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 #: 26-0154    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 1/7/2026 In control: Administrative Services Department
On agenda: 2/10/2026 Final action:
Title: Approval to Award of Invitation for Bids Y25-1037-LS, Hauling Transfer Trailers, to the low responsive and responsible bidder, Blew Bayou Services LLC, in the estimated contract award amount of $8,200,000 for a five-year term. 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 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 evaluation herein, to the extend practicable and advantageous to the County. ([Utilities Department Solid Waste Management Division] Procurement Division).
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: January 27, 2026

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: David Gregory, Division Manager, Solid Waste Management Division

 

PHONE: 407-254-9622

 

SUBJECT: Award of Invitation for Bids Y25-1037-LS, Hauling Transfer Trailers

 

ACTION REQUESTED:

title

Approval to Award of Invitation for Bids Y25-1037-LS, Hauling Transfer Trailers, to the low responsive and responsible bidder, Blew Bayou Services LLC, in the estimated contract award amount of $8,200,000 for a five-year term.

 

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 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 evaluation herein, to the extend practicable and advantageous to the County. ([Utilities Department Solid Waste Management Division] Procurement Division).

body


PROCUREMENT:

This contract will provide all labor, equipment, materials, and any incidentals for hauling Orange County transfer trailers from designated locations, following designated routes through Orange County.

FUNDING:

Funding is available in account numbers 4410-038-1034-3197 and 4410-038-1031-3197.

APPROVALS:

The Solid Waste Management Division concurs with this recommendation.

REMARKS:

The contractor’s scope of work is to provide contractor-owned road tractors to pull empty Orange County transfer trailers from the Orange County Landfill to the McLeod Road Transfer Station, and the Porter Transfer Station, and return loaded trailers from the transfer stations to the landfill following designated routes. Twelve bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. T. Wayne Hill Trucking Inc. was deemed non-responsive for failure to sign the irrevocable offer form. C&F Transportation Inc. was deemed non-responsible based on the results of the reference checks. Staff performed a technical evaluation of the bids and determined that they were reasonable based on market research and experience. Blew Bayou Services LLC meets all specifications and requirements of the solicitation and are therefore recommended for award.

 

 

The bid tabulation is as follows:

Bidder:                                                                                                                                                   Estimated Five-Year Bid Total:

Blew Bayou Services LLC                                                                                                         $8,200,000

W&A Dragon Transport LLC                                                                                    $9,060,400

Global Environmental and                                                                                                          $9,200,000

Industrial Response LLC

 

Angeles Travel LLC                                                                                                                              $9,500,000

 

Big Dog Express of South FL Inc.                                                                                    $9,700,000

 

Hungry Hippo Dumpster Rental LLC                                                               $9,909,800

 

Lipsey Trucking LLC                                                                                                         $10,010,000

 

Cruz Trucking Inc.                                                                                                                              $10,889,400

 

Zimmer Equipment                      Inc.                                                                                                         $11,296,000

 

MW Collins Inc.                                                                                                                              $30,000,000

 

T. Wayne Hill Trucking Inc.                                                                                                         Non-Responsive                     

 

C&F Transportation Inc.                                                                                                         Non-Responsible