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 #: 25-509    Version: 1 Name:
Type: Procurement Status: Passed
File created: 3/13/2025 In control: Administrative Services Department
On agenda: 4/8/2025 Final action: 4/8/2025
Title: Approval to award Invitation for Bids Y25-738-GO, Watermark Park, to the low responsive and responsible bidder, Saboungi Construction, Inc., in the total contract award amount of $1,271,750. 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).
Attachments: 1. Y25-738 MWBE Evaluation Reviewed

Interoffice Memorandum

 

DATE: March 13, 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 Y25-738-GO, Watermark Park

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-738-GO, Watermark Park, to the low responsive and responsible bidder, Saboungi Construction, Inc., in the total contract award amount of $1,271,750.

 

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 includes the construction of a new Watermark neighborhood park, located in southwest Orange County consisting of open play field, concrete hardscape, playground, shade structure, picnic pavilion, site furniture, landscape, irrigation system, and associated stormwater and utility connections. The project is located in District 1.

FUNDING:

Funding is available in account number 1050-062-2182-6310.

APPROVALS:

The Capital Projects and Business Development Divisions concur with this recommendation.

REMARKS:

Eleven bids were received in response to the Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. Ulloa Management Group, LLC was deemed non-responsive for failing to provide a bid bond conforming to the requirements of the IFB.  CIC Construction Group USA, LLC, CORE Engineering & Construction, Inc., JK2 Holmes Constructors, LLC, Shuller Contractors Incorporated, Sky Living Co. Inc. and Sloan Builders Inc. were deemed non-responsible based on the results of the reference checks.

Saboungi Construction, Inc.’s bid is considered to be fair and reasonable with the current market conditions.  References provided were satisfactory for this type of work and Saboungi Construction, Inc. has been determined to be responsible. Therefore, award is recommended to Saboungi Construction, Inc.

 

The bid tabulation is as follows:

Bidder:                                                                                                                              Bid Total:

Saboungi Construction, Inc.                                           $1,271,750

Mulligan Constructors Inc.                                                      $1,332,777

S.A. Casey Construction                                                      $1,496,000

Bandes Construction Company, Inc                                $1,496,473

CIC Construction Group USA, LLC                                         Non-Responsible

CORE Engineering & Construction, Inc.                                Non-Responsible

JK2 Holmes Constructors, LLC                                           Non-Responsible

Shuller Contractors Incorporated                                           Non-Responsible

Sky Living Co. Inc.                                                                 Non-Responsible

Sloan Builders Inc.                                                                 Non-Responsible

Ulloa Management Group, LLC                                           Non-Responsive