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 #: 24-1025    Version: 1 Name:
Type: Procurement Status: Consent Agenda
File created: 7/2/2024 In control: Administrative Services Department
On agenda: 7/30/2024 Final action:
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)
Attachments: 1. Staff Report, 2. Y24-1005-ZR BDD Bid Evaluation Memo 7.11.2024 REV2
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

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