Loading...
Agenda 12/09/2025 Item #16C 3 (Award Invitation to Bid No. 25-8404 to Industrial Marine Engineering Services, LLC)12/9/2025 Item # 16.C.3 ID# 2025-4599 Executive Summary Recommendation that the Board of County Commissioners, acting as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8404 to Industrial Marine Engineering Services, LLC, for Reclaimed Water Ground Storage Tank Cleaning and Inspection, and authorize the Chair to sign the attached Agreement. OBJECTIVE: The public purpose of this item is to provide Irrigation Quality (“IQ”) water from the Collier County Water Sewer District (“CCWSD”) to all IQ water users. This action is to procure a vendor to remove sediment buildup and clean all ground water storage tanks to remain in compliance with American Water Works Association standards. CONSIDERATIONS: CCWSD provides IQ water to more than 50,000 residential, commercial, and governmental customers throughout Collier County. On June 18, 2025, the Procurement Services Division released notices for Invitation to Bid (“ITB”) No. 25-8404, Reclaimed Water Ground Storage Tank Cleaning and Inspection, to obtain a vendor that can provide all labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization of IQ water storage tanks at various locations throughout the service area. Staff extended the bid response deadline to conduct vendor outreach to promote greater competition and received six bids by the extended submission deadline of July 23, 2025. Five of the six bidders were found to be responsive and responsible, while H2O Diving Solutions LLC was deemed non-responsive for not meeting all the requirements of the solicitation. Staff recommends awarding the ITB to the lowest bidder, Industrial Marine Engineering Services LLC., who is registered to do business in Florida and would be a new vendor to the County. 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 further is 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. 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 RECOMMENDATION(S): That the Board of County Commissioners, acting as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8404 to Industrial Marine Engineering Services, Page 4886 of 9661 12/9/2025 Item # 16.C.3 ID# 2025-4599 LLC, for Reclaimed Water Ground Storage Tank Cleaning and Inspection, and authorize the Chairman to sign the attached Agreement. PREPARED BY: Robert Von Holle, Director, Wastewater Division ATTACHMENTS: 1. 25-8404 Industrial Marine Engineering Services LLC - Proposal 2. 25-8404_Solicitation 3. 25-8404 Notice of Recommended Award 4. 25-8404 Bid Tabulation-Complete 5. 25-8404 Industrial Marine ContractVS 6. 25-8404 Industrial Marine COI exp.10.1.26 Page 4887 of 9661 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [[INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT GEN No. 25-8404 Reclaimed Water Ground Storage Tank Cleaning and Inspection RESPONSE DEADLINE: July 23, 2025 at 3:00 pm Report Generated: Wednesday, July 23, 2025 Industrial Marine Engineering Services LLC Response CONTACT INFORMATION Company: Industrial Marine Engineering Services LLC Email: business.development@cdisgroup.org Contact: Quentin Pridemore Address: 3853 Helmsman Drive Naples, FL 34120 Phone: (239) 378-8743 Website: N/A Submission Date: Jul 15, 2025 11:59 AM (Eastern Time) Page 4888 of 9661 [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT GEN No. 25-8404 Reclaimed Water Ground Storage Tank Cleaning and Inspection [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT undefined - Reclaimed Water Ground Storage Tank Cleaning and Inspection Page 2 AADDENDA CONFIRMATION Addendum #1 Confirmed Jul 14, 2025 7:31 PM by Quentin Pridemore 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 response on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Invitation to Bid (ITB) Instructions Form* Invitation to Bid (ITB) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Page 4889 of 9661 [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT GEN No. 25-8404 Reclaimed Water Ground Storage Tank Cleaning and Inspection [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT undefined - Reclaimed Water Ground Storage Tank Cleaning and Inspection Page 3 Confirmed 66. Bid Schedule * Please upload the completed bid schedule in Microsoft Excel format. 25-8404_Bid_Schedule_MOD.pdf 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Conflict_of_Interest_Certification_Affidavit.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Immigration_Affidavit_Certification.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. Local_Vendor_Preference_Certification.pdf REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) All forms must be completed. Reference_Questionnaire.pdf GRANT PROVISIONS (IF APPLICABLE FORM 6) All forms must be completed No response submitted Page 4890 of 9661 [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT GEN No. 25-8404 Reclaimed Water Ground Storage Tank Cleaning and Inspection [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT undefined - Reclaimed Water Ground Storage Tank Cleaning and Inspection Page 4 PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Proof_of_Status.pdf Electronic_Articles_of_Organization.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MMUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. EE-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Completed_E-Verify_Company_Profile.pdf W-9 FORM* IMES_W9.pdf SIGNED ADDENDUMS (IF APPLICABLE) Addendum_1_SIG.pdf ANY REQUIRED LICENSES. Collier_County_Business_Tax_Certificate.pdf MISCELLANEOUS DOCUMENTS Zoning_Certificate.pdf Workers_Comp_Certificate.pdf PRICE TABLES TOTAL BID AMOUNT Page 4891 of 9661 [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT GEN No. 25-8404 Reclaimed Water Ground Storage Tank Cleaning and Inspection [INDUSTRIAL MARINE ENGINEERING SERVICES LLC ] RESPONSE DOCUMENT REPORT undefined - Reclaimed Water Ground Storage Tank Cleaning and Inspection Page 5 LLine Item DDescription QQuantity UUnit of MMeasure UUnit Cost TTotal 1 Total Bid 1 Total $19,934.40 $19,934.40 TTOTAL $$19,934.40 Page 4892 of 9661 Location Lump Sum Countryside - 4701 Santa Barbara Blvd., Naples, FL 34104 $ 2,089.44 Foxfire - 5500 Radio Rd., Naples, FL 34104 $ 2,484.74 Glades - 105 Palm Dr., Naples, FL 34112 $ 4,517.71 Royal Palm - 5630 Warren St., Naples, FL 34113 $ 2,936.51 Pelican Bay GST 1 - 6200 Watergate Way, Naples, FL 34108 $ 5,647.14 Pelican Bay GST 2 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 Pelican Bay GST 3 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 Total Bid 19,934.40$ Provide a lump sum (labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization) for each site. Bid Schedule Water Ground Storage Tank Cleaning and Inspection Invitation to Bid No. 25-8404 Page 4893 of 9661 Page 4894 of 9661 Page 4895 of 9661 Page 4896 of 9661 Page 4897 of 9661 Page 4898 of 9661 Page 4899 of 9661 Page 4900 of 9661 Robert.Kaine@colliercountyfl.gov :239-252-6251 Robert Kaine Page 4901 of 9661 Robert Kaine Robert.Kaine@colliercountyfl.gov :239-252-6251 Page 4902 of 9661 Page 4903 of 9661 Page 4904 of 9661 Page 4905 of 9661 Page 4906 of 9661 Page 4907 of 9661 Page 4908 of 9661 Page 4909 of 9661 Page 4910 of 9661 Page 4911 of 9661 Page 4912 of 9661 Page 4913 of 9661 Page 4914 of 9661 Page 4915 of 9661 Page 4916 of 9661 Page 4917 of 9661 Page 4918 of 9661 Page 4919 of 9661 Page 4920 of 9661 Page 4921 of 9661 Page 4922 of 9661 Page 4923 of 9661 Page 4924 of 9661 Page 4925 of 9661 Page 4926 of 9661 Page 4927 of 9661 Page 4928 of 9661 Page 4929 of 9661 Page 4930 of 9661 Page 4931 of 9661 Page 4932 of 9661 Page 4933 of 9661 Page 4934 of 9661 Page 4935 of 9661 Page 4936 of 9661 Page 4937 of 9661 Page 4938 of 9661 Page 4939 of 9661 Page 4940 of 9661 Page 4941 of 9661 Page 4942 of 9661 Page 4943 of 9661 Page 4944 of 9661 Page 4945 of 9661 Page 4946 of 9661 Page 4947 of 9661 Page 4948 of 9661 Page 4949 of 9661 Page 4950 of 9661 Page 4951 of 9661 Page 4952 of 9661 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Reclaimed Water Ground Storage Tank Cleaning and Inspection SOLICITATION NO.: 25-8404 OLIVIA PUGA, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4286 Olivia.Puga@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 4953 of 9661 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8404 PROJECT TITLE: Reclaimed Water Ground Storage Tank Cleaning and Inspection PRE-BID MEETING: July 2, 2025 at 10:00am est LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: July 18, 2025 at 3:00pm 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 PUD Wastewater – Irrigation Quality 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 Contractors in accordance with the terms, conditions and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND Collier County Irrigation Quality (IQ) is a utility that provides Irrigation Quality Water to more than 50,000 residential, commercial, and governmental customers throughout Collier County. Collier County IQ is seeking a Contractor to provide all labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization of various Collier County IQ water storage tanks at various locations throughout the Collier County area. 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 renewals. 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 structure. The County Manager, or designee, may, at her discretion, extend the Agreement under all 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 remains with CONTRACTOR. AWARD CRITERIA Page 4954 of 9661 The ITB award criteria are as follows: ¾ For the purposes of determining the winning bidder, the County will select the Contractor with the lowest price as outlined below: x Lowest Total Bid ¾ Collier County reserves the right to select one or more contractors, award on a line-item basis, establish a pool for quoting, or other options that represent the best value to the County; however, it is the intent to: x Single Awardee ¾ 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 1. INTRODUCTION Collier County IQ is seeking a Contractor to provide all labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization of Collier County water storage tanks at various locations throughout the Collier County area. 2. CONTRACTOR MINIMUM QUALIFICATIONS 2.1 The Contractor must meet the following minimum qualifications, as evidenced by their references or may be deemed non-responsive: 2.1.1 The Contractor must have at least three (3) years of experience performing work similar in scope to the services required under this solicitation. 2.2 The Contractor must use an OSHA-compliant three-person dive team or robotic cleaning to perform wet inspections and tank cleaning. 2.3 Each Site Supervisor assigned to this project must have a minimum of three (3) years of relevant experience. 2.4 All Site Supervisors must hold current certifications in Confined Space Entry, First Aid, and CPR. The certifications are to be provided at the time of bid submittal. 3. GENERAL REQUIREMENTS 3.1. The Contractor shall provide ground storage tank cleaning and inspection services at seven (7) locations throughout the Collier County IQ area. All work shall be performed under the direction of Collier County IQ’s Representative, or designee, and in accordance with the guidelines and specifications detailed herein. 3.2. The Contractor shall furnish all labor, materials, tools, and equipment required to complete the thorough wet cleaning and inspection, including site mobilization, staging, and demobilization, of the following Collier County IQ ground storage tanks: Storage Facility Name Capacity Countryside - 4701 Santa Barbara Blvd., Naples, FL 34104 .925 MG Foxfire - 5500 Radio Rd., Naples, FL 34104 1.1 MG Glades - 105 Palm Dr., Naples, FL 34112 2 MG Royal Palm - 5630 Warren St., Naples, FL 34113 1.3 MG Pelican Bay GST 1 - 6200 Watergate Way, Naples, FL 34108 2.5 MG Pelican Bay GST 2 - 6200 Watergate Way, Naples, FL 34108 .5 MG Pelican Bay GST 3 - 6200 Watergate Way, Naples, FL 34108 .5 MG 3.3. The Contractor shall provide all necessary procedures, equipment, trained and certified personnel for compliance with all applicable regulatory permitting and requirements for Confined Space Entry, and for compliance with OSHA for the required work. The Contractor shall also comply with all relevant regulatory requirements of Collier County, relevant Federal Regulatory Agencies. 3.4. The Contractor shall maintain on the job site, at all times, a competent site supervisor in charge of the job site. The field supervisor shall report to the Collier County IQ Representative, or designee, prior to commencement of work. Page 4955 of 9661 Any change in supervision must also be reported immediately via email to the Collier County IQ Representative, or designee, prior to the change being effective. The field supervisor shall be responsible for the safety of all site workers and site conditions, as well as ensuring that all work is conducted in conformance with the specifications and to the level of quality specified in the contract. 3.5. The Contractor shall maintain the site in a clean and presentable condition throughout the course of the work being performed. The work shall be done in such a fashion as to ensure protection of existing trees, lawns, fences, and structures on the site and all adjoining properties from damages due to work performed under the resultant contract. 3.6. The Contractor shall conduct all work in accordance with the OSHA Permit. 3.7. The Contractor shall perform work at only one tank facility at any given time. Once tasks associated with cleaning a tank have been initiated, work shall be performed each consecutive workday until all work at that facility is complete. 4. SITE PREPARATION 4.1. At the time the inspection is to be conducted, Collier County IQ will have the water level as full as possible. 4.2. The Collier County IQ Representative, or designee, shall notify the Contractor within twenty-four (24) hours from the time a tank is available for cleaning. 4.3. The Contractor shall make provisions to permit entry and exit from the storage tanks in a safe manner for both workers and Collier County IQ Representative, or designee. Access to the interior of the tank is available via the roof access hatch. 5. CLEANING 5.1. The Contractor shall provide all equipment, materials, labor, and procedures necessary to thoroughly clean all interior surfaces of the tank via a diver-assisted vacuum system. The clean out will include up to 4” of soft, silty sediment. 5.2. The Contractor is solely responsible for the removal and disposal of all wastewater and solid waste resulting from their operations. 5.3. The Contractor shall discharge all wastewater and material from the tank by a method approved by the Collier County IQ Representative, or designee, in accordance with the following: x Solid Waste: The Contractor shall comply with all Federal, State, and Local regulations regarding the disposal of solid waste. All material removed from the tank shall be contained within the tank property. The Contractor shall advise himself of all applicable regulations and shall undertake any necessary testing to comply with said regulations. The Contractor shall pay for all costs associated with testing, permits, and disposal of solid wastes generated as a result of the project (if required). Solid waste and debris shall not be disposed of into sanitary or combined sewers. x Wastewater: Wastewater from the cleaning process shall be fully contained within the property and shall not be drained into the existing storm drains. The Contractor shall remove the wastewater from the tank and discharge it at a rate that does not create flooding. x The Contractor shall coordinate and confirm the identification and type of every proposed discharge location with Collier County IQ prior to discharging any wastewater. 5.4. The Contractor shall notify the Collier County IQ Representative, or designee, when the tank cleaning has been completed. 6. POST–CLEANING INSPECTION 6.1. At the completion of each tank cleaning and prior to demobilization, the Contractor shall provide access for the Collier County IQ Representative, or designee, and/or consultants to perform a detailed inspection of the facility. 6.2. The Contractor shall provide all the support personnel and equipment necessary to conduct the inspection, including entry permit, site supervisor, and all necessary equipment required to provide a safe environment to support inspection of the facility, including lighting, ventilation, scaffolding, ladders, and gas meters. Page 4956 of 9661 6.3. The Contractor shall coordinate the inspection with the Collier County IQ Representative, or designee, at least twenty- four (24) hours in advance of the cleaning completion date. 6.4. The Contractor shall provide personnel, materials, and equipment, specified by the Collier County IQ Representative, or designee, to assist during the inspection of each facility. The work shall consist of, but not be limited to: x Moving or holding scaffolds, ladders, lights, tapes. x Passing tools. x Cleaning surfaces. x Bringing materials in and out of the tank; and x Operating the generator for lights, air blowers, pumps, and any other necessary equipment. 6.5. The Contractor shall clean the tank as necessary to remove residual debris and materials after the inspection is completed. The Contractor shall remove all equipment and materials that are no longer required from the work site, and all vehicles shall be parked within approved parking areas. 6.6. The Contractor shall check and replace as needed the vents, screens, overflow screens, and any other screened openings to prevent birds, insects, and other possible contaminants from entering the facility, following the final cleaning operation. The Contractor shall provide and install new vents/screens, as deemed necessary, based on the condition of the equipment. 6.7. The Contractor shall replace all lawn, pavements, roads, and walkways removed or damaged by the contract operations. Paved surfaces shall be restored with new materials to match their previous condition at no additional cost to Collier County IQ, in accordance with applicable sections of the Department of Road Maintenance Standard Specifications for Highways and Structures, latest edition, as amended unless superseded herein. Concrete curb and gutter, trench drains, catch basins, railroad tracks, manholes, and all other pavement features shall also be properly restored at no additional cost to the Collier County IQ. 6.8. Upon notification from the Collier County IQ Representative, or designee, that all work has been completed, the Contractor shall fully demobilize from the work site. 7. FINAL INSPECTION AND ACCEPTANCE 7.1. The Contractor shall remove all remaining equipment, debris, unused material, and unwanted evidence of the project from the work site upon completion. 7.2. Upon completion of all work, a final inspection of the site will be undertaken at which time representatives of Collier County IQ and the Contractor will be in attendance. Any unsatisfactory cleanup will be indicated by Collier County IQ, and the Contractor shall correct all such deficiencies to the satisfaction of Collier County IQ within the timeframe agreed upon. 7.3. The measurement for work associated with the resultant contract shall be a fixed price per facility, as established in the bid schedule. Acceptance of work shall occur at the completion of cleaning and once inspection results meet Collier County IQ standards and the work site is fully demobilized to the satisfaction of the Collier County IQ Representative, or designee. 7.4. Within ten (10) business days of final inspection and acceptance, the Contractor shall, upon completion of the cleaning of a tank the Contractor shall provide a Final Written Report via email to the Collier County IQ Representative, or designee, to include, at a minimum, the following: x A summary of the work completed. x A summary of any unexpected issues occurring during the tank cleaning process. x Provide a Florida State P.E. signature on all inspection reports. x Recommendations for future tank cleaning. x A copy of the invoices will be submitted to Collier County IQ for payment. 8. PERSONNEL 8.1. The Contractor's employees assigned to work in a tank shall be in good health and free from infectious diseases and illness. 8.2. The Contractor shall provide current Health Certificates to the Collier County IQ Representative, or designee, for all employees assigned to work in a tank five (5) days prior to the scheduled start of work for each tank. The Collier Page 4957 of 9661 County IQ Representative, or designee, has the right to refuse any person entrance into a tank for medical reasons. 9. EQUIPMENT 9.1. If required, the Contractor shall furnish, erect, dismantle, and remove all rigging and scaffolding on the interior of the storage tank necessary to perform the required work. Scaffolding and rigging shall be erected in a manner that will permit access for visual inspection of all interior surfaces. Scaffolding shall be so designed and constructed as to assure structural stability and carry all construction loads without excessive deflection or vibration. Scaffolding design and installation shall meet all applicable requirements of OSHA and other applicable regulations. All scaffolding and rigging shall be erected in a manner that will prevent interference with surfaces to be cleaned. 9.2. The Contractor shall furnish all labor, materials, tools, and equipment required to provide adequate and safe ventilation and lighting systems necessary to complete the work, including that necessary to access each facility. Lighting and ventilation systems shall comply with applicable requirements of Collier County IQ and relevant State and Federal Regulatory Agencies. All lighting shall be explosion-proof, and all electric power should have adequate ground-fault protection. 9.3. The Contractor shall provide heating apparatus approved by the Collier County IQ Representative, or designee, if temporary heating is required for the protection of the workers, materials, and/or equipment. Temporary heating apparatus should be installed and operated in such a manner that the finished work is not affected. 9.4. All equipment and/or materials used within the interior of the reservoir or tank shall be approved for use in contact with water by the Underwriters Laboratories (UL) and all other applicable regulatory agencies. 9.5. No motorized or hydraulic equipment or machinery containing oils, fuels, or lubricants, or other non-NSF-approved fluids shall be placed inside the tank. 9.6. The Contractor shall ensure that all equipment is maintained properly and that all personnel using the equipment are trained and use all equipment properly. 9.7. No gasoline/diesel powered motorized or hydraulic equipment or machinery shall be placed inside the tank. 9.8. Sediment/debris cleanup and removal shall be conducted by manual or suction means and methods. 10. SITE ACCESS 10.1 The Contractor shall be allowed to access the storage facility sites only during Collier County IQ working days between the hours of 7:00 am and 5:30 pm, Monday through Friday. 10.2 To gain access to the storage facility sites, all Contractor employees or subcontractor employees must have a valid Collier County photo identification badge that can be obtained from Collier County Facilities Management at (3335 Tamiami Trail East, Suite 101, Naples, FL 34112) and a valid government-issued ID. 11. CONTRACTOR'S STAGING AREA 11.1. The Contractor’s staging area shall be within the area to be designated by the Collier County IQ Representative, or designee. The Contractor’s use of these areas shall be confined to storage and such activities that will not conflict with any applicable safety and building codes. Before final acceptance and release of the tank, this area shall be restored to its pre-construction condition or better. 11.2. Prior to mobilizing, the Contractor shall provide the Collier County IQ Representative, or designee, with video and photographic documentation of the conditions of each area that is to be set aside for the Contractor’s use, along with a written description of the condition of any mechanical equipment within these areas. The Collier County IQ Representative, or designee, will verify the accuracy of the conditions described in the written letter statement, depicted by video and photographs, and will later use them to confirm the restoration of the subject areas during the final inspection. 12. CONFINED SPACE ENTRY Work under this project will be performed in confined spaces. Prior to beginning work on the Contract, the Contractor shall assess all areas requiring access under the Contract and submit to the Collier County Safety Representative a Confined Space Entry Program and Confined Space Entry Permit application/checklist for each area that qualifies as a confined space. Page 4958 of 9661 The Contractor shall comply with all applicable Federal and local confined space laws and regulations, including OSHA, 29 CFR 1910.146. The Contractor shall notify the Collier County IQ Representative, or designee, 24 hours in advance whenever confined space entry activities will occur. 13. SAFETY The Contractor shall adhere to the following: The Contractor shall provide the following safety equipment for his/her employees and Collier County IQ Representative, or designee, and consultants performing the inspection: x Testing and monitoring equipment needed for oxygen, combustible gases and vapors, and toxic gases and vapors. x All necessary ventilation and heat are required to maintain the atmospheric conditions inside the tank suitable for working conditions and for surface cleaning. Ventilating equipment, blowers, and air hoses, if needed, to obtain acceptable entry conditions. x Communications equipment necessary to enable the attendant to monitor entrant status and to enable the attendant to alert entrants of the need to evacuate the space, including one (1) two-way radio per person and a portable cellular phone. x Personal protective equipment: safety eyeglasses, rubber boots, safety shoes, hard hats, earplugs, raincoats, hand gloves, protective clothing, self-contained breathing equipment, full body harness and retrieval devices, first aid kit, respirators suitable for chemicals utilized or other necessary equipment. The Contractor will not be required to provide personal protective equipment to the inspectors. x Lighting equipment needed to enable employees to see well enough to work safely and to exit the space quickly in an emergency: Battery-powered flashlights, and all lights should be explosion-proof if necessary. x Barriers, shields, and signs necessary to protect pedestrians, vehicles, or entrants from external hazards: Barricades shall be erected around all sumps and pipes within the reservoir/tank. x Equipment, such as ladders needed for safe ingress and egress to the tank by authorized entrants. x Rescue and emergency equipment, except for equipment provided by a rescue service. x Portable generators to run lights, pumps, and air blowers, including necessary fuel. The generator exhaust shall be directed away from air intakes to the reservoirs/tanks. x Any other equipment necessary for work performed in confined space entry areas. The Contractor shall be prepared to perform work under the following reservoir/tank conditions: x Limited or restricted means for entry or exit. x Slippery surfaces. x Lack of lighting. x Are not designed for continuous employee occupancy. x Are large enough and so configured that an employee can enter and perform assigned work. x May have oxygen-deficient atmospheres. x May contain chlorine gas. x Have the potential to engulf an entrant by water. x May have unsafe/broken ladders. x May have unprotected openings in floors. x May have sediments on floors. x May have a falling object. x May have protruding objects. x May have water dripping from the ceiling; and x May have seepage from walls or floors. x May have leaky influent, effluent, or drain valves; and/or x May have root intrusion. 14. QUALITY ASSURANCE / QUALITY CONTROL(QA/QC) 14.1. The Contractor shall maintain an internal QA/QC program to be submitted to and approved by the Collier County IQ Representative, or designee, prior to the commencement of any work. 14.2. The work shall be performed in accordance with the best practice of the industry, and workmanship shall be of the best quality. The specifications call attention to certain features but do not purport to cover all details Page 4959 of 9661 entering the required work. 15. SEQUENCE OF WORK AND OUTAGE LIMITATIONS 15.1. Sequence of Work and Scheduling - The Contractor shall perform the required work to meet the specified timeframe given in the resultant contract. All work shall be scheduled and proceed in such sequence as to avoid interference and delays to normal Collier County IQ operations. 15.2. The Contractor shall provide a proposed project schedule, including overall tank cleaning timeline and shutdown schedule, to the Collier County IQ Representative, or designee, within ten (10) business days after receiving a Purchase Order, but no later than fourteen (14) days prior to site mobilization. 15.3. The tank cleaning timeline shall include, at a minimum, a schedule from site mobilization to final inspection and acceptance for all tanks to be cleaned in a contract year. 15.4. The proposed shutdown schedule shall include the following for each individual shutdown required: summary description; shutdown time and date; a time scheduled sequence of tasks, including identification of critical stages in the project where a decision to abort the operation would be made if satisfactory progress were not being made or unforeseen conditions would likely result in excessive out-of-service duration; and if necessary, justification for valve operations that are outside of the normal work day (non-holiday weekdays between 8:30 am and 3:30 pm). 15.5. The Contractor shall allow Collier County IQ a fourteen (14) day review period for the overall shutdown schedule and, as required by Collier County IQ, the Contractor shall adjust/modify the shutdown schedule accordingly. 15.6. At least five (5) days prior to the interruption of service, the Contractor shall submit a Shutdown Request to the Collier County IQ Representative, or designee. The Contractor shall be limited to scheduling one shutdown at a time. 16. WORK BY COLLIER COUNTY IQ 16.1. Collier County IQ will provide all shutdowns necessary for the resultant contract. The County will open and close valves for the Contractor on weekdays between 8:30 a.m. and 3:30 p.m., excluding city emergencies. For scheduled shutdowns that extend outside of the normal workday (non-holiday weekdays between 8:30 a.m. and 3:30 p.m.), Collier County IQ will open and close valves, as specified in the approved overall shutdown schedule submitted as outlined in Section 15: Sequence of Work and Outage Limitations. 16.2. Under normal circumstances, Collier County IQ will attempt to provide shutdowns during the appointed hour. However, for the convenience of the consumers, shutdowns of water mains may be scheduled outside of normal work hours. 16.3. The Contractor shall be responsible for the planning required to accomplish the work of this contract, including submittal of proper notifications to Collier County IQ for the shutdown of any valves. 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 submit no fewer than three (3) and no more than ten (10) completed reference forms from clients during the past 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 to this 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 provide the information to assess the experience of the Proposer on relevant project work. Page 4960 of 9661 Procurement Services Division Notice of Recommended Award Solicitation: 25-8404 Title: Reclaimed Water Ground Storage Tank Cleaning Due Date and Time: July 23, 2025, 3:00pm (EST) Bidders: Company Name City County State Bid Amount Responsive/Responsible Industrial Marine Engineering Services LLC Naples Collier FL $19,934.40 YES/YES Aqueous Infrastructure Management Co Assonet Bristol County MA $34,965.00 YES/YES Hydra Dive Tech Fairmont Marion WV $48,230.00 YES/YES In Depth Inc Bunnell Flagler FL $59,950.00 YES/YES H2O Diving Solutions LLC Las Vegas Clark NV $82,500.00 YES/NO Razorback LLC Tarpon Springs Pinellas FL $86,006.00 YES/YES Utilized Local Vendor Preference: Yes No Recommended Bidder(s) For Award: On June 18, 2025, the Procurement Services Division released notices for Invitation to Bid #25-8404, Reclaimed Water Ground Storage Tank Cleaning and Inspection. Three thousand one hundred and seventy-four (3,174) notifications were sent, which time staff conducted vendor outreach to promote competition. Six (6) bids were received by the extended submission deadline of July 23, 2025. Five (5) of the six (6) bidders were found to be responsive and responsible. One (1) bidder, H2o Diving Solutions LLC, was found to be non-responsive for not meeting all the requirements of the solicitation Staff is recommending award to the lowest bidder Industrial Marine Engineering Services LLC. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date                Page 4961 of 9661 Project Manager: Robert Kaine Number of Notifications Sent:3174Procurement Strategist: Olivia PugaNumber of Notifications Viewed:715Number of Bids Received:6LocationIndustrial Marine Engineering Services LLCAqueous Infrastructure Management CoHydra Dive Tech In Depth Inc.H2O Diving Solutions LLC Razorback LLCCountryside - 4701 Santa Barbara Blvd., Naples, FL 34104 $ 2,089.44 $ 4,995.00 $ 6,890.00 $6,150.00 $ 10,000.00 $ 9,470.00 Foxfire - 5500 Radio Rd., Naples, FL 34104 $ 2,484.74 $ 4,995.00 $ 6,890.00 $7,150.00 $ 12,500.00 $ 10,270.00 Glades - 105 Palm Dr., Naples, FL 34112 $ 4,517.71 $ 4,995.00 $ 6,890.00 $12,250.00 $ 12,500.00 $ 15,170.00 Royal Palm - 5630 Warren St., Naples, FL 34113 $ 2,936.51 $ 4,995.00 $ 6,890.00 $7,150.00 $ 12,500.00 $ 10,300.00 Pelican Bay GST 1 - 6200 Watergate Way, Naples, FL 34108 $ 5,647.14 $ 4,995.00 $ 6,890.00 $14,950.00 $ 15,000.00 $ 19,145.00 Pelican Bay GST 2 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 $ 4,995.00 $ 6,890.00 $6,150.00 $ 10,000.00 $ 9,320.00 Pelican Bay GST 3 - 6200 Watergate Way, Naples, FL 34108 $ 1,129.43 $ 4,995.00 $ 6,890.00 $6,150.00 $ 10,000.00 $ 9,331.00 Total Bid 19,934.40$ 34,965.00$ 48,230.00$ 59,950.00$ 82,500.00$ 83,006.00$ Invitation to Bid No. 25-8404Bid TabulationProvide a lump sum (labor, materials, tools, and equipment required to complete the thorough cleaning and inspection, including site mobilization, staging, and demobilization) for each site.Reclaimed Water Ground Storage Tank Cleaning and InspectionPage 4962 of 9661 NON-RESPONSIVEImdustrial Marine Engineering Services LLCAqueous Infrastructure Management CoHydra Dive Tech In Depth Inc.H2O Diving Solutions LLC Razorback LLCREQUIRED FORMS AND DOCUMENTS YES/NO YES/NO YES/NO YES/NO YES/NO YES/NOBid Schedule YES YES YES YES YES YESForm 1: Vendor Declaration Statement YES YES YES YES YES YESForm 2: Conflict of Interest Certification Affidavit YES YES YES YES YES YESForm 3: Immigration Affidavit Certification YES YES YES YES YES YESForm 4: Local Vendor Preference YES YES* YES* YES NO YESForm 5: Reference Questionnaire YES* YES YES* YES NO YESInsurance and Bonding Requirements YES YES YES YES NO YESAddendum ( 1 ) YES NO YES YES YES YESE-Verify YES YES YES YES YES YESSunbiz Page YES YES YES YES YES YESVendor W-9 YES YES YES YES YES YESCertifications - Confined Space Entry, First Aid & CPR YES*YES* YES* YES* NO YESProof of 3 Years Experience YES*YES YES YES NO YESPage 4963 of 9661 Lowest Bidder - $60k difference between lowest and highest bidders.Form 5 Reference Forms - didn't provide minimum of 3 references.Requirements: Did not provide 3 yrs experience & certifications in Confined Space Entry, First Aid, and CPRSunbiz showing EIN number as "None".Everify search does not show company, however, company applied to Everify on July 1, 2025, per documents provided.Exemption State of Florida Workers Compensation - document provided.Form 1 Vendor Declaration -missing EIN #Form 4 Local Vendor Preference - missing form. Not a local vendor.Form 5 Reference Forms - Provided 1 of 3 forms.SunBiz - Missing EIN # (says none)Certifications - did not provide certifications in Confined Space Entry, First Aid, and CPRAddendum 1 - missingBid is substantially higher than lowest bid and lower than highest bid.Requirements - did not provide 3 yrs experience & no certifications in Confined Space Entry, First Aid, and CPR provided.Form 1 Vendor Declaration - no wet signature.Form 2 Conflict of Interest - no wet signatureForm 3 Immigration Affidavit - no wet signature.Form 4 Local Vendor Preference - didn't provide form. Out of state.Form 5 Reference Forms - blank.Addendum 1 - used electronic signature, not wet signature.W-9 - no wet signature.Bid is substantially higher than lowest bid and substantially lower than highest bid. Form 1 Vendor Declaration - no wet signatureForm 2 Immigration - no wet signatures for vendor and notaryForm 3 Conflict of Interest - no wet signature for vendor and notaryForm 4 Local Vendor Preference - N/A not local vendor.W-9 - no wet signatureAddendum - no wet signatureCertifications - didn't provide certifications in Confined Space Entry, First Aid, and CPRCosts are approximately 40% higher than lowest BidRequirements - did not provide 3 yrs experience.Form 1 Vendor Declaration - no wet signatureForm 2 Conflict of Interest - no wet signature for vendor & NotaryForm 3 Immigration - no wet signature for vendor & NotaryForm 4 Local Vendor Preference - missing, not a local vendorForm 5 References - missing all 3 referencesSunBiz name is H2O Diving Solutions, LLC W-9 and E-verify name is H2O Solutions, LLCE-Verify- under H2O Solutions which is a fictitious name in SunBiz & is expired.W-9 - references H2O Solutions w/H2O Diving Solutions EIN #.Addendum - no wet signatureCertifications - no certifications in Confined Space Entry, First Aid, and CPR provided.Highest total bid by over $60k.* Minor IrregularityBid Opened By: Olivia PugaWitnessed By: Rita IglesiasDate: July 23, 2025 at 3:00pmPage 4964 of 9661 Page 4965 of 9661 Page 4966 of 9661 Page 4967 of 9661 Page 4968 of 9661 Page 4969 of 9661 Page 4970 of 9661 Page 4971 of 9661 Page 4972 of 9661 Page 4973 of 9661 Page 4974 of 9661 Page 4975 of 9661 Page 4976 of 9661 Page 4977 of 9661 Page 4978 of 9661 Page 4979 of 9661 Page 4980 of 9661 Page 4981 of 9661 Page 4982 of 9661 Page 4983 of 9661 Page 4984 of 9661 Page 4985 of 9661 Page 4986 of 9661 Page 4987 of 9661 Page 4988 of 9661 Page 4989 of 9661 Page 4990 of 9661 Page 4991 of 9661 Page 4992 of 9661 Page 4993 of 9661 Page 4994 of 9661 Page 4995 of 9661 Page 4996 of 9661 Page 4997 of 9661 Page 4998 of 9661