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 #: 25-419    Version: 1 Name:
Type: Procurement Status: Passed
File created: 2/25/2025 In control: Administrative Services Department
On agenda: 3/25/2025 Final action: 3/25/2025
Title: Approval to award Invitation for Bids Y25-747-CC, Administration Center Phase I Security Improvements and Paver Leveling, to the low responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $343,000. 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. ([Administrative Services Department Capital Projects Division] Procurement Division).

Interoffice Memorandum

 

DATE: February 25, 2025

 

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 II, Capital Projects Division

 

PHONE: 407-836-0048

 

SUBJECT: Award of Invitation for Bids Y25-747-CC, Administration Center Phase I Security Improvements and Paver Leveling

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-747-CC, Administration Center Phase I Security Improvements and Paver Leveling, to the low responsive and responsible bidder, S.A. Casey Construction, Inc., in the total contract award amount of $343,000.

 

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. ([Administrative Services Department Capital Projects Division] Procurement Division).

body


PROCUREMENT:

Work under this contract involves increasing perimeter security at the Administration Center. The project will include the installation of fencing and gates. The project is located in District 5.

FUNDING:

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

APPROVALS:

The Capital Projects Division concurs with this recommendation.

REMARKS:

Three bids were received in response to the Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. Due to safety concerns for Orange County employees, this was advertised as an emergency solicitation.  References provided were satisfactory for this type of work and S.A. Casey Construction, Inc. has been determined to be responsible. The bid for S.A. Casey Construction, Inc. is considered to be fair and reasonable with the current market conditions. Therefore, award is recommended to S.A. Casey Construction, Inc.

 

The bid tabulation is as follows:

 

Bidder                                                                                                                              Total Bid Amount

S.A. Casey Construction, Inc.                                                               $343,000

CORE Engineering & Construction, Inc.                                          $359,399

Archis, Inc. dba Archis Technologies                                          $607,547