Interoffice Memorandum
DATE: November 17, 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: Brian Sanders, Manager, Transportation Planning Division
PHONE: 407-836-8022
SUBJECT: Selection of Consultant, Request for Proposals Y25-806-JF Schofield Road Roadway Conceptual Analysis Study and Final Engineering Design Professional Transportation Planning and Engineering Services
ACTION REQUESTED:
title
Selection of one firm and an alternate to provide Schofield Road Roadway Conceptual Analysis Study and Final Engineering Design Professional Transportation Planning and Engineering Services, Request for Proposals Y25-806-JF from the following firms listed alphabetically:
• Avcon, Inc.
• KCG Transportation Services LLC
Request Board authorization for the Procurement Division to negotiate and execute a contract within the not exceed the budget of $2,200,000 for Phase 1. 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. ([Public Works Department Transportation Planning Division] Procurement Division)
body
PROCUREMENT:
This project consists of developing recommendations for the design and construction of a safe functional roadway through analysis of current and future segment conditions and roadway needs.
Phase 1 includes the data collection and geotechnical services needed including surveying and mapping. Phase 2 shall include Engineering Design, in which the Consultant shall use the design concepts provided in the RCA Study Report to prepare plans for the construction of a four-lane divided roadway for Schofield Road from the Orange-Lake Couty Line to CR 545 Avalon Road. The project will include multimodal accommodations, associated drainage improvements and storm water management ponds structures and conveyances, assessment of geotechnical data and hazards, identification and management of existing utilities, modification of the temporary signalized intersections at CR 545, accommodating the Intelligent Transportation System, street lighting, and landscaping. The scope and fee for Phase 2 will be negotiated after the approval of the master plan document and will be incorporated into the contract by amendment, to be approved by Board. This project is located in District 1.
FUNDING:
Funding is available in account number 1002-072-2732-3110.
APPROVALS:
The Transportation Planning Division concurs with this recommendation.
REMARKS:
Four proposals were received in response to this Request for Proposals (RFP). The Procurement Committee evaluated the proposal in accordance with the criteria set forth in this RFP.
The proposal was evaluated by the Procurement Committee on October 1, 2025. Commissioner Mayra Uribe was assigned to the Procurement Committee. The proposals from NV5, Inc. and OM Engineering Services, Inc. scored too low for Board consideration.
A timely protest was filed from KCG Transportation Services LLC In accordance with the Procurement Ordinance, a protest hearing was held on November 3, 2025, resulting in the protest committee partially upholding the protest. The protest committee’s scores are attached. A timely appeal was filed.