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 #: 25-929    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 6/11/2025 In control: Administrative Services Department
On agenda: 7/15/2025 Final action:
Title: Approval to award Invitation for Bids Y25-759-EB Moss Park Wastewater Treatment Plant Upgrades, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,980,000. 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, Department of State registration, E-Verify, insurance and bonds, further request Board authorization 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. ([Administrative Services Department Facilities Management Division] Procurement Division)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: June 11, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Lee Mathews, Program Coordinator, Facilities Management Division

 

PHONE: 407-836-7400

 

SUBJECT: Award of Invitation for Bids Y25-759-EB, Moss Park Wastewater Treatment Plant Upgrades

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-759-EB Moss Park Wastewater Treatment Plant Upgrades, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,980,000.

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, Department of State registration, E-Verify, insurance and bonds, further request Board authorization 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. ([Administrative Services Department Facilities Management Division] Procurement Division)

body


PROCUREMENT:

The project consists of upgrading the Moss Park Wastewater Treatment Plant to meet the new Florida Department of Environmental Protection requirements for concentration limits of total nitrogen and total phosphorus discharge. This project will upgrade the wastewater plant to meet the current State of Florida requirements.  This project is located in District 4.

FUNDING: 

Funding is available in account number 1023-043-0263-3810.

APPROVALS:

The Facilities Management Division concurs with this recommendation.

REMARKS:

Three bids were received in response to this Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness.  Razorback LLC was deemed non-responsive for failure to meet the similar project criteria established in the IFB.  The bid submitted by Prime Construction Group, Inc. is considered reasonable based on bid results, engineer’s estimate and current market conditions.  The references provided were satisfactory for this type of work and Prime Construction Group, Inc. has been determined to be responsible. Therefore, the award is recommended to Prime Construction Group, Inc.

 

The bid tabulation is as follows:

 

BIDDER:                                                                                                         BID TOTAL:

Prime Construction Group, Inc.                                          $1,980,000

US Water Services Corporation                                          $2,159,770                                          

Razorback LLC                                                                                    Non-Responsive