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 #: 25-777    Version: 1 Name:
Type: Procurement Status: Passed
File created: 5/8/2025 In control: Administrative Services Department
On agenda: 6/3/2025 Final action: 6/3/2025
Title: Approval to award Invitation for Bids Y25-153-RC, Gravity Main Cured-In-Place Lining, to the low responsive and responsible bidder, LMR Construction, Inc., in the estimated total contract award amount of $3,995,385 for a five-year term. 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, M/WBE participation sub-contract agreements, 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. ([Utilities Department Field Services Division] Procurement Division)
Attachments: 1. Y25-153 MWBE 0% Goal Analysis

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: Troy Layton, Manager II, Utilities Department, Field Services Division            

 

PHONE: 407-254-9794

 

SUBJECT: Award of Invitation for Bids Y25-153-RC, Gravity Main Cured-In-Place Lining

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-153-RC, Gravity Main Cured-In-Place Lining, to the low responsive and responsible bidder, LMR Construction, Inc., in the estimated total contract award amount of $3,995,385 for a five-year term.

 

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, M/WBE participation sub-contract agreements, 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. ([Utilities Department Field Services Division] Procurement Division)

body


PROCUREMENT:

This project involves the rehabilitation of existing gravity sewer collection systems. The work consists of furnishing all labor, equipment, and materials for the construction of cast-in-place pipe (CIPP) liners. Project objectives include structural and hydraulic renewal and the reduction of inflow and infiltration into the existing sewer system. Work covered by this contract includes, but is not limited to, cleaning and televising sewer mains, installation of CIPP liner systems, rehabilitation and reconnection of existing service laterals, and closed circuit television inspection before and after rehabilitation work. Work includes all associated site work and restoration. The projects are located countywide.

FUNDING:

Funding is available in account number 4420-038-1347-3843.

 

 

APPROVALS:

The Utilities Field Services Division concurs with this recommendation.

REMARKS:

Six bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness.  Atlantic Pipe Services, LLC was deemed non-responsible based on the results of the reference checks. The bid submitted from LMR Construction, Inc. is considered reasonable based on comparison to the engineer’s estimate.  References provided were satisfactory for this type of work and LMR Construction, Inc. has been determined to be responsible. Therefore, the award is recommended to LMR Construction, Inc.

The bid tabulation is as follows:

Bidders:                                                                                                                              Bid Total

LMR Construction, Inc.                                                                                    $3,995,385.00                                          

SAK Construction, LLC                                                                                    $4,320,200.00

Vortex Services LLC                                                                                    $5,312,100.00

GCU, LLC dba Gulf Coast Underground LLC                     $8,178,350.00

Instituform Technologies, LLC                                                               $10,218,263.50

Atlantic Pipe Services, LLC                                                               Non-Responsible