Agenda 02/11/2025 Item #16F 2 (Awarding ITB Contract #24-8293 for the Sun-N-Fun Lazy-River Renovations to Electro-Mechanic Industries, Inc.)2/11/2025
Item # 16.F.2
ID# 2025-207
Executive Summary
Recommendation to award Invitation to Bid (ITB) No. 24-8293, “Sun-N-Fun Lazy River Renovations,” to Electro-
Mechanic Industries, Inc., d/b/a Vermana in the amount of $224,403, approve an Owner’s Allowance of $55,000, and
authorize the Chair to sign the attached Agreement. (Project 80421)
OBJECTIVE: To approve an Agreement for construction services for Sun-N-Fun Lazy River Renovations.
CONSIDERATIONS: The scope for this work includes general repairs to improve the safety and life cycle of the Lazy
River. Existing main drains are to be removed and replaced with manufactured drains compliant with current federal law
that mandates the installation of anti-entrapment drain covers in public swimming pools and spas to prevent injuries and
deaths caused by suction entrapment hazards. The pool floor will need to be demolished in the drain area, and a new
floor and pool finish will need to be installed. The supply and installation of a new handrail are included in the bid
requirements. The final major work item concerns replacing the suction vault grating and support system.
On September 24, 2024, the Procurement Services Division released ITB No. 24-8293, “Sun-N-Fun Lazy River
Renovations,” to 2,564 potential vendors, and the County received two bids by the October 7, 2024, submission deadline
as shown below.
Respondents:
Company
Name City County State Bid Amount Responsive/
Responsible
Electro
Mechanic
Industries,
Inc. d/b/a
Vermana
Orlando Orange Florida $224,403 Yes/Yes
Capital
Contractors,
LLC
Naples Collier Florida $306,200.01 Yes/Yes
Staff reviewed the two bids and found both bidders responsive and responsible, and recommends the award to the
lowest, responsive, and responsible bidder, Electro Mechanic Industries, Inc. d/b/a Vermana (“Vermana”) in the contract
amount of $224,403. In addition to the total bid amount, staff has allocated $55,000 as an Owner’s Allowance to address
potential unforeseen site conditions encountered during construction. The Owner’s Allowance will be included in the
Purchase Order, but it will only be used as directed by the County.
The County’s engineering consultant, Water Technology Inc., evaluated the bids and determined that Vermana’s bid is
roughly 15% higher than the Engineer’s Opinion of Probable Construction Cost of $194,051. This difference is
reasonable and aligns with general fluctuations due to market conditions.
FISCAL IMPACT: Funding in the amount of $279,403.00 (inclusive of base bid and allowance) is available in the
Park Bond Fund (3063), Project 80421.
GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan from this action.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
Page 2786 of 3773
2/11/2025
Item # 16.F.2
ID# 2025-207
RECOMMENDATIONS: To award ITB No. 24-8293, “Sun-N-Fun Lazy River Renovations,” to Electro-Mechanic
Industries, Inc. d/b/a Vermana in the amount of $224,403, approve an Owner’s Allowance of $55,000, and authorize the
Chairman to sign the attached Agreement. (Project 80421)
PREPARED BY: Dayne Atkinson, Supervisor-Project Management, Facilities Management Department
ATTACHMENTS:
1. 24-8293_VS_Contract_Vermana
2. 24-8293 - Bid Tabulation
3. 24-8293 NORA
4. 24-8293 DELORA
5. 24-8293_Insurance
Page 2787 of 3773
Page 2788 of 3773
Page 2789 of 3773
Page 2790 of 3773
Page 2791 of 3773
Page 2792 of 3773
Page 2793 of 3773
Page 2794 of 3773
Page 2795 of 3773
Page 2796 of 3773
Page 2797 of 3773
Page 2798 of 3773
Page 2799 of 3773
Page 2800 of 3773
Page 2801 of 3773
Page 2802 of 3773
Page 2803 of 3773
Page 2804 of 3773
Page 2805 of 3773
Page 2806 of 3773
Page 2807 of 3773
Page 2808 of 3773
Page 2809 of 3773
Page 2810 of 3773
Page 2811 of 3773
Page 2812 of 3773
Page 2813 of 3773
Page 2814 of 3773
Page 2815 of 3773
Page 2816 of 3773
Page 2817 of 3773
Page 2818 of 3773
Page 2819 of 3773
Page 2820 of 3773
Page 2821 of 3773
Page 2822 of 3773
Page 2823 of 3773
Page 2824 of 3773
Page 2825 of 3773
Page 2826 of 3773
Page 2827 of 3773
Page 2828 of 3773
Page 2829 of 3773
Page 2830 of 3773
Page 2831 of 3773
Page 2832 of 3773
Page 2833 of 3773
Page 2834 of 3773
Page 2835 of 3773
Page 2836 of 3773
Page 2837 of 3773
Page 2838 of 3773
Page 2839 of 3773
Page 2840 of 3773
Page 2841 of 3773
Page 2842 of 3773
Page 2843 of 3773
Page 2844 of 3773
Page 2845 of 3773
Page 2846 of 3773
Page 2847 of 3773
Page 2848 of 3773
Page 2849 of 3773
Page 2850 of 3773
Page 2851 of 3773
Page 2852 of 3773
Page 2853 of 3773
Page 2854 of 3773
Page 2855 of 3773
Page 2856 of 3773
Page 2857 of 3773
Page 2858 of 3773
Page 2859 of 3773
Page 2860 of 3773
Page 2861 of 3773
Page 2862 of 3773
Page 2863 of 3773
Page 2864 of 3773
Page 2865 of 3773
Page 2866 of 3773
Page 2867 of 3773
Page 2868 of 3773
Page 2869 of 3773
Page 2870 of 3773
Page 2871 of 3773
Page 2872 of 3773
Page 2873 of 3773
Page 2874 of 3773
Page 2875 of 3773
Page 2876 of 3773
Page 2877 of 3773
Page 2878 of 3773
Page 2879 of 3773
Page 2880 of 3773
Page 2881 of 3773
Page 2882 of 3773
Page 2883 of 3773
Page 2884 of 3773
Page 2885 of 3773
Page 2886 of 3773
Page 2887 of 3773
Page 2888 of 3773
Page 2889 of 3773
Page 2890 of 3773
Page 2891 of 3773
Page 2892 of 3773
Page 2893 of 3773
Page 2894 of 3773
Page 2895 of 3773
Page 2896 of 3773
Page 2897 of 3773
Page 2898 of 3773
Page 2899 of 3773
Page 2900 of 3773
Page 2901 of 3773
Page 2902 of 3773
Page 2903 of 3773
Page 2904 of 3773
Page 2905 of 3773
Page 2906 of 3773
Page 2907 of 3773
Page 2908 of 3773
Page 2909 of 3773
Page 2910 of 3773
Page 2911 of 3773
Page 2912 of 3773
Page 2913 of 3773
Page 2914 of 3773
Page 2915 of 3773
Page 2916 of 3773
Project Manager: Dayne AtkinsonProcurement Strategist: Becca ZimmermanNotifications Sent: 2,564Views: 574Bids Received: 2Line Description QuantityUnit Unit Price Total Price Unit Price Total Price Unit Price Total Price1 Mobilization/Aquatic Supervision/General Conditions 1 LS $ 67,495.00 67,495.00$ $ 15,000.00 15,000.00$ $ 2,950.00 2,950.00$ 2 Demo and replacement of river main drains (and tie into existing ii )1LS $ 52,225.00 52,225.00$ $ 123,400.00 123,400.00$ $ 109,400.00 109,400.00$ 3 Install new pool plaster to match existing at drain replacement area 1 LS $ 22,000.00 22,000.00$ $ 12,700.00 12,700.00$ $ 16,230.00 16,230.00$ 4 Removal / replacement of suction vault grating and support system 8 EA $ 8,245.00 65,960.00$ $ 15,425.00 123,400.00$ $ 6,373.00 50,984.00$ 5 Removal and capping of all existing river feature/sprays 3 EA $ 950.00 2,850.00$ $ 6,666.67 *$ 20,000.01 $ 3,045.00 9,135.00$ 6 Supply/install of new pool handrail for ADA compliance 1 LS $ 9,373.00 9,373.00$ $ 6,700.00 6,700.00$ $ 4,650.00 4,650.00$ 7 Add bonding to new ADA handrail (Electrical) 1 LS $ 4,500.00 4,500.00$ $ 5,000.00 5,000.00$ $ 700.00 700.00$ 224,403.00$ *$ 306,200.01 194,049.00$ 8 Supply & installation of new river activity features 12 EA $ 22,341.00 268,092.00$ $ 2,641.67 *$ 31,700.04 $ 5,404.00 64,848.00$ 9 Installation of new river feature foundation 12 EA $ 3,735.00 44,820.00$ $ 533.33 *$ 6,399.96 $ 500.00 6,000.00$ 10 Disconnect bonding of river features/sprays ‐ (Electrical) 1 LS $ 1,200.00 1,200.00$ $ 1,400.00 1,400.00$ $ 3,100.00 3,100.00$ 11 Connect bonding to new waterplay features ‐ (Electrical) 1 LS $ 5,000.00 5,000.00$ $ 1,400.00 1,400.00$ $ 8,400.00 8,400.00$ 319,112.00$ *$ 40,900.00 82,348.00$ 543,515.00$ *$ 327,100.01 276,397.00$ *Minor discrepency due to rounding error*minor irregularity Addendums (1-3)YES YES E-VerifyYES YESElectro Mechanic Industries, Inc. d/b/a Vermana Capital Contractors, LLCREQUIRED FORMS AND DOCUMENTSYES/NO YES/NO Bid ScheduleYES YES Bid Response Form (Form 1)YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YES Material Manufacturers (Form 3)YES YES List of Major Subcontractors (Form 4)YES YES Statement of Experience of Bidder (Form 5)YES YES Trench Safety Act Acknowledgement (Form 6)YES YES Bid Bond (Form 7)YES YES Insurance and Bonding Requirements (Form 8)YES YES Conflict of Interest Affidavit (Form 9)*YES *YES Vendor Declaration Statement (Form 10)YES YES Immigration Affidavit Certification (Form 11)*YES *YES LicenseYES YES W-9YES YES SunBizYES YES* Staff has allocated $55,000 in Owner's Allowance ‐ for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.PROJECT BASE BID + ALTERNATE‐ TOTAL COSTPROJECT BASE BID ‐ TOTAL COSTALTERNATES ‐ TOTAL COSTBase Bid Electro Mechanic Industries, Inc. d/b/a VermanaSun and Fun Lazy River Main Drain RenovationBid TabulationConstruction ITB #24‐8293Capital Contractors, LLC Engineer's Estimate Add AlternatesOpened by: Becca ZimmermanWitnessed by: Rita IglesiasDate: November 8, 2024 at 3:00pm Page 2917 of 3773
Notice of Recommended Award
Solicitation: 24-8293 Title: Sun and Fun Lazy River Main Drain Renovation
Due Date and Time: November 8, 2024, at 3:00 PM
Respondents:
Company Name City County State Total Base Bid Responsive/
Responsible
Electro Mechanic Industries, Inc.
d/b/a Vermana
Orlando Orange FL $224,403.00 Y/Y
Capital Contractors, LLC Naples Collier FL $306,200.01 Y/Y
Utilized Local Vendor Preference: Yes No N/A
Recommended Vendor(s) For Award:
On September 24, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24-
8293, Sun and Fun Lazy River Main Drain Renovation, to two thousand five hundred and sixty-four (2,564)
vendors. The bid was advertised for a total of forty-five (45) days. Five hundred and seventy-four (574) vendors
viewed the bid package, and the County received two (2) bids by the November 8, 2024, deadline.
Staff reviewed the bids received. Two (2) bidders were deemed responsive and responsible as shown above.
Capital Contractors, LLC had minor irregularities. Staff determined that Electro Mechanic Industries, Inc. d/b/a
Vermana, is the lowest responsive and responsible bidder.
County staff are electing not to award any alternates and to award the base bid only. Staff recommends the
contract be awarded to Electro Mechanic Industries, Inc. d/b/a Vermana, the lowest responsive and responsible
bidder, for a total base bid amount of $224,403.00. In addition to the total bid amount, staff has allocated
$55,000.00 in Owner’s Allowance, for Owner’s use as directed.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Docusign Envelope ID: 492C532D-3FF6-442C-97D8-D897B442104E
12/2/2024
12/2/2024
12/2/2024
Page 2918 of 3773
November 22, 2025
Procurement Strategist
Collier County Procurement Services
3295 Tamiami Trail East
Naples, FL 34112-5361
RE: Design Entity Letter of Recommended Award
Solicitation No. 24-8293 Sun-N-Fun Lazy River Renovations
Bids were received for the above-referenced project by Collier County in advance of the bid
deadline on 11/8/2024. WTI has completed our review of the bid submitted by the lowest bidder
for this project, and we are pleased to provide the following award recommendation.
The scope of the Sun-N-Fun Lazy River Renovations includes general repairs to improve the
safety and life cycle of the pool. Existing main drains are to be removed and replaced with
manufactured drains compliant with current VGB standards. The pool floor is to be demolished
in the area of the drain replacement, with new floor and pool finish installed. The supply and
installation of a new handrail for VGB compliance is part of the Base Bid. The final major work
item in the Base Bid is the replacement of the suction vault grating and support system.
Collier County Procurement’s review of the bid tabulations determined that the apparent low
bidder is Electro-Mechanic Industries, Inc., DBA Vermana, with a bid of $224,403.00. WTI was
provided with the bid schedule for Vermana. Vermana’s bid is roughly 15% higher than the
Engineer’s Opinion of Probable Construction Cost (OPC) of $194,051. This difference is
reasonable and aligns with general fluctuations due to market conditions.
References for Vermana were provided to WTI for review. All five references were contacted,
but to this point, only two of the references responded back. Please refer to the attached Vendor
Reference Check Log for more information on the references. Overall, WTI has determined the
references contain sufficient relevant experience with similar projects to demonstrate the
required successful experience to complete this project.
Vermana has a Florida State Contractor License #CPC1458858 and is licensed in the State of
Florida to do this type of work. Based on the above information, WTI recommends Vermana be
awarded the Sun-N-Fun Lagoon Lazy River Renovations project in the amount of $224,403.00.
If there are any questions, please do not hesitate to contact our office. Best regards,
Reed Gonzalez
Project Manager
Water Technology, Inc.
Office: 920.887.7375
rgonzalez@wtiworld.com
Page 2919 of 3773
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG – Integrated Construction, LLC (Reference)
Solicitation No.: 24-8293 Reference Check by: Reed Gonzalez, WTI
Solicitation Title: Sun-N-Fun Lazy River Renovations Date: 11/22/2024
Bidder’s Name: Vermana Phone: 920-887-7375 (WTI)
Design Entity: Water Technology, Inc. Aquatic Consulting Engineers
REFERENCED PROJECT:
Project Name:
Sun-N-Fun Lazy River
Renovations
Project
Location: 15000 Livingston Road
Project Description: Main drain and suction vault grating replacement
Completion Date: TBD
Contract
Value: $224,403
Project Owner/Title: Collier County Facilities
Owner’s Address:
3335 Tamiami Trail East,
Suite 101 Phone: 239-252-5337
Owner’s Contact Person:
Dayne
Atkinson E-Mail: dayne.atkinson@colliercountyfl.gov
1.
Was project completed timely and within budget? (If not, provide detail)
Yes
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Vermana process went well detailed.
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes
4.
Did the process run smoothly? Were there any changes? Describe below.
Overall, it went well. The owner’s approval process was slow.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
There was a leak at a water line outside the deck area, but they immediately addressed it.
7.
Additional comments:
Page 2920 of 3773
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG – Lake Wales, FL (Reference)
Solicitation No.: 24-8293 Reference Check by: Reed Gonzalez, WTI
Solicitation Title: Sun-N-Fun Lazy River Renovations Date: 11/22/2024
Bidder’s Name: Vermana Phone: 920-887-7375 (WTI)
Design Entity: Water Technology, Inc. Aquatic Consulting Engineers
REFERENCED PROJECT:
Project Name:
Sun-N-Fun Lazy River
Renovations
Project
Location: 15000 Livingston Road
Project Description: Main drain and suction vault grating replacement
Completion Date: TBD
Contract
Value: $224,403
Project Owner/Title: Collier County Facilities
Owner’s Address:
3335 Tamiami Trail East,
Suite 101 Phone: 239-252-5337
Owner’s Contact Person:
Dayne
Atkinson E-Mail: dayne.atkinson@colliercountyfl.gov
1.
Was project completed timely and within budget? (If not, provide detail)
The project had some delays and was a little over budget, but this was not due to the contractor’s fault. The
City did not have knowledge of previous work done on the pool as we bought the property one year or two
prior to the project and the pool had been there for decades before. The contractors worked very well with
us and explained the additional cost and kept them as minimal as possible.
2.
Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes
3.
Was the construction process performed satisfactorily? (If not, provide detail)
Yes
4.
Did the process run smoothly? Were there any changes? Describe below.
As I mentioned before there were some changes, but this would have happened had any contractor been
awarded the job. Prior work on the pool was not done correctly, and in order for Vermana to do the job
correctly they needed to fix prior mistakes. We were happy that they noticed the problems, they brought
them to attention as soon as possible and kept the costs to a minimum.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes
6.
Any warranty issues since closeout? Were they responded to and performed satisfactorily?
We have had no issues with the pool since they completed their work.
7.
Additional comments:
Page 2921 of 3773
INSURANCE REQUIREMENTS COVERSHEET
Project Name
Vendor Name
Solicitation/Contract No.
Attachments
Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s)
Comments
Attachments Approved by Risk Management Division
Approval:
Electro-Mechanic Industries, Inc. DBA Vermana Inc
Sun and Fun Lazy River Main Drain Renovation
24-8293
The COI is in compliance.
✔✔
GonzalezGre
ily
Digitally signed by
GonzalezGreily
Date: 2024.12.26
08:59:06 -05'00'
Page 2922 of 3773
Page 2923 of 3773
Page 2924 of 3773
Page 2925 of 3773