Legislation Details

File #: 26-0440    Version: 1 Name:
Type: Procurement Status: Passed
File created: 3/27/2026 In control: Administrative Services Department
On agenda: 5/5/2026 Final action: 5/5/2026
Title: Approval to award Invitation for Bids Y25-742-CC, Pine Hills Master Pump Station 3000, to the low responsive and responsible bidder, TLC Diversified, Inc., in the total contract award amount of $10,783,524. ([Utilities Department Engineering Division] Procurement Division)

Interoffice Memorandum

 

DATE: April 6, 2026

 

TO: Mayor Jerry L. Demings and County Commissioners

 

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

 

CONTACT: Lindy A. Wolfe, P.E., LEED-AP, Manager II, Utilities Engineering Division

 

PHONE: 407-254-9918

 

SUBJECT: Award of Invitation for Bids Y25-742-CC, Pine Hills Master Pump Station 3000

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-742-CC, Pine Hills Master Pump Station 3000, to the low responsive and responsible bidder, TLC Diversified, Inc., in the total contract award amount of $10,783,524. ([Utilities Department Engineering Division] Procurement Division)

body


PROCUREMENT:

The purpose of this project is to rehabilitate an existing wastewater master pump station. The rehabilitation includes site, mechanical, electrical, and instrumentation upgrades.

Improvements include the installation of a new dual wet well, pumps, discharge piping, submersible mixers, a flow meter, an electrical building, an odor control system, a generator, an access drive, a chain-link fence, a wet pond, and site grading.  This project is located in District 6.

FUNDING:

This project is funded through a federal pass-through grant administered by Florida Commerce. Funding is available in account number 4420-038-1559-0124-6310.

APPROVALS:

The Utilities Engineering Division concurs with this recommendation.

REMARKS:

Five bids were received in response to this Invitation for Bids and were evaluated for responsiveness, responsibility, and price reasonableness. References provided were satisfactory for this type of work and TLC Diversified, Inc. has been determined to be responsible. A scope confirmation meeting was conducted affirming the bid’s fairness and reasonableness. The bid submitted by TLC Diversified, Inc. is considered reasonable based on the current economic environment. Therefore, award is recommended to TLC Diversified, Inc.

 

The bid tabulation is as follows:

Bidder:                                                                                                                                                   Bid Total:

TLC Diversified, Inc.                                                                                                         $10,783,524

Prime Construction Group, Inc.                                                                                    $11,223,344

Morgan Contracting, Inc.                                                                                                         $11,748,450

Gregori Construction                                                                                                         $13,260,406

Sawcross, Inc.                                                                                                                              $13,945,000