Legislation Details

File #: 25-741    Version: 1 Name:
Type: Procurement Status: Passed
File created: 4/30/2025 In control: Administrative Services Department
On agenda: 6/3/2025 Final action: 6/3/2025
Title: Approval to award Invitation for Bids Y25-195-ZR, Valve/Hydrant Preventative Maintenance and Unidirectional Flushing Term Contract, to the low responsive and responsible bidder, Hydromax USA LLC, in the estimated contract award amount of $19,414,540.75 for a five-year term. ([Utilities Department Field Services Division] Procurement Division)
Attachments: 1. Y25-195 BDD Evaluation Memo Reviewed 4-23-25
Interoffice Memorandum

DATE: April 30, 2025

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 Y25-195-ZR, Valve/Hydrant Preventative Maintenance and Uni-Directional Flushing Term Contract

ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-195-ZR, Valve/Hydrant Preventative Maintenance and Unidirectional Flushing Term Contract, to the low responsive and responsible bidder, Hydromax USA LLC, in the estimated contract award amount of $19,414,540.75 for a five-year term. ([Utilities Department Field Services Division] Procurement Division)
body

PROCUREMENT:
This contract will provide preventative maintenance for all County sewer, water, and reclaimed lines valves, blow-off valves, and hydrants at intervals. Additionally, the work includes the uni-directional flushing of the County's water distribution system. The project is located in all districts.
FUNDING:
Funding is available in account numbers 4420-038-1347-3855 and 4420-038-1328-3855.
APPROVALS:
The Field Services and Business Development Divisions concur with this recommendation.
REMARKS:
Three bids were received in response to the Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. E.E.R Service LLC was deemed non-responsive for failure to provide a complete bid bond form as required in the IFB. R&M Service Solutions, LLC was deemed non-responsible for failure to meet the reference requirements prescribed in the IFB. 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, the award is recommended to Hydromax USA LLC.

The bid tabulation is as follows:
Bidd...

Click here for full text