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 #: 25-1369    Version: 1 Name:
Type: Procurement Status: Discussion Item
File created: 10/1/2025 In control: Administrative Services Department
On agenda: 10/28/2025 Final action:
Title: Selection of one firm and four ranked alternates to provide Design Services for Destination Parkway to Central Florida Parkway Reclaimed Water Main Installation and Force Main Replacement, Request for Proposals Y25-808-ZR from the following firms listed alphabetically: * Ardurra Group, Inc. * Burgess & Niple, Inc. * CHA Consulting, Inc. * Hazen and Sawyer * Tetra Tech, Inc. Further request Board authorization for the Procurement Division to negotiate and execute a contract provided the contract does not exceed the budget of $4,000,000. Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Utilities Department Engineering Division] Procurement Division)
Attachments: 1. Y25-808-ZR Agenda Item Score Sheet, 2. Y25-808-ZR BDD Evaluation Memo Reviewed
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: October 1, 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: Lindy A. Wolfe, P.E., LEED AP, Manager II, Utilities Engineering Division

 

PHONE: 407-254-9918

 

SUBJECT: Selection of Consultant, Request for Proposals Y25-808-ZR, Design Services for Destination Parkway to Central Florida Parkway Reclaimed Water Main Installation and Force Main Replacement

 

RECOMMENDATION:

title

Selection of one firm and four ranked alternates to provide Design Services for Destination Parkway to Central Florida Parkway Reclaimed Water Main Installation and Force Main Replacement, Request for Proposals Y25-808-ZR from the following firms listed alphabetically:

                     Ardurra Group, Inc.

                     Burgess & Niple, Inc.

                     CHA Consulting, Inc.

                     Hazen and Sawyer

                     Tetra Tech, Inc.

 

Further request Board authorization for the Procurement Division to negotiate and execute a contract provided the contract does not exceed the budget of $4,000,000.

 

Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Utilities Department Engineering Division] Procurement Division)

body


PROCUREMENT:

This contract will provide professional engineering services for installation of a new 30-inch reclaimed water main and replacement of an existing 30-inch force main. The project will provide a transmission main to convey reclaimed water generated in the County’s South Service Area to enhance capacity and flexibility. The replaced force main will reduce the potential for sanitary sewer overflows. This project is located in Districts 1 and 6.

FUNDING:

Funding is available in account numbers 4420-038-1411-0075-6340 and 4420-038-1509-35-6340.

DISCUSSION:

Five proposals were received in response to this Request for Proposals (RFP) and were evaluated in accordance with the criteria set forth in the RFP.

The proposals were evaluated by the Procurement Committee on September 24, 2025. Commissioner Christine Moore was assigned to the Procurement Committee.

The Procurement Committee’s consensus scores are attached.