Interoffice Memorandum
DATE: July 2, 2024
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Troy Layton, P.E., Manager II, Utilities Field Services Division
PHONE: 407-254-9794
SUBJECT: Award of Invitation for Bids Y24-1005-ZR, Wastewater Gravity Cleaning and CCTV Term Contract
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y24-1005-ZR, Wastewater Gravity Cleaning and CCTV Term Contract, to the low responsive and responsible bidder, Hydromax USA LLC in the estimated contract award amount of $5,593,070 for a two-year term. Further request authorization for the Procurement Division to renew the contract for three additional one-year terms.
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 Field Services Division] Procurement Division)
body
PROCUREMENT:
This contract will provide cleaning and closed-circuit televising of wastewater gravity piping systems. The project is located in all districts.
FUNDING:
Funding is available in account numbers 4420-038-1347-3843.
APPROVALS:
The Utilities Field Services and Business Development Divisions concur with this recommendation.
REMARKS:
Seven bids were received in response to the Invitation for Bids (IFB) and were evaluated for responsiveness, responsibility, and price reasonableness. EnviroWaste Services Group, Inc. and Southeast Pipe Survey were deemed non-responsive for failure to provide a complete Bid Bond form as prescribed in the IFB. Insituform Technologies, LLC was deemed non-responsive by the Procurement Division, based on the analysis provided by the Business Development Division, which identified that the M/WBE participation goal was not achieved, and sufficient good faith effort documentation was not provided. The bid received from Hydromax USA LLC is considered reasonable based on the engineer’s estimate. References provided were satisfactory for this type of work. Hydromax USA LLC has been determined to be responsible. Therefore, award is recommended to Hydromax USA LLC.
The bid tabulation is as follows:
Bidder 1-Year Bid Total 2-Year Initial Term Bid Total
Hydromax USA LLC $2,796,535 $5,593,070
National Water Main $3,777,650 $7,555,300
Cleaning Company
Flotech Environmental, LLC $4,159,616 $8,319,232
Inliner Solutions, LLC $4,985,150 $9,970,300
EnviroWaste Services Group, Inc. Non-Responsive
Insituform Technologies, LLC Non-Responsive
Southeast Pipe Survey Non-Responsive