No preview available
 /
     
Agenda 03/25/2025 Item #16F 3 (Award (“ITB”) No. 24-8304, “Grease Trap Hauling Services & Repairs,” to Southern Sanitation, Inc.)3/25/2025 Item # 16.F.3 ID# 2025-903 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8304, “Grease Trap Hauling Services & Repairs,” to Southern Sanitation, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To retain a vendor to provide as-needed and urgent grease trap hauling services, and urgent and non- urgent repairs for grease trap structures. CONSIDERATIONS: The Facilities Management Division maintains over thirty County-owned and operated grease trap structures. These grease trap structures must be in continuous and proper operation, providing service 24 hours a day, 365 days a year. To meet this level of service, staff seek to award a contract to a vendor for grease trap hauling and repair services. On November 22, 2024, the Procurement Services Division issued ITB No. 24-8304, Grease Trap Hauling Services & Repairs. Procurement Services extended the response deadline for an additional week to promote competition. The County received one bid by the January 8, 2025, submission deadline as follows: Respondents: Company Name City County State Bid Amount Responsive / Responsible Southern Sanitation, Inc. Naples Collier FL $62,000.00 Yes/Yes Staff reviewed Southern Sanitation, Inc.'s bid and found the bidder responsive and responsible, and is recommending awarding it the ITB. Southern Sanitation, Inc., incorporated in Florida in 2001 and is the incumbent vendor for these services under Agreement No. 19-7595, which expires on April 19, 2025. Southern Sanitation has provided services under its current contract in a manner that meets or exceeds expectations and has been doing business with the County for over twenty years. The proposed attached agreement provides for an initial three-year term with one additional two-year renewal option. This item is consistent with the Collier County strategic plan objective to optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. FISCAL IMPACT: The historical expenditure for these services amounts to $72,672.50 under the current contract, which commenced on October 22, 2019. The budget for this contract is provided in the Facilities Management Cost Center (0001-122240). Other County Manager Divisions utilizing this contract will provide funding from their respective budgets. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award ITB No. 24-8304, “Grease Trap Hauling Services & Repairs,” to Southern Sanitation, Inc., and authorize the Chairman to sign the attached Agreement. PREPARED BY: Todd Fiedorowicz, Contract Administration Specialist, Facilities Management Division ATTACHMENTS: Page 3159 of 5415 3/25/2025 Item # 16.F.3 ID# 2025-903 1. 24-8304 Solicitation 2. 24-8304 Southern Sanitation Inc. bid package 3. 24-8304 Bid Tabulation 4. 24-8304 NORA signed 5. 24-8304 VendorSigned_Southern 6. 24-8304 COI in Compliance Packet Page 3160 of 5415 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR GREASE TRAP HAULING SERVICES & REPAIRS SOLICITATION NO.: 24-8304 LISAOIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 3161 of 5415 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8304 PROJECT TITLE: GREASE TRAP HAULING SERVICES & REPAIRS DUE DATE: December 30, 2024, at 3:00 PM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $55,000 over the term of the current contract, which began on October 22, 2019; however, this may not be indicative of future buying patterns. BACKGROUND The Facilities Management Division is currently responsible for providing service for approximately 32 grease traps at various locations throughout Collier County. A list of Grease Trap Locations and sizes is provided with this solicitation, see Exhibit A – Grease Trap locations. Grease Trap sizes range from an under-sink interceptor size to traps as big as 1,250 gallons. The Division must ensure that these grease traps' provide continuous operation and service 24 hours a day 365 days a year. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with one (1) two (2) year renewal options. Prices shall remain firm for the initial term of this contract. The County reserves the right to seek services outside of the awarded contract. A Purchase Order shall survive contract expiration to allow completion of work commenced prior to the contract expiration date. Blanket Purchase Orders will not survive the contract expiration date. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery, provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. Page 3162 of 5415  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid  Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a Primary and Secondary Awardee o Should the Primary Contractor not be able to provide the services within the time period or is unable to perform the normal or urgent requests, the Division reserves its rights to move to the Secondary, as necessary. The County reserves the right to seek services outside of the contract if the Primary or Secondary are unable to perform.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The scope of work is to provide as needed and urgent grease trap hauling services. The services include removing accumulated grease, oil, and other materials from grease traps, hauling, and proper disposal. The scope of work also includes providing repair services to grease trap structures on an as-needed basis. 1. Grease Trap Hauling Services As directed by the Division Representative or designee, the awarded Contractor will provide removal, hauling and disposal of accumulated materials in grease traps. 1.1 Material a. The material primarily consists of raw, untreated grease. b. Other organics and plastics may be incorporated into the raw grease. 1.2 Procedure for material removal To include, where applicable, but not limited to: a Remove covers and remove water in the trap to facilitate cleaning discharged water into the sewer line. b Remove baffles when possible. c Remove the accumulated grease from the trap. d Scrape the sides, the lid, and the baffles with a putty knife to remove accumulated debris. e Remove the settled solids and remaining liquids. f Replace the baffle and lid as designed by the manufacturer. g Refill liquids into the trap. 1.3 Method of Disposal h The Contractor shall remove raw grease from a grease trap and directly haul it to a State approved disposal and receiving facility. i The Contractor must arrive on-site with an empty truck. The Division Representative or designee may, at their discretion, accept a partially loaded truck. Such acceptance must be documented on the invoice. j The Contractor will provide material removal, hauling and disposal at an all-inclusive hourly rate as supplied on the fee schedule. 2. Repairs Services As directed by the Division Representative or designee, the awarded Contractor will make all necessary repairs to restore the grease trap structure to proper operating condition. 2.1 The Division Representative or designee may request the Contractor to provide a written Time and Materials Not to Exceed (T&M NTE) quote for any repair services. 2.2 Repair services shall be provided and billed per the established hourly labor rates. The Contractor may only charge hourly rates or repair service hours worked at the job site. Hourly rates shall be per the fee schedule, which is inclusive of labor, overhead, travel-related expenses, required reporting, and equipment use, excluding rental equipment. 2.3 The Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the services requested. All work, equipment, parts, and materials not specified in the work order must meet Collier County Vertical Standards CC Vertical Standards 2021 (colliercountyfl.gov)/Facilities Master Specs and the Florida Building Code (FBC) Florida Building Code Online. If any work, equipment, parts, and materials are not addressed in the work order or in Collier County Vertical Standards/Facilities Master Specs, approval by the Division Page 3163 of 5415 Representative or designee shall be required. 2.4 Parts and materials shall be new and free of defects and, at a minimum, meet or exceed the performance specifications of the original equipment. In the event a Contractor installed part(s) is found to be defective, the Contractor shall immediately replace the part(s) at no cost to Collier County. 3. Response Time and Availability 3.1. The awarded Contractor(s) will provide the Division Representative or designee telephone numbers and email addresses for routine, after-hours, and urgent services for twenty-four (24) hours a day, seven (7) days per week, three hundred sixty-five (365) days per year. 3.2. Contractor response time is of great concern to the Division to ensure the grease traps experience minimal downtime. • Routine Services: The Contractor will acknowledge a routine service request via email or phone call within thirty (30) minutes of the request being sent by the Division Representative or designee. The Contractor must possess a minimum of two (2) trucks and ensure their availability within four (4) hours of notification. • Urgent Services: The Contractor will acknowledge an urgent services request via email or phone call within thirty (30) minutes of the request being sent by the Division Representative or designee. An urgent service request requires that the Contractor be on site with a truck capable of removing a minimum of 4,000 gallons and begin work within one (1) hour after the Division’s initial request and within two (2) hours for the Immokalee, Marco Island, and Everglades City areas. The Division Representative or designee must approve a response time that exceeds one (1) hour and two (2) hours for the Immokalee, Marco Island, and Everglades City areas. A one-time $250 Urgent Service Call Fee is allowed when responding in addition to the applicable hourly rates. 3.3. For routine and urgent service requests, the Contractor will be permitted to charge a two (2) hour minimum for trucks that the Division Representative or designee requested, arrived onsite within the required response timeframe, and were subsequently dismissed by the Division Representative or designee without pumping or hauling waste. 4. Contractor’s Responsibilities 4.1 The Contractor shall not commence work until a County purchase order is issued. 4.2 The Contractor shall be responsible for cleaning up any material spills (including raw wastewater, grease, scum, fuel, or any other discharge) in accordance with State, Federal, and local regulations. Spill kits must be readily available on all trucks at all times while performing this agreement. 4.3 The Contractor shall use qualified technicians with experience in servicing various equipment associated with grease traps to complete the work specified in this solicitation. 4.4 If any deficiencies are noted in the completed services, such deficiencies will be corrected by the Contractor within twenty- four (24) hours upon notification by the Division Representative or designee. There will be no cost to Collier County for call- backs. 4.5 All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 4.6 The Contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the Division Representative or designee upon request. The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. 4.7 The Contractor shall be responsible for removing all debris from the site and cleaning affected areas. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and, as work progresses, or upon request by the Division’s Representative or designee, shall remove such debris and materials from the property. The Contractor shall leave all affected areas as they were before beginning work. Page 3164 of 5415 4.8 The Contractor must be licensed to operate in the State of Florida within Collier County and in possession of a current Business Tax Receipt, formerly known as Occupational License, necessary to perform the services required. 4.9 The Contractor is responsible for obtaining and maintaining all licenses, permits, and insurance required by the Florida Department of Environmental Protection (FDEP) or any other local, state, or federal agency for the services provided under this agreement throughout the entire agreement term. 4.10 The Contractor is responsible for immediately informing the Division Representative or designee if the Contractor damages pipes, manholes, property, or any other system appurtenances. The Division will repair any damage caused by the Contractor, and all costs to repair the damage will be charged back to the Contractor. 5. Work Hours 5.1 Normal business hours are Monday through Friday between 7:00 AM and 5:00 PM, excluding Collier County observed Holidays. After-hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday, Sunday, or County Observed Holidays. The after-hours rate will be calculated at 1.5x the hourly rate provided on the fee schedule. 5.2 If a requested service starts during normal business hours and extends into the after-hours period, the after-hours rate shall only be charged for time worked during the after-hours period. 6. Records and Documentation 6.1 The Contractor shall take before-and-after pictures of all completed items, including but not limited to a clean and empty grease interceptor/under-sink trap showing piping inside and the surrounding area, and submit them upon request. 6.2 Each load shall have a load ticket/service manifest signed by an agent of the Contractor and the Division representative or designee. The Contractor is responsible for complying with Florida Department of Environmental Protection (FDEP) requirements for the load ticket/service manifest. 6.3 The Contractor shall maintain hauling records for a period of seven (7) years from the date of service. 6.4 The Contractor will be responsible for utilizing any systems used by the Division for work requests under this Agreement. The Contractor will be required to update, complete, and close work requests and attach before and after pictures as necessary. 6.5 The Contractor(s) shall not remove any equipment containing a Collier County asset sticker unless requested by the Division Representative or designee. The Contractor(s) shall request that, when replacing equipment, the asset sticker be removed by a Division staff member authorized to adjust the equipment inventory records. The Contractor(s) will place asset stickers on the equipment, as necessary for no charge. 6.6 The Division retains the right to add or delete any facilities, equipment, or services provided under the resultant contract as described herein, upon notification by the Division Representative or designee to the vendor. 7. Invoicing and Markups 7.1 Each invoice must include a purchase order number. The invoices shall be itemized and detail the services performed, service location, service dates and times, the number of hours worked, and the materials used. 7.2 If provided by the County, the task number must appear on each invoice. 7.3 Each invoice submitted for payment must be accompanied by the Contractor’s load ticket/service manifest for each truck. 7.4 The Contractor shall provide copies of receipts for materials costing $500.00 or more, subcontractor invoices, or equipment rental receipts with the invoice. 7.5 The materials and parts will be allowed a maximum of 15% markup, rental equipment will be allowed a maximum of 10% markup, and the use of subcontractors will be allowed a maximum of 15% markup. No markup on ancillary charges, taxes, and freight/shipping shall be permitted. 7.6 Subcontractor rates cannot me higher than the contracted rates on the fee schedule. Page 3165 of 5415 8. Price Modifications Price increase requests may be submitted prior to contract renewal. 8.1 The Contractor shall fully document and submit any requested adjustment at least 120 days prior to the contract renewal date. 8.2 All requests must be submitted in writing to the Contract Administrative Agent. 8.3 Price increase requests review may take over 60 days to complete. 8.4 Retroactive price adjustments are not authorized. 8.5 The Contractor shall provide supporting documentation justifying price increases (examples: Bureau of Labor Statistics, fuel increases, etc.). If there is no documented proof, price increases will not be considered. 8.6 The Contract Administration Agent shall analyze prices to determine whether increases are fair and reasonable. 8.7 The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. 8.8 Price increases are not guaranteed. 9. SECURITY, BACKGROUND, IDENTIFICATION The Contractor is required to comply with County Ordinance 2004-52, as amended. The Contractors providing services to Collier County under this agreement and requiring physical access to Collier County facilities or locations related to security or public safety shall be responsible for the cost of providing background checks for all contracted employees or other representatives, including all subcontractors at every tier (including vendors, repair persons, and/or delivery individuals). This may include but is not limited to, checking federal, state, and local law enforcement records, including state and FBI background screening, employment verifications, and other related records. Collier County background checks are valid for five (5) years and the Contractor shall be required to maintain records of each employee and make them available to the County throughout that specified term. All contracted employees and subcontractors must wear and display Collier County Government identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance. Assigned badges can be renewed upon expiration at no cost to the Contractor during the time period in which their background check is still valid. All Contractors under this agreement shall wear appropriate attire that includes the name of the Contractor’s business. If a contracted employee assigned to Collier County separates from their employer the Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliercountyfl.gov). This notification is critical to ensure the continued safety and security of Collier County staff, customers, facilities, and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Each badge must be returned to the Facilities Management Operations Center by the assigned expiration date printed on the badge or upon separation of employment of an employee or subcontracted employee. Collier County Sheriff’s Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. If there are additional fees for this process, the Contractor is responsible for all costs. This will be coordinated upon the award of the contract. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 3166 of 5415 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 24-8304 Grease Trap Hauling Services and Repairs RESPONSE DEADLINE: January 8, 2025 at 3:00 pm Report Generated: Thursday, January 9, 2025 Southern Sanitation Response CONTACT INFORMATION Company: Southern Sanitation Email: southernsanitation@gmail.com Contact: Tanya Beebe Address: 310 5th Street NW Naples, FL 34120 Phone: (239) 352-2600 Website: N/A Submission Date: Jan 8, 2025 12:04 PM (Eastern Time) Page 3167 of 5415 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 24-8304 Grease Trap Hauling Services and Repairs [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - Grease Trap Hauling Services and Repairs Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 8, 2025 4:39 PM by Tanya Beebe QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions has been acknowledged and accepted* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. Collier County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. Grease_Trap_Hauling_24-8308.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Grease_Trap_Hauling_24-8308.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Page 3168 of 5415 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 24-8304 Grease Trap Hauling Services and Repairs [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - Grease Trap Hauling Services and Repairs Page 3 Grease_Trap_Hauling_24-8308.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Grease_Trap_Hauling_24-8308.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Grease_Trap_Hauling_24-8308.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* Grease_Trap_Hauling_24-8308.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Grease_Trap_Hauling_24-8308.pdf BUSINESS TAX RECEIPT Grease_Trap_Hauling_24-8308.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. Grease_Trap_Hauling_24-8308.pdf GRANT FEDERAL PROVISIONS PACKAGE* Grease_Trap_Hauling_24-8308.pdf VENDOR W-9 FORM* Grease_Trap_Hauling_24-8308.pdf Page 3169 of 5415 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 24-8304 Grease Trap Hauling Services and Repairs [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - Grease Trap Hauling Services and Repairs Page 4 VENDOR ACKNOWLEDGES INSURANCE REQUIREMENTS AND IS PREPARED TO PRODUCE THE REQUIRED INSURANCE CERTIFICATE(S) WITHIN FIVE (5) DAYS OF THE COUNTY’S ISSUANCE OF A NOTICE OF RECOMMEND AWARD.* Confirmed LICENSES AND/OR CERTIFICATIONS* Refer to Solicitation documents for required licenses/certifications. Grease_Trap_Hauling_24-8308.pdf ALL SIGNED ADDENDA, IF APPLICABLE. Grease_Trap_Hauling_24-8308.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. Grease_Trap_Hauling_24-8308.pdf PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EA $350.00 $350.00 TOTAL $350.00 Page 3170 of 5415 Page 3171 of 5415 Page 3172 of 5415 Page 3173 of 5415 Page 3174 of 5415 Page 3175 of 5415 Page 3176 of 5415 Page 3177 of 5415 Page 3178 of 5415 Page 3179 of 5415 Page 3180 of 5415 Page 3181 of 5415 Page 3182 of 5415 Page 3183 of 5415 Page 3184 of 5415 Page 3185 of 5415 Page 3186 of 5415 Page 3187 of 5415 Page 3188 of 5415 Page 3189 of 5415 Page 3190 of 5415 Page 3191 of 5415 Page 3192 of 5415 Page 3193 of 5415 Page 3194 of 5415 Page 3195 of 5415 Page 3196 of 5415 Page 3197 of 5415 Page 3198 of 5415 Page 3199 of 5415 Page 3200 of 5415 Page 3201 of 5415 Page 3202 of 5415 Page 3203 of 5415 Page 3204 of 5415 Page 3205 of 5415 Page 3206 of 5415 Page 3207 of 5415 Page 3208 of 5415 Page 3209 of 5415 Page 3210 of 5415 Page 3211 of 5415 Page 3212 of 5415 Page 3213 of 5415 Page 3214 of 5415 Page 3215 of 5415 Page 3216 of 5415 Page 3217 of 5415 Page 3218 of 5415 Page 3219 of 5415 Page 3220 of 5415 Page 3221 of 5415 Page 3222 of 5415 Page 3223 of 5415 Page 3224 of 5415 Page 3225 of 5415 Page 3226 of 5415 Page 3227 of 5415 Page 3228 of 5415 Page 3229 of 5415 Page 3230 of 5415 Page 3231 of 5415 Page 3232 of 5415 Page 3233 of 5415 Page 3234 of 5415 Page 3235 of 5415 Page 3236 of 5415 Page 3237 of 5415 Page 3238 of 5415 Page 3239 of 5415 Page 3240 of 5415 Page 3241 of 5415 Page 3242 of 5415 Page 3243 of 5415 Page 3244 of 5415 Page 3245 of 5415 Page 3246 of 5415 Page 3247 of 5415 Page 3248 of 5415 Page 3249 of 5415 Page 3250 of 5415 Page 3251 of 5415 Page 3252 of 5415 Page 3253 of 5415 Page 3254 of 5415 Page 3255 of 5415 Page 3256 of 5415 Page 3257 of 5415 Page 3258 of 5415 Page 3259 of 5415 Page 3260 of 5415 Page 3261 of 5415 Page 3262 of 5415 Page 3263 of 5415 Page 3264 of 5415 Page 3265 of 5415 Page 3266 of 5415 Page 3267 of 5415 Page 3268 of 5415 Page 3269 of 5415 Page 3270 of 5415 Page 3271 of 5415 Page 3272 of 5415 Page 3273 of 5415 Page 3274 of 5415 Page 3275 of 5415 Page 3276 of 5415 Page 3277 of 5415 Page 3278 of 5415 Page 3279 of 5415 Page 3280 of 5415 Page 3281 of 5415 Page 3282 of 5415 Page 3283 of 5415 Page 3284 of 5415 Page 3285 of 5415 Page 3286 of 5415 Page 3287 of 5415 Page 3288 of 5415 Page 3289 of 5415 Page 3290 of 5415 Page 3291 of 5415 Page 3292 of 5415 Page 3293 of 5415 Page 3294 of 5415 Page 3295 of 5415 Page 3296 of 5415 Page 3297 of 5415 Page 3298 of 5415 Page 3299 of 5415 Page 3300 of 5415 Page 3301 of 5415 Page 3302 of 5415 Page 3303 of 5415 Page 3304 of 5415 Page 3305 of 5415 Page 3306 of 5415 Page 3307 of 5415 Page 3308 of 5415 Page 3309 of 5415 Page 3310 of 5415 Page 3311 of 5415 Page 3312 of 5415 Page 3313 of 5415 Page 3314 of 5415 Page 3315 of 5415 Page 3316 of 5415 Page 3317 of 5415 Page 3318 of 5415 Page 3319 of 5415 Page 3320 of 5415 Page 3321 of 5415 Page 3322 of 5415 Page 3323 of 5415 Page 3324 of 5415 Page 3325 of 5415 Page 3326 of 5415 Page 3327 of 5415 Page 3328 of 5415 Page 3329 of 5415 Page 3330 of 5415 Page 3331 of 5415 Page 3332 of 5415 Page 3333 of 5415 Page 3334 of 5415 Page 3335 of 5415 Page 3336 of 5415 Page 3337 of 5415 Page 3338 of 5415 Page 3339 of 5415 Page 3340 of 5415 Page 3341 of 5415 Page 3342 of 5415 Page 3343 of 5415 Page 3344 of 5415 Page 3345 of 5415 Page 3346 of 5415 Page 3347 of 5415 Page 3348 of 5415 Page 3349 of 5415 Page 3350 of 5415 Page 3351 of 5415 Page 3352 of 5415 Page 3353 of 5415 Page 3354 of 5415 Page 3355 of 5415 Page 3356 of 5415 Page 3357 of 5415 Page 3358 of 5415 Page 3359 of 5415 Page 3360 of 5415 Page 3361 of 5415 Page 3362 of 5415 Page 3363 of 5415 Page 3364 of 5415 Page 3365 of 5415 Page 3366 of 5415 Page 3367 of 5415 Page 3368 of 5415 Page 3369 of 5415 Page 3370 of 5415 Page 3371 of 5415 Page 3372 of 5415 Page 3373 of 5415 Page 3374 of 5415 Page 3375 of 5415 Page 3376 of 5415 Page 3377 of 5415 Page 3378 of 5415 Page 3379 of 5415 Page 3380 of 5415 Page 3381 of 5415 Page 3382 of 5415 Page 3383 of 5415 Page 3384 of 5415 Page 3385 of 5415 Page 3386 of 5415 Page 3387 of 5415 Page 3388 of 5415 Page 3389 of 5415 Page 3390 of 5415 Page 3391 of 5415 Page 3392 of 5415 Page 3393 of 5415 Page 3394 of 5415 Page 3395 of 5415 Page 3396 of 5415 Page 3397 of 5415 Page 3398 of 5415 Page 3399 of 5415 Page 3400 of 5415 Page 3401 of 5415 Page 3402 of 5415 Page 3403 of 5415 Page 3404 of 5415 Page 3405 of 5415 Page 3406 of 5415 Page 3407 of 5415 Page 3408 of 5415 Page 3409 of 5415 Page 3410 of 5415 Page 3411 of 5415 Page 3412 of 5415 Page 3413 of 5415 Page 3414 of 5415 Page 3415 of 5415 Page 3416 of 5415 Page 3417 of 5415 Page 3418 of 5415 Page 3419 of 5415 Page 3420 of 5415 Page 3421 of 5415 Page 3422 of 5415 Page 3423 of 5415 Page 3424 of 5415 Page 3425 of 5415 Page 3426 of 5415 Page 3427 of 5415 Page 3428 of 5415 Page 3429 of 5415 Page 3430 of 5415 Page 3431 of 5415 Page 3432 of 5415 Page 3433 of 5415 Page 3434 of 5415 Page 3435 of 5415 Page 3436 of 5415 Page 3437 of 5415 Page 3438 of 5415 Page 3439 of 5415 Page 3440 of 5415 Page 3441 of 5415 Page 3442 of 5415 Page 3443 of 5415 Page 3444 of 5415 Page 3445 of 5415 Page 3446 of 5415 Page 3447 of 5415 Page 3448 of 5415 Page 3449 of 5415 Page 3450 of 5415 Page 3451 of 5415 Page 3452 of 5415 Page 3453 of 5415 Page 3454 of 5415 Page 3455 of 5415 Page 3456 of 5415 Page 3457 of 5415 Page 3458 of 5415 Page 3459 of 5415 Page 3460 of 5415 Page 3461 of 5415 Page 3462 of 5415 Page 3463 of 5415 Page 3464 of 5415 Page 3465 of 5415 Page 3466 of 5415 Page 3467 of 5415 Page 3468 of 5415 Page 3469 of 5415 Page 3470 of 5415 Page 3471 of 5415 Page 3472 of 5415 Page 3473 of 5415 Page 3474 of 5415 Page 3475 of 5415 Page 3476 of 5415 Page 3477 of 5415 Page 3478 of 5415 Page 3479 of 5415 Page 3480 of 5415 Page 3481 of 5415 Page 3482 of 5415 Page 3483 of 5415 Page 3484 of 5415 Page 3485 of 5415 Page 3486 of 5415 Page 3487 of 5415 Page 3488 of 5415 Page 3489 of 5415 Page 3490 of 5415 Page 3491 of 5415 Page 3492 of 5415 Page 3493 of 5415 Page 3494 of 5415 Page 3495 of 5415 Page 3496 of 5415 Page 3497 of 5415 Page 3498 of 5415 Page 3499 of 5415 Page 3500 of 5415 Page 3501 of 5415 Page 3502 of 5415 Page 3503 of 5415 Page 3504 of 5415 Page 3505 of 5415 Page 3506 of 5415 Page 3507 of 5415 Page 3508 of 5415 Page 3509 of 5415 Page 3510 of 5415 Page 3511 of 5415 Page 3512 of 5415 Page 3513 of 5415 Page 3514 of 5415 Page 3515 of 5415 Page 3516 of 5415 Page 3517 of 5415 Page 3518 of 5415 Page 3519 of 5415 Page 3520 of 5415 Page 3521 of 5415 Page 3522 of 5415 Page 3523 of 5415 Page 3524 of 5415 Page 3525 of 5415 Page 3526 of 5415 Page 3527 of 5415 Page 3528 of 5415 Page 3529 of 5415 Page 3530 of 5415 Page 3531 of 5415 Page 3532 of 5415 Page 3533 of 5415 Page 3534 of 5415 Page 3535 of 5415 Page 3536 of 5415 Page 3537 of 5415 Page 3538 of 5415 Page 3539 of 5415 Page 3540 of 5415 Page 3541 of 5415 Page 3542 of 5415 Page 3543 of 5415 Page 3544 of 5415 Page 3545 of 5415 Page 3546 of 5415 Page 3547 of 5415 Page 3548 of 5415 Page 3549 of 5415 Page 3550 of 5415 Page 3551 of 5415 Page 3552 of 5415 Page 3553 of 5415 Page 3554 of 5415 Page 3555 of 5415 Page 3556 of 5415 Page 3557 of 5415 Page 3558 of 5415 Page 3559 of 5415 Page 3560 of 5415 Page 3561 of 5415 Page 3562 of 5415 Page 3563 of 5415 Page 3564 of 5415 Page 3565 of 5415 Page 3566 of 5415 Page 3567 of 5415 Page 3568 of 5415 Page 3569 of 5415 Page 3570 of 5415 Page 3571 of 5415 Page 3572 of 5415 Page 3573 of 5415 Page 3574 of 5415 Page 3575 of 5415 Page 3576 of 5415 Page 3577 of 5415 Page 3578 of 5415 Page 3579 of 5415 Page 3580 of 5415 Page 3581 of 5415 Page 3582 of 5415 Page 3583 of 5415 Page 3584 of 5415 Page 3585 of 5415 Page 3586 of 5415 Page 3587 of 5415 Page 3588 of 5415 Page 3589 of 5415 Page 3590 of 5415 Page 3591 of 5415 Page 3592 of 5415 Page 3593 of 5415 Page 3594 of 5415 Page 3595 of 5415 Page 3596 of 5415 Page 3597 of 5415 Page 3598 of 5415 Page 3599 of 5415 Page 3600 of 5415 Page 3601 of 5415 Page 3602 of 5415 Page 3603 of 5415 Page 3604 of 5415 Page 3605 of 5415 Page 3606 of 5415 Page 3607 of 5415 Page 3608 of 5415 Page 3609 of 5415 Page 3610 of 5415 Page 3611 of 5415 Page 3612 of 5415 Page 3613 of 5415 Page 3614 of 5415 Page 3615 of 5415 Page 3616 of 5415 Page 3617 of 5415 Page 3618 of 5415 Page 3619 of 5415 Page 3620 of 5415 Page 3621 of 5415 Page 3622 of 5415 Page 3623 of 5415 Page 3624 of 5415 Page 3625 of 5415 Page 3626 of 5415 Page 3627 of 5415 Page 3628 of 5415 Page 3629 of 5415 Page 3630 of 5415 Page 3631 of 5415 Page 3632 of 5415 Page 3633 of 5415 Page 3634 of 5415 Page 3635 of 5415 Page 3636 of 5415 Page 3637 of 5415 Page 3638 of 5415 Page 3639 of 5415 Page 3640 of 5415 Page 3641 of 5415 Page 3642 of 5415 Page 3643 of 5415 Page 3644 of 5415 Page 3645 of 5415 Page 3646 of 5415 Page 3647 of 5415 Page 3648 of 5415 Page 3649 of 5415 Page 3650 of 5415 Page 3651 of 5415 Page 3652 of 5415 Page 3653 of 5415 Page 3654 of 5415 Page 3655 of 5415 Page 3656 of 5415 Page 3657 of 5415 Page 3658 of 5415 Page 3659 of 5415 Page 3660 of 5415 Page 3661 of 5415 Page 3662 of 5415 Page 3663 of 5415 Page 3664 of 5415 Page 3665 of 5415 Page 3666 of 5415 Page 3667 of 5415 Page 3668 of 5415 Page 3669 of 5415 Page 3670 of 5415 Page 3671 of 5415 Page 3672 of 5415 Page 3673 of 5415 Page 3674 of 5415 Page 3675 of 5415 Page 3676 of 5415 Page 3677 of 5415 Page 3678 of 5415 Page 3679 of 5415 Page 3680 of 5415 Page 3681 of 5415 Page 3682 of 5415 Page 3683 of 5415 Page 3684 of 5415 Page 3685 of 5415 Page 3686 of 5415 Page 3687 of 5415 Page 3688 of 5415 Page 3689 of 5415 Page 3690 of 5415 Page 3691 of 5415 Page 3692 of 5415 Page 3693 of 5415 Page 3694 of 5415 Page 3695 of 5415 Page 3696 of 5415 Page 3697 of 5415 Page 3698 of 5415 Page 3699 of 5415 Page 3700 of 5415 Page 3701 of 5415 Page 3702 of 5415 Page 3703 of 5415 Page 3704 of 5415 Page 3705 of 5415 Page 3706 of 5415 Page 3707 of 5415 Page 3708 of 5415 Page 3709 of 5415 Page 3710 of 5415 Page 3711 of 5415 Page 3712 of 5415 Page 3713 of 5415 Page 3714 of 5415 Page 3715 of 5415 Page 3716 of 5415 Page 3717 of 5415 Page 3718 of 5415 Page 3719 of 5415 Page 3720 of 5415 Page 3721 of 5415 Page 3722 of 5415 Page 3723 of 5415 Page 3724 of 5415 Page 3725 of 5415 Page 3726 of 5415 Page 3727 of 5415 Page 3728 of 5415 Page 3729 of 5415 Page 3730 of 5415 Page 3731 of 5415 Page 3732 of 5415 Page 3733 of 5415 Page 3734 of 5415 Page 3735 of 5415 Page 3736 of 5415 Page 3737 of 5415 Page 3738 of 5415 Page 3739 of 5415 Page 3740 of 5415 Page 3741 of 5415 Page 3742 of 5415 Page 3743 of 5415 Page 3744 of 5415 Page 3745 of 5415 Page 3746 of 5415 Page 3747 of 5415 Page 3748 of 5415 Page 3749 of 5415 Page 3750 of 5415 Page 3751 of 5415 Page 3752 of 5415 Page 3753 of 5415 Page 3754 of 5415 Page 3755 of 5415 Page 3756 of 5415 Page 3757 of 5415 Page 3758 of 5415 Page 3759 of 5415 Page 3760 of 5415 Page 3761 of 5415 Page 3762 of 5415 Page 3763 of 5415 Page 3764 of 5415 Page 3765 of 5415 Page 3766 of 5415 Page 3767 of 5415 Page 3768 of 5415 Page 3769 of 5415 Page 3770 of 5415 Page 3771 of 5415 Page 3772 of 5415 Page 3773 of 5415 Page 3774 of 5415 Page 3775 of 5415 Page 3776 of 5415 Page 3777 of 5415 Page 3778 of 5415 Page 3779 of 5415 Page 3780 of 5415 Page 3781 of 5415 Page 3782 of 5415 Page 3783 of 5415 Page 3784 of 5415 Page 3785 of 5415 Page 3786 of 5415 Page 3787 of 5415 Page 3788 of 5415 Page 3789 of 5415 Page 3790 of 5415 Page 3791 of 5415 Page 3792 of 5415 Page 3793 of 5415 Page 3794 of 5415 Page 3795 of 5415 Page 3796 of 5415 Page 3797 of 5415 Page 3798 of 5415 Page 3799 of 5415 Page 3800 of 5415 Page 3801 of 5415 Page 3802 of 5415 Page 3803 of 5415 Page 3804 of 5415 Page 3805 of 5415 Page 3806 of 5415 Page 3807 of 5415 Page 3808 of 5415 Page 3809 of 5415 Page 3810 of 5415 Page 3811 of 5415 Page 3812 of 5415 Page 3813 of 5415 Page 3814 of 5415 Page 3815 of 5415 Page 3816 of 5415 Page 3817 of 5415 Page 3818 of 5415 Page 3819 of 5415 Page 3820 of 5415 Page 3821 of 5415 Project Manager: Todd Fiedorowicz Number of Invitations Sent: 262 Procurement Strategist: Leeann Charles Number of Bids Viewed: 2497 Number of Bids Received:1 *Quantities are estimated for bid evaluation purposes only and may not reflect actual usage. Grease Trap Hauling Services Line Item Description Hours*Rate Per Hour Total Price 1 Grease Trap Hauling Services - all inclusive, removal, hauling and disposal 150 350.00$ 52,500.00$ 52,500.00$ Line Item Description Hours*Labor Rate Per Hour Total Price 2 Service Technician (per hour)100 95.00$ 9,500.00$ 9,500.00$ TOTAL BID:62,000.00$ 15% 10% 15% Sunbiz Page * Minor Irregularity Opened By: Rita Iglesias Witnessed By: Barbara Lance Date: January 8, 2025 Vendor W-9 Yes Addendum ( 1 )Yes E-Verify Yes* Insurance Yes Form3:Immigration Affidavit Certification Yes Yes* Form 1: Vendor Declaration Statement Yes Form2: Conflict of Interest Certification Affidavit Yes REQUIRED FORMS AND DOCUMENTS Yes/No Bid Schedule Yes Repair Services - Labor Hours REPAIRS TOTAL Note: For work performed after-hours, Contractor may charge 1.5X the Unit Rate Per Hour Note: A one-time $250 Urgent Service Call Fee is allowed when responding to an urgent service request in addition to the applicable unit rates. Materials, and Parts Markup Not to Exceed Rental Equipment Markup Not to Exceed Subcontractor Markup Not to Exceed MARKUPS, AFTER-HOURS RATE & URGENT SERVICE FEE APPLICABLE TO REPAIR SERVICES ONLY Bid Tabulation 24-8304 Grease Trap Hauling Services and Repairs All lines must be completed, or bidder may be deemed non-responsive. GREASE TRAP HAULING SERVICES TOTAL Southern Sanitation, INC Page 3822 of 5415 Notice of Recommended Award Solicitation: 24-8304 Title: Grease Trap Hauling Services and Repairs Due Date and Time: January 8, 2025, at 3:00 PM EST Respondents: Company Name City County State Bid Amount Responsive/Responsible Southern Sanitation, Inc Naples Collier FL $62,000.00 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On November 22 -8304, Grease Trap Hauling Services and Repairs two thousand four hundred nine-seven (2,497) vendors. Two hundred and sixty-two (262) bid packages were viewed. The due date was extended an additional week to promote competition, and one (1) bid was received by the January 8, 2025, submission deadline. Staff reviewed the bid received and found the bidder to be responsive and responsible with minor irregularities. Staff recommends award to Southern Sanitation, Inc., the lowest and sole responsive and responsible bidder. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: ________________________________ _________________ Sandra Srnka Date Page 3823 of 5415 Page 3824 of 5415 Page 3825 of 5415 Page 3826 of 5415 Page 3827 of 5415 Page 3828 of 5415 Page 3829 of 5415 Page 3830 of 5415 Page 3831 of 5415 Page 3832 of 5415 Page 3833 of 5415 Page 3834 of 5415 Page 3835 of 5415 Page 3836 of 5415 Page 3837 of 5415 Page 3838 of 5415 Page 3839 of 5415 Page 3840 of 5415 Page 3841 of 5415 Page 3842 of 5415 Page 3843 of 5415 Page 3844 of 5415 Page 3845 of 5415 Page 3846 of 5415 Page 3847 of 5415 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 3848 of 5415 Page 3849 of 5415 Page 3850 of 5415 Page 3851 of 5415 Page 3852 of 5415