Loading...
Agenda 09/25/2018 Item #16C209/25/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid #18-7416 to ProLime Corporation, in the unit amount of $17.29 per cubic yard, for the purchase of services for removal and disposal of non-pressed sludge (created from the softening process) from the holding pond located at the South County Regional Water Treatment Plant. OBJECTIVE: To obtain a cost-effective supplier for the removal and disposal of non-processed lime sludge located in the holding pond located at the South County Regional Water Treatment Plant (SCRWTP), as needed. CONSIDERATIONS: The Water Division utilizes a lime softening treatment process at the SCRWTP. To complete the processes, raw water must be processed with slaked pebble lime that is added for softening the water, then removed and processed into a sludge cake. When maintenance is performed on the sludge thickener and/or sludge press, the processed sludge is discharged into a holding pond that must be periodically removed to, and disposed of, in an approved and permitted waste disposal site. The sludge cake is removed from the property and disposed of in an approved and permitted waste disposal site. On June 20, 2018, the County publicly advertised solicitation #18-7416, Public Utilities Lime Sludge Pond Cleaning. Staff sent 3,881 notifications, 49 vendors viewed the bid package and the County received five (5) bids by the July 25, 2018 due date. Staff reviewed the experience and pricing of the vendor submittals and is recommending award to the lowest responsive and re sponsible bidder. The bids are summarized below and shown in the bid tabulation information in Attachment 2. Bidder Total Bid Amount ProLime Corporation $17.29 per cubic yard Earth Tech Enterprises Inc. $22.00 per cubic yard Southern Sanitation Inc. $29.50 per cubic yard MCWDCC Auto Sales & Services Corp. $89.00 per cubic yard EnviroWaste $247.00 per cubic yard This purchase will be made by entering into the proposed attached Agreement with ProLime Corporation. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2018 Budget approved by the Board on September 28, 2017. The source of funding is the Water User Fee Fund (408). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, awards Invitation to Bid #18-7416 to ProLime Corporation, and authorizes the Chairman to execute the attached Agreement. Prepared By: Steve Messner, Director, Water Division, Public Utilities 16.C.2 Packet Pg. 1192 09/25/2018 ATTACHMENT(S) 1. 18-7416 Bid Tabulation (PDF) 2. 18-7416 NORA_Signed (PDF) 3. 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (PDF) 4. 18-7416 ProlimeCorp_Insurance_09-07-18 (PDF) 5. 18-7416 Solicitation (PDF) 16.C.2 Packet Pg. 1193 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 6654 Item Summary: Recommendation to award Invitation to Bid #18-7416 to ProLime Corporation, in the unit amount of $17.29 per cubic yard, for the purchase of services for removal and disposal of non- pressed sludge (created from the softening process) from the holding pond located at the South County Regional Water Treatment Plant. Meeting Date: 09/25/2018 Prepared by: Title: Operations Analyst – Water Name: Donna Bergeron 09/07/2018 2:40 PM Submitted by: Title: Division Director - Water – Water Name: Steve Messner 09/07/2018 2:40 PM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 09/07/2018 3:45 PM Water Steve Messner Additional Reviewer Completed 09/07/2018 4:01 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/10/2018 8:16 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/10/2018 9:42 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 09/10/2018 5:07 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/11/2018 11:35 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/12/2018 5:04 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 09/12/2018 5:23 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/13/2018 5:09 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/14/2018 1:28 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/14/2018 1:36 PM County Attorney's Office Emily Pepin CAO Preview Completed 09/14/2018 1:58 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/17/2018 1:30 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 09/17/2018 2:49 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2018 10:09 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.C.2 Packet Pg. 1194 No. of Notices:3881 No. of Downloads:49 No. of Bids Rec'd:5 DATE SENT: June 20, 2018 BID DUE DATE: July 25, 2018 SITE VISIT: June 29, 2018 10:00 am PROJECT ADDRESS: 3851 City Gate Drive, Naples, Florida 34117 AWARD CRITERIA: Lowest Total Bid based on the Cost per Cubic Yard Summary Description Amount Cost Total Bid Cost Total Bid Cost Total Bid Cost Total Bid Cost Total Bid Provide a price per cubic yard, based on the scope of services assessment, for the hauling and disposal of diverted lime sludge from the holding pond located at the Collier County South Regional Water Treatment Plant, to a legally approved location determined by the successful bidder and includes the modification and restoration of the pond berm as required. 2000 CY*$17.29 $34,580.00 $22.00 $44,000.00 $29.50 $59,000.00 $89.00 $178,000.00 $247.00 $494,000.00 Total Bid $34,580.00 Total Bid $44,000.00 Total Bid $59,000.00 Total Bid $178,000.00 Total Bid $494,000.00 Form 1: Vendor’s Non-Response Statement ----- Form 2: Vendor Check List Yes Yes Yes Yes Yes Form 3: Conflict of Interest Affidavit Yes Yes Yes Yes Yes Form 4: Vendor Declaration Statement Yes Yes Yes Yes Yes Form 5: Immigration Affidavit Certification Yes Yes Yes Yes Yes Form 6: Vendor Substitute W – 9 Yes Yes Yes Yes Yes Form 7: Local Vendor Preference Yes Yes Yes Yes Yes Opened by: Swainson Hall, Procurement Manager - Acquisitions Witnessed by: Kristofer Lopez, Procurement Strategist * 2000 CY is used for award purposes only and does not represent actual quantities Prolime Corporation Earth Tech Enterprises Inc MCWDCC Auto Sales & Services Corp EnviroWaste Due: July 25, 2018 at 3:00PM 18-7416 Public Utilities Lime Sludge Pond Cleaning Please fill out and sign this form along with your proposal. No proposal will be considered unless the ITB form is properly signed. Southern Sanitation Inc 16.C.2.a Packet Pg. 1195 Attachment: 18-7416 Bid Tabulation (6654 : Removal and disposal of non-pressed sludge) 16.C.2.bPacket Pg. 1196Attachment: 18-7416 NORA_Signed (6654 : Removal and disposal of non-pressed sludge) 16.C.2.bPacket Pg. 1197Attachment: 18-7416 NORA_Signed (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1198Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1199Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1200Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1201Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1202Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1203Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1204Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1205Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1206Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1207Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1208Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1209Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1210Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1211Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1212Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1213Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1214Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1215Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) 16.C.2.cPacket Pg. 1216Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 9/7/2018 VTC Insurance Group 37000 Grand River Ste. 150 Farmington Hills MI 48335 Marlene Miller (248)888-0371 (248)471-0641 marlenemiller@vtcins.com Prolime Corporation 58610 Van Dyke Washington MI 48094 Amerisure Insurance Company 19488 Continental Casualty Co 20443 18/19 Pkg/Auto/Umb A X X X X CPP210214300 7/21/2018 7/21/2019 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A X X X CA210214200 7/21/2018 7/21/2019 1,000,000 Uninsured motorist combined 1,000,000 A X X X 0 CU210214401 7/21/2018 7/21/2019 2,000,000 2,000,000 A WC210214100 7/21/2018 7/21/2019 X 500,000 500,000 1,000,000 B EPLI 287285560 7/21/2018 7/21/2020 Limit $1,000,000 Deductible $5,000 Solicitation #18-7416 Public Utilities Li Where required by written contract, Collier County Government is Additional Insured on the General Liability policy with respect to liability arising out of ongoing and completed operations performed by the named insured. Insurer will endeavor to mail 30 days written notice of cancellation to the certificate holder; however, failure to do so will impose no liability of any kind upon the insurer or its agents or representatives. Mark Provo/MEAA Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples, FL 34112 16.C.2.c Packet Pg. 1217 Attachment: 18-7416 ProlimeCorp_Contract_VendSign_With Insurance (6654 : Removal and disposal of non-pressed sludge) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 9/7/2018 VTC Insurance Group 37000 Grand River Ste. 150 Farmington Hills MI 48335 Marlene Miller (248)888-0371 (248)471-0641 marlenemiller@vtcins.com Prolime Corporation 58610 Van Dyke Washington MI 48094 Amerisure Insurance Company 19488 Continental Casualty Co 20443 18/19 Pkg/Auto/Umb A X X X X CPP210214300 7/21/2018 7/21/2019 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A X X X CA210214200 7/21/2018 7/21/2019 1,000,000 Uninsured motorist combined 1,000,000 A X X X 0 CU210214401 7/21/2018 7/21/2019 2,000,000 2,000,000 A WC210214100 7/21/2018 7/21/2019 X 500,000 500,000 1,000,000 B EPLI 287285560 7/21/2018 7/21/2020 Limit $1,000,000 Deductible $5,000 Solicitation #18-7416 Public Utilities Li Where required by written contract, Collier County Government is Additional Insured on the General Liability policy with respect to liability arising out of ongoing and completed operations performed by the named insured. Insurer will endeavor to mail 30 days written notice of cancellation to the certificate holder; however, failure to do so will impose no liability of any kind upon the insurer or its agents or representatives. Mark Provo/MEAA Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples, FL 34112 16.C.2.d Packet Pg. 1218 Attachment: 18-7416 ProlimeCorp_Insurance_09-07-18 (6654 : Removal and disposal of non-pressed sludge) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PUBLIC UTILITIES LIME SLUDGE POND CLEANING SOLICITATION NO.: 18-7416 SWAINSON HALL, PROCUREMENT MANAGER - ACQUISITIONS PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 swainson.hall@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.2.e Packet Pg. 1219 Attachment: 18-7416 Solicitation (6654 : Removal and disposal of non-pressed sludge) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7416 PROJECT TITLE: PUBLIC UTILITIES LIME SLUDGE POND CLEANING BID OPENING DATE: July 25, 2018 at 3:00PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Water Division (hereinafter, the “Division”), 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. Historically, County departments have spent approximately $150,000.00; however, this may not be indicative of future buying patterns. BACKGROUND The sludge holding pond was engineered as a backup storage for Lime sludge in the event of equipment servicing preventing the utilization of the sludge being dewatered and loaded on a truck for disposal. The sludge thickener, a 32-year-old part of the process, was dismantled and sent off for a complete rebuild or replacement of the motor, gearbox, and additional components designed for sludge thickening prior to sludge pressing. The process discharge of the Lime Softening was diverted to the sludge holding pond and requires removal and removed from the plant property through a legal means of disposal. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with one (1) three (3 ) years renewal option. 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. All goods are FOB destination and must be suitably packed and prepared to secure the low est 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 non etheless 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. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price established in the solicitation as outlined below: • Lowest Total Bid based on the Cost per Cubic Yard ➢ 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 a single awardee. ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation . 16.C.2.e Packet Pg. 1220 Attachment: 18-7416 Solicitation (6654 : Removal and disposal of non-pressed sludge) DETAILED SCOPE OF WORK The work performed under this bid consists of the hauling and disposal of diverted lime sludge from the holding pond located at the Collier County South Regional Water Treatment Plant, to a legally approved location determined by the successful bidder and includes the modification and restoration of the pond berm as required. Currently, the holding pond measures 250’ by 250’ by 6’-7’ deep. The estimated amount of sludge is 5’ deep and covers approximately 70% of the pond volume. This calculates to approximately 8,1 00 cubic yards; with an estimated 25 cubic yards per load; there is approximately 325 truckloads to be removed. These measurements are subject to change for future work depending on the volume of diverted lime sludge produced by the plant. This scope of work includes the following: 1. Provide pumps and dewatering services 2. Provide all equipment to load and remove the sludge; excavator or loader and/or dozer for site prep and removal of sludge 3. Removal of berm, building of roadway into the pond utili zing lime rock as needed 4. Provide trucks with sealed tailgates and safety winders to prevent any spillage on the plant property or Public Roadways 5. Provide a legal disposal site and or process for all removed sludge 6. Provide equipment and material to replace pond berm to existing slope specifications 7. Provide sod to repair any damage to the pond berm after returning to original specifications 8. Note: a preliminary meeting prior to start with the County and Contractor to determine and agree on the d efinition of “clean” and on the amount of lime to be removed All bidders must address in detail, the following components, in their cost per cubic yard: 1. Mobilization and demobilization of equipment 2. Site preparation and site restoration 3. Conditioning, loading, transport and disposal of lime residuals 4. Use of legal disposal site(s), and its location. Please see photo of the current condition of the sludge pond below: 16.C.2.e Packet Pg. 1221 Attachment: 18-7416 Solicitation (6654 : Removal and disposal of non-pressed sludge)