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 #: 24-1173    Version: 1 Name:
Type: Procurement Status: Passed
File created: 7/26/2024 In control: Administrative Services Department
On agenda: 8/13/2024 Final action: 8/13/2024
Title: Approval to award Invitation for Bids Y24-769-GV, Courthouse Additional Vendor Parking and Underground Storage Tank Replacement, to the low responsive and responsible bidder, Don Wood, Inc., in the total contract award amount of $590,000. ([Administrative Services Department, Capital Projects Division] Procurement Division)
Attachments: 1. MWBE Evaluation Y24.769-GV 5.30.2024

Interoffice Memorandum

 

DATE: July 17, 2024

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Sara Flynn-Kramer, Manager, Capital Projects Division

 

PHONE: 407-836-0048

 

SUBJECT: Award of Invitation for Bids Y24-769-GV, Courthouse Additional Vendor Parking and Underground Storage Tank Replacement

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y24-769-GV, Courthouse Additional Vendor Parking and Underground Storage Tank Replacement, to the low responsive and responsible bidder, Don Wood, Inc., in the total contract award amount of $590,000. ([Administrative Services Department, Capital Projects Division] Procurement Division)

 

body


PROCUREMENT:

Work under this contract consists of the removal and replacement of the existing 12,000 gallon underground double wall fiberglass diesel fuel storage tank. A temporary 2,000 gallon UL-2085 aboveground tank will be supplied and placed into service before the existing tank is disturbed. The related underground supply, return, and vent piping will be replaced. Paving and concrete will be removed and replaced from sidewalk, traffic aisle, additional vendor parking lot, and curb as shown on the plan set and as necessary. A new tank monitor system will be installed. The project is located in District 5.

 

FUNDING:

Funding is available in account number 1023-043-1787-3810.

 

APPROVALS:

The Capital Projects and Business Development Division concur with this recommendation.

 

REMARKS:

Four bids were received in response to the Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness. Close Construction Services, LLC was deemed non-responsible for failure to meet the similar project criteria in the IFB.  Don Wood, Inc. has been determined to be responsible, as references provided were satisfactory for this type of work. Therefore, the award is recommended to Don Wood, Inc.

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.

The bid tabulation is as follows:

Bidder                                                                                                         Bid Total                                                               

Don Wood, Inc.                                                                                    $590,000                                                               

Prime Construction Group, Inc.                                          $674,000                                                               

SPATCO Energy Solutions, LLC.                                          $919,946                                                               

Close Construction Services, LLC.                     Non-Responsible