Loading...
Agenda 08/12/2025 Item #16C 4 (ITB #25-8363 to Southern Sanitation, Inc.)8/12/2025 Item # 16.C.4 ID# 2025-2338 Executive Summary Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8363, “Pump Station Removal and Disposal Services,” to Southern Sanitation, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: The public purpose is to ensure the continued compliant operation of the Collier County Wastewater collections system. This action will obtain a contractor for the removal and disposal of grease and waste solids from pump stations. CONSIDERATIONS: The Wastewater Division’s collection system includes 1,019 pump stations. To maintain efficient operations, the grease and waste solids material must occasionally be removed from pump station wells and disposed of in a manner to avoid re-entry into the wastewater collections system. The procurement of a service for pump station grease and waste solids removal and disposal supports the overall wastewater collections system maintenance function and contributes to compliant and effective operations. On March 19, 2025, the Procurement Services Division released notices for Invitation to Bid No. 25-8363, Pump Station Material Removal and Disposal Services, and received two bids by the May 5, 2025, deadline. Staff reviewed the bids and found them both to be responsive and responsible, with Earth View, LLC. having minor irregularities. Earth View, LLC. has been in business since 2004 and has been a vendor with the County since 2005. Southern Sanitation, Inc. has been in business since 2001 and has been a vendor with the County since 2003. Following the posting of the initial Notice of Recommended Award on May 19, 2025, EarthView, LLC withdrew its bid. In their letter of withdrawl, Earthview, LLC. stated that their initial understanding of the scope was based on the assumption that the work pertained only to standard lift stations, not including master pump stations. As a result, staff is recommending that the Board award the attached agreement to Southern Sanitation, Inc. The attached proposed agreement will become effective upon Board approval and provides for a three-year term, with two one-year renewal options. This item is consistent with the Collier County strategic plan objective to maintain public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance. Respondents: Company Name City County State Bid Amount Responsive/ Responsible Earth View, LLC. Naples Collier FL $5,500.00 Yes/Yes Southern Sanitation, Inc. Naples Collier FL $23,767.00 Yes/Yes FISCAL IMPACT: The source of funding is the Collier County Water-Sewer Operating Fund (4008). GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8363, “Pump Station Removal and Disposal Services,” to Southern Sanitation, Inc., and authorize the Chairman to sign the attached Agreement. Page 1451 of 3949 8/12/2025 Item # 16.C.4 ID# 2025-2338 PREPARED BY: Stephen Nagy, Wastewater Collections Manager, Public Utilities Wastewater Robert Von Holle, Director, Public Utilities Wastewater ATTACHMENTS: 1. 25-8363 Southern Sanitation Proposal 2. 25-8363 SouthernSanitation COI exp.9.18.25 3. 25-8363 SouthernSanitationVS 4. 25-8363 Bid Tabulation 5. 25-8363 NORA 6. 25-8363 Solicitation Page 1452 of 3949 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 25-8363 PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES RESPONSE DEADLINE: May 5, 2025 at 3:00 pm Report Generated: Tuesday, May 6, 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: May 5, 2025 1:06 PM (Eastern Time) Page 1453 of 3949 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 25-8363 PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Apr 21, 2025 6:20 PM by Tanya Beebe Addendum #2 Confirmed May 5, 2025 5:01 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 have been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf Page 1454 of 3949 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 25-8363 PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES Page 3 CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.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* Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf REFERENCE QUESTIONNAIRES (FORM 5)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided in OpenGov as part of the Requ ired Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf VENDOR W-9 FORM* Page 1455 of 3949 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 25-8363 PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES Page 4 Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf INSURANCE REQUIREMENTS* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) d ays of the County’s issuance of a Notice of Recommend Award. Confirmed AGREEMENT WITH DISPOSAL SITE * The Contractor must submit documentation and evidence of an Agreement with the disposal site(s). Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf ALL SIGNED ADDENDA, IF APPLICABLE. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf Pump_Station_Material_removal_addendum_2_n_dump_contract_25-8363.pdf ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. Bid_Solicitation_25-8363_Pump_Station_Material_Removal_&_Disposal_Services.pdf Pump_Station_Material_removal_addendum_2_n_dump_contract_25-8363.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 EACH $23,767.00 $23,767.00 Page 1456 of 3949 [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT GEN No. 25-8363 PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES [SOUTHERN SANITATION] RESPONSE DOCUMENT REPORT undefined - PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total TOTAL $23,767.00 Page 1457 of 3949 Page 1458 of 3949 Page 1459 of 3949 Page 1460 of 3949 Page 1461 of 3949 Page 1462 of 3949 Page 1463 of 3949 Page 1464 of 3949 Page 1465 of 3949 Page 1466 of 3949 Page 1467 of 3949 Page 1468 of 3949 Page 1469 of 3949 Page 1470 of 3949 Page 1471 of 3949 Page 1472 of 3949 Page 1473 of 3949 Page 1474 of 3949 Page 1475 of 3949 Page 1476 of 3949 Page 1477 of 3949 Page 1478 of 3949 Page 1479 of 3949 Page 1480 of 3949 Page 1481 of 3949 Page 1482 of 3949 Page 1483 of 3949 Page 1484 of 3949 Page 1485 of 3949 Page 1486 of 3949 Page 1487 of 3949 Page 1488 of 3949 Page 1489 of 3949 Page 1490 of 3949 Page 1491 of 3949 Page 1492 of 3949 Page 1493 of 3949 Page 1494 of 3949 Page 1495 of 3949 Page 1496 of 3949 Page 1497 of 3949 Page 1498 of 3949 Page 1499 of 3949 Page 1500 of 3949 Page 1501 of 3949 Page 1502 of 3949 Page 1503 of 3949 Page 1504 of 3949 Page 1505 of 3949 Page 1506 of 3949 Page 1507 of 3949 Page 1508 of 3949 Page 1509 of 3949 Page 1510 of 3949 Page 1511 of 3949 Page 1512 of 3949 Page 1513 of 3949 Page 1514 of 3949 Page 1515 of 3949 Page 1516 of 3949 Page 1517 of 3949 Page 1518 of 3949 Page 1519 of 3949 Page 1520 of 3949 Page 1521 of 3949 Page 1522 of 3949 Page 1523 of 3949 Page 1524 of 3949 Page 1525 of 3949 Page 1526 of 3949 Page 1527 of 3949 Page 1528 of 3949 Page 1529 of 3949 Page 1530 of 3949 Page 1531 of 3949 Page 1532 of 3949 Page 1533 of 3949 Page 1534 of 3949 Page 1535 of 3949 Page 1536 of 3949 Page 1537 of 3949 Page 1538 of 3949 Page 1539 of 3949 Page 1540 of 3949 Page 1541 of 3949 Page 1542 of 3949 Page 1543 of 3949 Page 1544 of 3949 Page 1545 of 3949 Page 1546 of 3949 Page 1547 of 3949 Page 1548 of 3949 Page 1549 of 3949 Page 1550 of 3949 Page 1551 of 3949 Page 1552 of 3949 Page 1553 of 3949 Page 1554 of 3949 Page 1555 of 3949 Page 1556 of 3949 Page 1557 of 3949 Page 1558 of 3949 Page 1559 of 3949 Page 1560 of 3949 Page 1561 of 3949 Page 1562 of 3949 Page 1563 of 3949 Page 1564 of 3949 Page 1565 of 3949 Page 1566 of 3949 Page 1567 of 3949 Page 1568 of 3949 Notices Sent: 2,911 Bid Packages Downloaded: 700 Submittals: 2 EARTH VIEW, LLC SOUTHERN SANITATION, INC. Item Description nit of Measur Unit Price 1 SCHEDULED REQUEST UNIT COST PER PUMP STATION EA 5,500.00$ 23,767.00$ Total Bid 5,500.00$ 23,767.00$ Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Disposal Site Agreement Yes Yes Yes Yes Yes*Yes Yes Yes Yes Yes Opened By: Lisa Oien Witnessed By: Emily Jackson Date: 5/5/2025 Project Manager: Donna Deeter Procurement Strategist: Dania Guerrero Local Business Tax Receipt Bid Schedule Insurance and Bonding Requirements BID TABULATION 25-8363 PUMP STATION REMOVAL AND DISPOSAL Sunbiz Page Vendor W-9 Addendum E-Verify Please complete and include all applicable Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidav Form 3: Immigration Affidavit Certification Form 4: Local Vendor Preference Affidavit Form 5: Reference Questionnaire Page 1569 of 3949 Procurement Services Division Revised Notice of Recommended Award Solicitation: 25-8363 Title: Pump Station Material Removal and Disposal Due Date and Time: May 5, 2025 @ 3:00 PM (EST) Respondents: 2 Company Name City County State Bid Amount Responsive/Responsible Earth View, LLC Naples Collier FL $5,500.00 Yes/Yes Southern Sanitation, Inc. Naples Collier FL $23,767.00 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor for Award: On March 19, 2025, the Procurement Services Division issued Invitation to Bid (“ITB”) No. 25-8363, “Pump Station Material Removal and Disposal Services,” to two thousand nine hundred eleven (2,911) vendors. Seven hundred (700) packages were viewed, and two (2) bids were received by the May 5, 2025, submission deadline. The bid was extended an additional two (2) weeks, during which time staff conducted additional vendor outreach. Staff reviewed the bids received and determined that both bidders were responsive and responsible, though EarthView, LLC had a minor irregularity. Following the posting of the initial Notice of Recommended Award (NORA) on May 19, 2025, where EarthView, LLC was selected, staff conducted a Pre-Award Meeting with the vendor on May 29, 2025, to discuss the project. After further consideration, EarthView, LLC has chosen to withdraw their bid. As a result, staff will proceed with awarding the contract to Southern Sanitation, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 546C2796-4C21-4167-8CD9-2AD5E634B5FD 6/4/2025 6/4/2025 6/4/2025 Page 1570 of 3949 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES SOLICITATION NO.: 25-8363 DANIA GUERRERO, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-7989 Dania.guerrero@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 1571 of 3949 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8363 PROJECT TITLE: PUMP STATION MATERIAL REMOVAL AND DISPOSAL SERVICES PRE- BID MEETING: April 2, 2025 @ 10:00 AM (EST) LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: April 21, 2025 @ 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 Public Utilities Department (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 Specificat ions 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 Commis sioners Procurement Ordinance. Historically, County departments have spent approximately $250,000.00 annually; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Wastewater Division’s collection system includes approximately 950 pump stations. To maintain efficient operation, material must be occasionally removed from pump station wells and disposed of in a manner to prevent re -entry into the wastewater collection system. The procurement of pump station material removal and disposal services supports the overall wastewater maintenance function and contributes to compliant and effective operation of the wastewater collection system. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing s tructure. 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 ef fect. 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 Page 1572 of 3949 the County. ➢ 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 suppliers, 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 primary/secondary/tertiary awardees 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 and Tertiary, as necessary. The County reserves the right to seek services outside of the contract if the Primary, Secondary or Tertiary 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 Collier County Wastewater Division is soliciting for urgent and scheduled material removal and disposal services. Bid Response Format for Disposal Site The Contractor must submit documentation and evidence of Agreement with the disposal site(s) at the time of bid submittal and as requested by the County if an award is executed by the County. Disposal must be at a facility permitted, licensed, and certified to accept Collier County waste material; response must indicate disposal location with copies of facility permit. A. Material 1) This material consists of but is not limited to fats from cooking grease, residue from soap, organics, inorganics, and pla stics. B. Method 1) The Contractor shall supply all equipment and personnel to perform the required tasks. 2) The Contractor shall remove all material from wells, chambers, manholes, and/or appurtenances as requested from a pump sta tion site. 3) Material may not be liquefied, floated, agitated, or dewatered on site. 4) Material taken from the pump station site must be hauled directly to disposal. 5) The Contractor shall be responsible for cleaning up any material spills in accordance with Federal, State, and Local regul ations. The Contractor must have on board their trucks, a spill kit to be used in the event of a spill of grease, scum, fuel, or an y other discharge, while performing this contract. If the Contractor is not prepared for cleaning up any material spills as stated, then the Con tractor shall be financially responsible for the County’s clean up. C. Location/Frequency 1) The Contractor shall schedule with Division staff the removal and disposal of material at pump stations throughout the Cou nty. The Contractor may not be on site without County staff present. 2) The location and frequency of the described work is dependent upon seasonal population fluctuation and maintenance activit ies. D. Response 1) Scheduled: The Contractor must acknowledge a scheduled service request via email or phone call within three (3) hours of the request and must perform the service within forty-eight (48) hours of the request. 2) Urgent: The Contractor must acknowledge an urgent request via email or phone call within one (1) hour of the request and must be on site within twenty-four (24) hours of the request. An Urgent Request Fee may be charged for each urgent request. E. Disposal 1) Disposal must meet all requirements of the Environmental Protection Agency (EPA) and is in accordance with State, Federal and Local regulations. 2) The Contractor has the sole responsibility to comply with any local, state federal and/or Department of Transportation (DOT) rules and laws and/or regulations in regards of transportation and disposal of material removed and submit copies of licensure and permits. 3) Cost for transportation and disposal of waste material shall be included in the Unit Cost Per Pump Station as listed in the Bid Schedule. Additional requests for compensation for disposal will not be accepted. 4) The Contractor is responsible to obtain a receipt from the disposal site for each load disposed of and the receipt shall include at a minimum the date of disposal and, if possible, reference to the County’s Pump Station(s) that the load came from. F. Damage to Structures Page 1573 of 3949 1) Damage caused by the Contractor to pipes, manholes, property, or any other system appurtenances shall be repaired by the D ivision at the Contractor’s expense. a) The Contractor shall notify the Division immediately of any damage to County owned/operated property. b) The Division will coordinate repairs to damaged property and charge the Contractor for all direct/indirect fees related to the repair. G. Safety 1) The Contractor has the sole responsibility to comply with applicable Federal, State, Local, OSHA rules, laws and/or regula tions including best management practices regarding safe operation around pump stations, and safe transportation and disposal of ma terial removed. H. Payment 1) Payment will be on a unit cost basis, as per the bid schedule. The prospective Contractor will be responsible for measurem ents, fees, hauling and disposal costs. Unit price should be inclusive per pump station, regardless of size. 2) Upon completion of services, the Contractor shall invoice the Division monthly and the invoice shall include a detailed de scription of the: a) Date of the work b) Pump Station number 3) Each invoice submitted for payment shall be accompanied by the receipt from disposal site for each load of material remove d. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of thi s project using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevan t project work. Page 1574 of 3949