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 #: 25-558    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 3/25/2025 In control: Administrative Services Department
On agenda: 4/22/2025 Final action:
Title: Approval to award Invitation for Bids Y25-734-TA, Entrance Roadway to International Drive Booster Pump Station, to the low responsive and responsible bidder, Gibbs & Register, Inc. in the total contract award amount of $789,575. 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 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 Utilities Engineering Division] Procurement Division)
Attachments: 1. Y25-734 MWBE Evaluation Reviewed (2)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: March 24, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Lindy Wolfe, P.E., LEED AP, Manager II, Utilities Engineering Division

 

PHONE: 407-254-9918

 

SUBJECT: Award of Invitation for Bids Y25-734-TA, Entrance Roadway to International Drive Booster Pump Station

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-734-TA, Entrance Roadway to International Drive Booster Pump Station, to the low responsive and responsible bidder, Gibbs & Register, Inc. in the total contract award amount of $789,575.

 

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 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 Utilities Engineering Division] Procurement Division)

body


PROCUREMENT:

Work under this contract includes constructing a paved access road and associated stormwater handling devices to allow access to the International Drive Booster Pump Station. The project is located in District 1.

FUNDING:

Funding is available in account number 4420-038-1498-0021-6310.

APPROVALS:

The Utilities Engineering Division and Business Development Divisions concur with this recommendation.

REMARKS:

Six bids were received in response to the Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. S.A. Casey Construction and Cathcart Construction Group-Florida LLC were deemed non-responsible based on the results of the reference checks. Gibbs & Register, Inc.’s bid is considered fair and reasonable based on current market conditions.  References provided were satisfactory for this type of work and Gibbs & Register, Inc. has been determined to be responsible. Therefore, award is recommended to Gibbs & Register, Inc.

 

The bid tabulation is as follows:

Bidder:                                                                                                                              Bid Total:

Gibbs & Register, Inc.                                                                                    $789,575.00

Condor Construction Corp                                                                                    $800,888.00

Atlantic Civil Corporation                                                                                    $1,108,848.04

Prime Construction Group, Inc.                                                               $1,190,590.00

S.A. Casey Construction                                                                                    Non-Responsible

Cathcart Construction Group-Florida LLC                     Non-Responsible