. Leeming, P.E., Manager, Highway Construction Division
PHONE: 407-836-7713
SUBJECT: Award of Invitation for Bids Y23-799-GO, Powers Drive and North Lane Intersection Improvement FPN : 435527-1-58-01 FAN: D523-074-B
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y23-799-GO, Powers Drive and North Lane Intersection Improvement FPN : 435527-1-58-01 FAN: D523-074-B, to the low responsive and responsible bidder, Cathcart Construction Company - Florida, LLC, in the total contract award amount of $2,152,654.55. ([Public Works Department Highway Construction Division] Procurement Division)
body
PROCUREMENT:
Work under the contract consists of intersection improvements including the addition of a southbound left-turn deceleration lane on Powers Drive and a westbound left-turn deceleration lane on North Lane. The project includes pavement widening and reconstruction, earthwork, milling and resurfacing, curb and gutter, concrete sidewalk, drainage pipes and structures, erosion control, sodding, pavement markings, signs, maintenance of traffic, watermain and forcemain improvements, and utility coordination. The project is located in District 2.
FUNDING:
Funding is available through the Florida Department of Transportation Local Agency Program with supplemental funding by the County using the following account numbers:
• 7532-072-7375-6311 Federal Grant Accounting Line
• 1003-072-2722-6311 Capital Improvement Program Accounting Line
APPROVALS:
The Highway Construction Division concurs with this recommendation.
REMARKS:
Three bids were received in response to this Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness. Atlantic Civil Constructors Corp. was deemed non-responsible for failure to satisfy the reference requirements outlined in the IFB. Development of Central Florida, Inc. was deemed non-responsive for failure to provide multiple documents required in the IFB.
The bid evaluation considered recent pricing trends, project duration, and key differences from the Engineer of Record’s (EOR) estimate. Approximately half of the difference between the EOR estimate and the bidder’s quote stems from the Maintenance of Traffic (MOT) pay item. Upon review, it was noted that MOT costs were substantially lower in the bid due to the use of traffic detours, which reduced the need for extensive MOT measures.
Additionally, the mobilization cost in the bid came in at approximately 33% below the EOR estimate. It's important to note that both MOT and Mobilization are indirect costs and do not directly reflect the value of permanent work. When adjusted for these two items, the bid is only about 3% lower than the EOR estimate overall-well within a reasonable range. Based on this analysis, the submitted pricing is considered reasonable.
References provided were satisfactory for this type of work and Cathcart Construction Company - Florida, LLC has been determined to be responsible. Staff held a meeting with the bidder, to confirm the scope and price. Therefore, award is recommended to Cathcart Construction Company - Florida, LLC.
The bid tabulation is as follows:
Bidder: Bid Total:
Cathcart Construction Company - Florida, LLC $2,152,654.55
Atlantic Civil Constructors Corp. Non-Responsible
Development of Central Florida, Inc Non-Responsive