Skip to main content
Comptroller Main Webpage

The Clerk of the Board is responsible for keeping accurate minutes and maintaining Board records for each Board of County Commissioner (BCC) and Value Adjustment Board (VAB) meeting. In addition, every 4 years, the Clerk of the Board office provides staff support to the Charter Review Commission (CRC) appointed by the BCC. Please contact our office if you need an accessible version of documents on this page, and one will be provided.

Selection options are described below:

1. To search BCC records by meeting date and/or a specific term between September 23, 1869 and December 14, 2010, view the 'BCC Meetings' page.

2. To view BCC records by meeting date between January 4, 2011 through September 22, 2016, scroll down to locate the BCC meeting date.

3.
To search BCC records by a specific term between October 4, 2016 through Present, select the 'Search Records' tab.      

4.    To view VAB records by meeting date between June 20, 2013 through August 21, 2018, scroll down to locate the VAB meeting date. 

5.    To search CRC regular business meeting records by a specific term between February 25, 2019 through Present, select the 'Search Records' tab.

File #: 25-938    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 6/17/2025 In control: Administrative Services Department
On agenda: 7/15/2025 Final action:
Title: Approval to award Invitation for Bids Y25-741-MB, Precourt Drive Drainage Improvements, to the low responsive and responsible bidder, Valencia Construction Group, Inc., in the estimated contract award amount of $1,096,950. 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 Roads and Drainage Division] Procurement Division)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: June 17, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Eduardo Avellaneda, M.S., P.E., Manager II, Roads and Drainage Division

 

PHONE: 407-836-7871

 

SUBJECT: Award of Invitation for Bids Y25-741-MB, Precourt Drive Drainage Improvements

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-741-MB, Precourt Drive Drainage Improvements, to the low responsive and responsible bidder, Valencia Construction Group, Inc., in the estimated contract award amount of $1,096,950.

 

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 Roads and Drainage Division] Procurement Division)

body


PROCUREMENT:

This project will reduce flooding along Precourt Drive by upgrading culvert crossings along the adjacent secondary drainage canal. Two culvert crossings will be upsized to a 5-foot by 7-foot concrete box culvert in the Winegard Canal at the following crossings: Jordan Avenue and the Korean Grace Church of Orlando entrance. The improvements also include replacing the existing articulated concrete block mats, roadway, and sidewalk that will be impacted by installing the new box culverts. The work will be constructed within the existing Orange County right-of-way and the existing 15-foot-wide drainage easement just west of the right-of-way.

The project is located in District 3.

FUNDING:

Funding is available in account number 1004-072-3010-6330.

APPROVALS:

The Roads and Drainage Division concurs with this recommendation.

REMARKS:

Seven bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness.  Price reasonableness was established by comparison to the engineer's estimate and consideration of market factors.  A scope confirmation meeting was conducted, during which the bidder affirmed their understanding of the scope of work and expressed confidence in the pricing submitted. 

A timely protest was filed by Schuller Contractors Incorporated. In accordance with the Procurement Ordinance a protest review was conducted by the Procurement Manager on June 9, 2025, and the decision rendered was to deny the protest.  No appeals were received.

Valencia Construction Group, Inc, has a satisfactory record of performance for this type of work and has been determined to be responsible. Therefore, award is recommended to Valencia Construction Group, Inc.

 

The bid tabulation is as follows:

Bidder:                                                                                                                                                                                             Total Bid:

Valencia Construction Group, Inc.                                                                                                                              $1,096,950.00

Schuller Contractors Incorporated                                                                                                          $1,247,678.00

Stage Door II, LLC                                                                                                                                                                         $1,264,582.00

Mercon Construction Co.                                                                                                                                                    $1,524,661.87

Cathcart Construction Company - Florida, LLC                                                                                    $1,637,514.60

Condor Construction Corp                                                                                                                                                   $1,707,877.70

Carr & Collier, Inc.                                                                                                                                                                         $1,828,700.00