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 #: 25-1100    Version: 1 Name:
Type: Procurement Status: Passed
File created: 7/31/2025 In control: Administrative Services Department
On agenda: 9/30/2025 Final action: 9/30/2025
Title: Approval to award Invitation for Bids Y25-778-GO, Animal Services Facilities, to the low responsive and responsible bidder, Collage Design and Construction Group, Inc. dba The Collage Companies, in the total contract award amount of $49,253,584 inclusive of additives 1 and 2. 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 tabulation herein, to the extent practicable and advantageous to the County. ([Administrative Services Department Capital Projects Division] Procurement Division)

Interoffice Memorandum

 

DATE: August 1, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, FNIGP, 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 Y25-778-GO, Animal Services Facilities

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-778-GO, Animal Services Facilities, to the low responsive and responsible bidder, Collage Design and Construction Group, Inc. dba The Collage Companies, in the total contract award amount of $49,253,584 inclusive of additives 1 and 2.

 

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 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 consists of construction of the Animal Services Building and  Conroy Roadway improvements. The new Orange County Animal Services Facility project will replace the existing outdated facility. The new facility is a two-level building of approximately 123,419 square feet and will house 265 dogs and 194 cats. It will also include public, administrative, medical, and animal care spaces. The work includes phased construction, furniture, fixtures, and equipment, site work, parking, landscaping, and utilities. Additive #1 includes the installation of an 800KW diesel generator, fuel tank, and automatic transfer switch, while Additive #2 consists of the installation of terrazzo flooring in place of porcelain tile on the second floor. The Conroy Roadway improvements consist of the reconstruction of curb ramps at all four corners of the Conroy Road and Eastgate Drive intersection, realignment of the northern crosswalk, and installation of pedestrian signals, detectors, and conduit. The project is located in District 6.

FUNDING:

Funding is available in account number 1023-060-0252-6210.

APPROVALS:

The Capital Projects Division concurs with this recommendation.

REMARKS:

Five bids were received in response to the Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness.

Phase 1, Request for Qualifications Y25-745-GO, was conducted to pre-qualify firms for this bid. The references submitted by Collage Design and Construction Group, Inc. dba The Collage Companies were found to be satisfactory for the scope of work. Collage Design and Construction Group, Inc. dba The Collage Companies has been determined to be a responsible firm.

On July 28, 2025 a scope confirmation meeting was held with Collage Design and Construction Group, Inc. dba The Collage Companies, at which they confirmed their understanding of the scope and pricing. The bid for Collage Design and Construction Group, Inc. dba The Collage Companies is considered to be fair and reasonable with the current market conditions. Therefore, award is recommended to Collage Design and Construction Group, Inc. dba The Collage Companies.

The bid tabulation is as follows:

Bidder:                                                                                    

The Collage Companies

Base Bid: $48,597,001.00

Additive #1: $683,433.00

Additive #2: ($26,850.00)

Total Bid: $49,253,584.00                                

 

Burke Construction Group, Inc.

Base Bid: $50,969,217.00

Additive #1: $575,597.86

Additive #2: ($65,410.00)

Total Bid: $51,479,404.86                                 

 

 

Sauer Construction

Base Bid: $51,613,766.00

Additive #1: $556,927.00

Additive #2: ($84,420.00)

Total Bid: $52,086,273.00                                                       

 

Charles Perry Partners, Inc.

Base Bid: $52,979,000.00

Additive #1: $517,000.00

Additive #2: ($175,000.00)

Total Bid: $53,321,000.00                                                     

 

Kokolakis Contracting       

Base Bid: $57,316,840.00

Additive #1: $798,868.00

Additive #2: $78,128.00

Total Bid: $58,193,836.00