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 #: 25-305    Version: 1 Name:
Type: Procurement Status: Passed
File created: 2/6/2025 In control: Administrative Services Department
On agenda: 3/11/2025 Final action: 3/11/2025
Title: Approval to award Invitation for Bids Y25-713-CR, Orange County Landfill New Fuel Station, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,333,000. 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 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. ([Utilities Department Solid Waste Division] Procurement Division)
Attachments: 1. BDD Evaluation
Interoffice Memorandum

DATE: February 6, 2025

TO: Mayor Jerry L. Demings and County Commissioners

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

CONTACT: David Gregory, Manager II, Utilities Solid Waste Division

PHONE: 407-254-9622

SUBJECT: Award of Invitation for Bids Y25-713-CR, Orange County Landfill New Fuel Station

ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-713-CR, Orange County Landfill New Fuel Station, to the low responsive and responsible bidder, Prime Construction Group, Inc., in the total contract award amount of $1,333,000.

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 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. ([Utilities Department Solid Waste Division] Procurement Division)
body

PROCUREMENT:
Work under this contract consists of a new fuel station to replace the Solid Waste management facility's previous fuel station that has reached the end of its usable life at approximately 30 years of age. The new fuel station will provide the future means to manage the Solid Waste Division's fuel management needs. The scope of work entails earthwork, paving, installation of fuel storage tanks, pumps, and appurtenances. The project is located in District 4.
FUNDING:
Funding is available in account number 4410-038-1069-6310.
APPROVALS:
The Solid Waste and Business Development Divisions concur with this recommendation.
REMARKS:
Six bids were received in response to this Invitation for Bids and were evaluated for responsiveness, responsibility, and price reasonableness. The bid...

Click here for full text