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 #: 25-770    Version: 1 Name:
Type: Procurement Status: Passed
File created: 5/8/2025 In control: Administrative Services Department
On agenda: 6/3/2025 Final action: 6/3/2025
Title: Approval to award Invitation for Bids Y25-1009-GO, Sidewalk Safety Improvement Program, to the low responsive and responsible bidders, W.T. Comp Inc, in the estimated contract award amount of $1,882,182.18 for the base year, Schuller Contractors Incorporated, in the estimated contract award amount of $1,947,183 for the base year, and Condor Construction, Corp., in the estimated contract award amount of $1,955,514 for the base year. Further request Board authorization for the Procurement Division to exercise option years one and two for each contract. ([Public Works Department Highway Construction Division] Procurement Division)
Attachments: 1. Y25-1009 BDD Base Year Reviewed, 2. Y25 1009 BDD Comp (Base Year)

Interoffice Memorandum

 

DATE: May 8, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Kenneth Leeming, P.E., Manager, Highway Construction Division

 

PHONE: 407-836-7713

 

SUBJECT: Award of Invitation for Bids Y25-1009-GO, Sidewalk Safety Improvement Program

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-1009-GO, Sidewalk Safety Improvement Program, to the low responsive and responsible bidders, W.T. Comp Inc, in the estimated contract award amount of $1,882,182.18 for the base year, Schuller Contractors Incorporated, in the estimated contract award amount of $1,947,183 for the base year, and Condor Construction, Corp., in the estimated contract award amount of $1,955,514 for the base year. Further request Board authorization for the Procurement Division to exercise option years one and two for each contract. ([Public Works Department Highway Construction Division] Procurement Division)

body


PROCUREMENT:

Work under these contracts shall consist of the construction of concrete sidewalks and Americans with Disabilities Act compliant pedestrian safety features as part of the Public Works sidewalk safety program. Work will be issued on an as-needed basis throughout Orange County.

FUNDING:

Funding is available in account number 1003-072-2841-3816.

APPROVALS:

The Highway Construction and Business Development Divisions concur with this recommendation.

REMARKS:

Eight bids were received in response to this Invitation for Bids and were evaluated for responsiveness, responsibility, and price reasonableness. Mad Max Concrete Inc. was deemed non-responsive for failing to provide the required bid bond.

Multiple awards are necessary because the projected workload will exceed the capacity of a single contractor and are necessary to meet the requirements for multiple orders to be performed on an ongoing basis throughout the County. After achieving the minimum order requirements for each contract, the low-cost contractor will be given the first opportunity to perform all work. The other contractors will be utilized in the event the low-cost contractor is unable to perform within the required timeframe. The bids from W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp. are considered to be fair and reasonable with the current market conditions.  References provided were satisfactory for this type of work and W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp. have been determined to be responsible. Therefore, award is recommended to W.T. Comp Inc, Schuller Contractors Incorporated, and Condor Construction, Corp.

The bid tabulation is as follows:

W.T. Comp Inc                                      Base Year:        $1,882,182.18

                                                              Option Year 1:   $1,924,826.78

                                                              Option Year 2:   $1,954,063.98

                                                              Total Bid:           $5,761,072.94

 

Schuller Contractors Incorporated       Base Year:        $1,947,183.00

                                                             Option Year 1:   $1,950,659.00

                                                             Option Year 2:   $1,952,927.00

                                                             Total Bid:           $5,850,769.00

 

Condor Construction, Corp.                 Base Year:        $1,955,514.00

                                                             Option Year 1:   $1,955,414.00

                                                             Option Year 2:   $2,074,181.00

                                                              Total Bid:          $5,985,109.00