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 #: 25-833    Version: 1 Name:
Type: Procurement Status: Passed
File created: 5/20/2025 In control: Administrative Services Department
On agenda: 6/17/2025 Final action: 6/17/2025
Title: Approval to award Invitation for Bids Y23-799-GO, Powers Drive and North Lane Intersection Improvement FPN : 435527-1-58-01 FAN: D523-074-B, to the low responsive and responsible bidder, Cathcart Construction Company - Florida, LLC, in the total contract award amount of $2,152,654.55. ([Public Works Department Highway Construction Division] Procurement Division)
Attachments: 1. Y23-799 DBE Evaluation Memo Reviewed 2.4.2025

Interoffice Memorandum

 

DATE: May 20, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Kenneth J. Leeming, P.E., Manager, Highway Construction Division

 

PHONE: 407-836-7713

 

SUBJECT: Award of Invitation for Bids Y23-799-GO, Powers Drive and North Lane Intersection Improvement FPN : 435527-1-58-01 FAN: D523-074-B

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y23-799-GO, Powers Drive and North Lane Intersection Improvement FPN : 435527-1-58-01 FAN: D523-074-B, to the low responsive and responsible bidder, Cathcart Construction Company - Florida, LLC, in the total contract award amount of $2,152,654.55. ([Public Works Department Highway Construction Division] Procurement Division)

body


PROCUREMENT:

Work under the contract consists of intersection improvements including the addition of a southbound left-turn deceleration lane on Powers Drive and a westbound left-turn deceleration lane on North Lane.  The project includes pavement widening and reconstruction, earthwork, milling and resurfacing, curb and gutter, concrete sidewalk, drainage pipes and structures, erosion control, sodding, pavement markings, signs, maintenance of traffic, watermain and forcemain improvements, and utility coordination. The project is located in District 2.

FUNDING:

Funding is available through the Florida Department of Transportation Local Agency Program with supplemental funding by the County using the following account numbers:

                     7532-072-7375-6311 Federal Grant Accounting Line

                     1003-072-2722-6311 Capital Improvement Program Accounting Line

 

APPROVALS:

The Highway Construction Division concurs with this recommendation.

REMARKS:

Three bids were received in response to this Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness.  Atlantic Civil Constructors Corp. was deemed non-responsible for failure to satisfy the reference requirements outlined in the IFB. Development of Central Florida, Inc. was deemed non-responsive for failure to provide multiple documents required in the IFB.

The bid evaluation considered recent pricing trends, project duration, and key differences from the Engineer of Record’s (EOR) estimate. Approximately half of the difference between the EOR estimate and the bidder’s quote stems from the Maintenance of Traffic (MOT) pay item. Upon review, it was noted that MOT costs were substantially lower in the bid due to the use of traffic detours, which reduced the need for extensive MOT measures.                     

Additionally, the mobilization cost in the bid came in at approximately 33% below the EOR estimate. It's important to note that both MOT and Mobilization are indirect costs and do not directly reflect the value of permanent work. When adjusted for these two items, the bid is only about 3% lower than the EOR estimate overall-well within a reasonable range. Based on this analysis, the submitted pricing is considered reasonable.

References provided were satisfactory for this type of work and Cathcart Construction Company - Florida, LLC has been determined to be responsible. Staff held a meeting with the bidder, to confirm the scope and price. Therefore, award is recommended to Cathcart Construction Company - Florida, LLC.

The bid tabulation is as follows:

Bidder:                                                                                 Bid Total:

Cathcart Construction Company - Florida, LLC                  $2,152,654.55

Atlantic Civil Constructors Corp.                                          Non-Responsible

Development of Central Florida, Inc                                   Non-Responsive