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 #: 25-403    Version: 1 Name:
Type: Procurement Status: Passed
File created: 2/21/2025 In control: Administrative Services Department
On agenda: 3/25/2025 Final action: 3/25/2025
Title: Approval to award Invitation for Bids Y25-710-GV, Oak Meadows Water Supply Facility Drainage Improvements, to the low responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $1,098,000. 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 Engineering Division] Procurement Division)
Attachments: 1. MWBE Evaluation Reviewed (1)

Interoffice Memorandum

 

DATE: February 21, 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 A. Wolfe, P.E., LEED AP, Manager II, Utilities Engineering Division

 

PHONE: 407-254-9918

 

SUBJECT: Award of Invitation for Bids Y25-710-GV Oak Meadows Water Supply Facility Drainage Improvements 

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-710-GV, Oak Meadows Water Supply Facility Drainage Improvements, to the low responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $1,098,000.

 

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 Engineering Division] Procurement Division)

body


PROCUREMENT:

Work under this contract consists of removal of rip rap from an existing swale and the construction of a new structure to dissipate the flow and prevent erosion. Work will also include installation of piping to the swale so well discharge can be drained to the swale when necessary. This project is located in District 1.

FUNDING:

Funding is available in account number 4420-038-1532-0021-6310.

APPROVALS:

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

REMARKS:

Five bids were received in response to the Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness. All Terrain Tractor Service, Inc. and Close Construction Services, LLC were deemed non-responsive by the Procurement Division, based on the analysis provided by the Business Development Division, which identified that M/WBE participation goal was not achieved, and sufficient good faith effort documentation was not provided. APD Construction LLC. was deemed non-responsible for failure to meet the reference requirements prescribed in the IFB.

S.A. Casey Construction, Inc. was determined responsible based on our consultant’s evaluation of their bid documents, similar projects, experience, and references.  Therefore, award is recommended to S.A. Casey Construction, Inc.

 

The bid tabulation is as follows:

Bidder                                                                                                         Bid Total                                                               

S.A. Casey Construction, Inc.                                          $1,098,000                                                               

Prime Construction Group, Inc.                                          $1,620,026                                                               

APD Construction, LLC                                                               Non-Responsible                                                               

All Terrain Tractor Service, Inc.                                          Non-Responsive

Close Construction Services, LLC                                          Non-Responsive