Subject:
Title
Award of bid for pumping and tankering services for Pinellas County Utilities service areas.
label
Recommended Action:
Recommended Action
Approve the award of bid to the vendors listed below for emergency pumping and tankering services.
1) EnviroWaste Services Group, Inc. Non-emergency Groups 1, 2, and 4
2) FCS, Inc. Emergency Group 1
3) T. Wayne Hill Trucking, Inc. Non-emergency Group 3
Emergency Group 2 and 3
Bid No. 167-0456-B(LN); in an annual amount of $554,000.00 for a sixty (60) month total of $2,770,000.00 on the basis of being lowest, responsible bids received meeting specifications.Body
Strategic Plan:
Deliver First Class Services to the Public and Our Customers
5.2 Be responsible stewards of the public’s resources
Summary:
This is a new contract for requirements of emergency and non-emergency domestic wastewater pumping and tankering services. Services include all management, supervision, labor, and equipment to pump and transport domestic wastewater from sanitary sewer pump stations, wastewater treatment facilities, and collection systems located throughout the Utilities Department (Utilities) services areas.
Vendors were deemed non-responsive in certain groups for both non-emergency and emergency services for either not meeting specifications related to the one (1) hour response time and/or insufficient equipment. Group 4 (jet-vac truck emergency category) is not being awarded at this time as none of the vendors were able to meet response time or equipment requirements; the specification will be reviewed and a determination will be made how to procure this requirement in the near future.
As with most County contracts, regional municipalities have the ability to utilize this contract cooperatively receiving benefit from competitive sourced pricing.
Background Information:
On June 21, 2017, the Purchasing Department, on behalf of Utilities, released an Invitation to Bid (ITB) with the intent to establish a new contract for pumping and tankering services. However, the bid was re-solicited due to interested firms not meeting specification requirements.
This contract contains a provision for unit price adjustments at thirty-six (36) months after the date of award based on the average of the Consumer Price Index (CPI) for All Urban Consumers.
Fiscal Impact:
Estimated five (5) year expenditure not to exceed: $2,770,000.00
Estimated annual expenditure not to exceed: $ 554,000.00
Funding is derived from the Utilities Department operating budget.
Staff Member Responsible:
Randi Kim, Director, Utilities
Joe Lauro, Director, Purchasing
Partners:
N/A
Attachments:
Bid Tabulation