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 #: 24-1012    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 7/2/2024 In control: Administrative Services Department
On agenda: 7/30/2024 Final action:
Title: Approval to award Invitation for Bids Y24-770-GV, Southern Regional Water Supply Facility Stormwater Improvements, to the low responsive and responsible bidder, Stage Door II, Inc., in the total contract award amount of $198,650. 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 Engineering Division] Procurement Division)
Attachments: 1. Staff Report, 2. Y24-770 MWBE Evaluation Reviewed 5.31.2024
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
Interoffice Memorandum

DATE: July 2, 2024

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 Y24-770-GV, Southern Regional Water Supply Facility Stormwater Improvements

ACTION REQUESTED:
title
Approval to award Invitation for Bids Y24-770-GV, Southern Regional Water Supply Facility Stormwater Improvements, to the low responsive and responsible bidder, Stage Door II, Inc., in the total contract award amount of $198,650.
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 Engineering Division] Procurement Division)

body
PROCUREMENT:
Work under this contract consists of installation of at least 1,000 feet of 24-inch diameter pipeline to direct stormwater from the site to the surrounding wetlands, protecting the fence line. The project is located in District 4.
FUNDING:
Funding is available in account number 4420-038-1498-0023-6340.
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. The bid submitted by CCC Site Development was deemed non-responsive for failure to submit the documents required in the IFB. The bid submitted by W.T. Comp, Inc. was deeme...

Click here for full text