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 #: 25-1000    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 7/2/2025 In control: Administrative Services Department
On agenda: 8/5/2025 Final action:
Title: Approval to award Invitation for Bids Y25-762-JF, Orange County Convention Center Campuswide Floor Boxes and Sump Pump Upgrades, to the low responsive and responsible bidder, The Bridge Group Construction, Inc., in the total contract award amount of $5,368,623, inclusive of additive 1 and additive 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. ([Orange County Convention Center Capital Planning Division] Procurement Division).
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Interoffice Memorandum

 

DATE: July 2, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Terry Devitt, Deputy Director, Orange County Convention Center

 

PHONE: 407-685-9867

 

SUBJECT: Award of Invitation for Bids Y25-762-JF, Orange County Convention Center Campuswide Floor Boxes and Sump Pump Upgrades

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-762-JF, Orange County Convention Center Campuswide Floor Boxes and Sump Pump Upgrades, to the low responsive and responsible bidder, The Bridge Group Construction, Inc., in the total contract award amount of $5,368,623, inclusive of additive 1 and additive 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. ([Orange County Convention Center Capital Planning Division] Procurement Division).

 

body


PROCUREMENT:

The project includes the construction to remediate the 1,234 floor boxes in the West Building, which will include modifications and replacement to the interior domestic water and compressed air piping and electrical/low voltage. Additive No 1 includes the replacement of the valves for domestic water and compressed air in the 1,042 floor boxes on the North-South Building. Additive No 2 includes upgrading approximately 15 sump pumps to 15 duplex pump assemblies (each assembly includes two pumps) in the tunnel levels in the West Building. Additive No 2 also includes upgrading 12 simplex sump pumps to 12 duplex pump assemblies (each assembly includes two pumps) in the tunnel level of the North-South Building. The project is located in District 6.

FUNDING:

Funding is available in account number 4430-035-0960-96-6210.

APPROVALS:

The Capital Planning Division concurs with this recommendation.

REMARKS:

Two bids were received in response to this Invitation for Bid (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. The bid submitted by The Bridge Construction Group, Inc. is considered reasonable based on comparison to the engineer’s estimate. The references provided were satisfactory for this type of work and The Bridge Construction Group, Inc. has been determined to be responsible.  Therefore, the award is recommended to The Bridge Construction Group, Inc.

 

The bid tabulation is as follows:

Bidder                                                                                                                       Base                                                            Additive             Additive                                    Total

                                                                                                          Bid                                                   No 1                   No 2                                   Award

 

The Bridge Construction Group, Inc.                      $3,304,692.00                      $1,327,366.00                       $736,565.00                       $5,368,623.00

Anderson Place Construction, LLC                     $5,160,440.42                      $1,189,095.40                       $745,788.80                       $7,045,324.62