Loading...
Agenda 04/08/2025 Item #16F5 (ITB for Contract #24-8324 for Hurricane Ian Repairs - Vanderbilt Beach Dune Walkovers to Infinite Construction, LLC)4/8/2025 Item # 16.F.5 ID# 2025-1072 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8324, “Hurricane Ian Repairs - Vanderbilt Beach Dune Walkovers,” to Infinite Construction, LLC., in the amount of $262,503.60, and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To award an Agreement to construct the Hurricane Ian Repairs - Vanderbilt Beach Dune Walkovers. CONSIDERATIONS: The Hurricane Ian Repairs-Vanderbilt Beach Dune Walkovers project includes the minor demolition and full restoration of beach #1, minor demolition and full restoration of beach #7, and full demolition and full restoration of beach #3. On November 24, 2024, the Procurement Services Division posted an Invitation to Bid (“ITB”) No. 24-8324, “Hurricane Ian Repairs - Vanderbilt Beach Dune Walkovers” consistent with FEMA Public Assistance (PA) grant requirements. The county received three bids by the January 17, 2025, bid deadline as shown in the below table. Company Name City County ST Bid Amount Responsive/ Responsible Infinite Construction, LLC Fort Myers Lee FL $262,503.60 Yes/Yes Ark Marine Construction and Services, Inc. d/b/a Stemic Marine Construction Fort Myers Lee FL $271,102.08 Yes/Yes Miniopolis, LLC Fort Myers Lee FL $372,000.00 Yes/Yes All three bidders were found responsive and responsible with Infinite Construction, LLC. (“Infinite”), and Ark Marine Construction and Services Inc.’s bids had minor irregularities. Staff determined that Infinite was the lowest, responsive, and responsible bidder, with a low bid amount of $262,503.60. Engineering consultant Q. Grady Minor and Associates, LLC, evaluated Infinite’s references and determined them acceptable based on its prior work experience of a similar nature. Therefore, staff recommends that the attached Agreement be awarded to Infinite Construction, LLC, the lowest responsive and responsible bidder, for a total contract amount of $262,503.60. This item is consistent with the Responsible Governance, Quality of Place, and Infrastructure and Asset Management strategic focus areas of the Collier County Strategic Plan. FISCAL IMPACT: Funds in the amount of $262,503.60 are available within the Disaster Recovery Fund (1813) Hurricane Ian Project 50280. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8324, “Hurricane Ian Repairs - Vanderbilt Beach Dune Walkovers,” to Infinite Construction, LLC., in the amount of $262,503.60 and authorize the Chairman to sign the attached Agreement. Page 4518 of 5277 4/8/2025 Item # 16.F.5 ID# 2025-1072 PREPARED BY: Michael Levy, Project Manager II, Facilities Management ATTACHMENTS: 1. 24-8324 VS_Infinite 2. Insurance Requirements Coversheet (1) (1) 3. 24-8324 - Bid Tabulation 4. 24-8324 - DELORA_Infinite Construction 5. 24-8324 - NORA Signed Page 4519 of 5277 Page 4520 of 5277 Page 4521 of 5277 Page 4522 of 5277 Page 4523 of 5277 Page 4524 of 5277 Page 4525 of 5277 Page 4526 of 5277 Page 4527 of 5277 Page 4528 of 5277 Page 4529 of 5277 Page 4530 of 5277 Page 4531 of 5277 Page 4532 of 5277 Page 4533 of 5277 Page 4534 of 5277 Page 4535 of 5277 Page 4536 of 5277 Page 4537 of 5277 Page 4538 of 5277 Page 4539 of 5277 Page 4540 of 5277 Page 4541 of 5277 Page 4542 of 5277 Page 4543 of 5277 Page 4544 of 5277 Page 4545 of 5277 Page 4546 of 5277 Page 4547 of 5277 Page 4548 of 5277 Page 4549 of 5277 Page 4550 of 5277 Page 4551 of 5277 Page 4552 of 5277 Page 4553 of 5277 Page 4554 of 5277 Page 4555 of 5277 Page 4556 of 5277 Page 4557 of 5277 Page 4558 of 5277 Page 4559 of 5277 Page 4560 of 5277 Page 4561 of 5277 Page 4562 of 5277 Page 4563 of 5277 Page 4564 of 5277 Page 4565 of 5277 Page 4566 of 5277 Page 4567 of 5277 Page 4568 of 5277 Page 4569 of 5277 Page 4570 of 5277 Page 4571 of 5277 Page 4572 of 5277 Page 4573 of 5277 Page 4574 of 5277 Page 4575 of 5277 Page 4576 of 5277 Page 4577 of 5277 Page 4578 of 5277 Page 4579 of 5277 Page 4580 of 5277 Page 4581 of 5277 Page 4582 of 5277 Page 4583 of 5277 Page 4584 of 5277 Page 4585 of 5277 Page 4586 of 5277 Page 4587 of 5277 Page 4588 of 5277 Page 4589 of 5277 Page 4590 of 5277 Page 4591 of 5277 Page 4592 of 5277 Page 4593 of 5277 Page 4594 of 5277 Page 4595 of 5277 Page 4596 of 5277 Page 4597 of 5277 Page 4598 of 5277 Page 4599 of 5277 Page 4600 of 5277 Page 4601 of 5277 Page 4602 of 5277 Page 4603 of 5277 Page 4604 of 5277 Page 4605 of 5277 Page 4606 of 5277 Page 4607 of 5277 Page 4608 of 5277 Page 4609 of 5277 Page 4610 of 5277 Page 4611 of 5277 Page 4612 of 5277 Page 4613 of 5277 Page 4614 of 5277 Page 4615 of 5277 Page 4616 of 5277 Page 4617 of 5277 Page 4618 of 5277 Page 4619 of 5277 Page 4620 of 5277 Page 4621 of 5277 Page 4622 of 5277 Page 4623 of 5277 Page 4624 of 5277 Page 4625 of 5277 Page 4626 of 5277 Page 4627 of 5277 Page 4628 of 5277 Page 4629 of 5277 Page 4630 of 5277 Page 4631 of 5277 Page 4632 of 5277 Page 4633 of 5277 Page 4634 of 5277 Page 4635 of 5277 Page 4636 of 5277 Page 4637 of 5277 Page 4638 of 5277 Page 4639 of 5277 Page 4640 of 5277 Page 4641 of 5277 Page 4642 of 5277 Page 4643 of 5277 Page 4644 of 5277 Page 4645 of 5277 Page 4646 of 5277 Page 4647 of 5277 Page 4648 of 5277 Page 4649 of 5277 Page 4650 of 5277 Page 4651 of 5277 Page 4652 of 5277 Page 4653 of 5277 Page 4654 of 5277 Page 4655 of 5277 Page 4656 of 5277 Page 4657 of 5277 Page 4658 of 5277 Page 4659 of 5277 Page 4660 of 5277 Page 4661 of 5277 Page 4662 of 5277 Page 4663 of 5277 Page 4664 of 5277 Page 4665 of 5277 Page 4666 of 5277 Page 4667 of 5277 Page 4668 of 5277 Page 4669 of 5277 Page 4670 of 5277 Page 4671 of 5277 Page 4672 of 5277 Page 4673 of 5277 Page 4674 of 5277 Page 4675 of 5277 Page 4676 of 5277 Page 4677 of 5277 Page 4678 of 5277 Page 4679 of 5277 Page 4680 of 5277 Page 4681 of 5277 Page 4682 of 5277 Page 4683 of 5277 Page 4684 of 5277 Page 4685 of 5277 Page 4686 of 5277 Page 4687 of 5277 Page 4688 of 5277 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 4689 of 5277 Page 4690 of 5277 Page 4691 of 5277 Page 4692 of 5277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/13/2025 WWW Insurance,LLC 300 First Avenue South Fifth Floor St.Petersburg FL 33701 Certificates 727-522-7777 727-521-2902 certificates@w3ins.com Manufacturers Alliance Ins.Co 36897 INFICON-01 American Longshore Mutual Association Ltd (ALMA)Infinite Construction LLC 6757 Dabney Street Fort Myers FL 33966 Burlington Insurance Company 23620 Mt.Hawley Ins.Co.37974 1153044765 D X 1,000,000 X 5,000 5,000 1,000,000 2,000,000 X Y MGL0199312 7/27/2024 7/27/2025 2,000,000 C X 1,000,000 X 850BE0664902 7/27/2024 7/27/2025 1,000,000 A B X N 1022557Y ALMA0203807 7/27/2024 7/27/2024 7/27/2025 7/27/2025 1,000,000 1,000,000 1,000,000 USL&H Included on:American Longshore Mutual Association Ltd (ALMA)Policy #ALMA0203807 RE:For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners ,Board of Collier Commissioners in Collier County,Collier County Government and Collier County is additional insured on a primary and non-contributory basis with respect to General Liability if required by written contract,subject to terms,conditions,and exclusions of the policy. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Page 4693 of 5277 Page 4694 of 5277 Page 4695 of 5277 Project Manager: Tony Barone Procurement Strategist: Rita IglesiasNotifications Sent: 2,506Viewed: 853Bids Received: 3Summary Description QTY Unit Price Total Base Bid Unit Price Total Base Bid Unit Price Total Base Bid Unit Price Total Base Bid1Minor demolition and full restoration of beach #11 $ 27,924.00 27,924.00$ $ 7,852.00 7,852.00$ $ 8,041.00 8,041.00$ $ 25,400.00 25,400.00$ 2Minor demolition and full restoration of beach #71 $ 19,512.60 19,512.60$ $ 8,562.00 8,562.00$ $ 12,333.00 12,333.00$ $ 29,600.00 29,600.00$ 3Full demolition and full restoration of beach #3 1 $ 215,067.00 215,067.00$ $ 254,688.08 254,688.08$ $ 351,626.00 351,626.00$ $ 208,400.00 208,400.00$ TOTAL BID AMOUNT: 262,503.60$ 271,102.08$ 372,000.00$ 263,400.00$ Hurricane Ian Repairs - Vanderbilt Beach Dune WalkoversInfinite Construction, LLCAddendum (4)YesYesYesArk Marine Construction and Services INC DBA Stemic Marine ConstructionMiniopolis LLC ENGINEERBid TabulationConstruction ITB No. 24-8324YesYesYes*Yes*YesYesYesYesYesYesYesYesYesYesContractors Key Personnel Assigned to Project - (Form 2)Ark Marine Construction and Services INC DBA Stemic Marine ConstructionMiniopolis LLCYes/No Yes/NoYes YesYes Yes Bid Response Form (Form 1) Bid ScheduleInfinite Construction, LLCYes/NoYes YesYesYes YesYes YesYes Yes Trench Safety Act Acknowledgement (Form 6)Yes YesYes Yes*Yes YesYes Yes*Yes YesYes YesYes YesYesYesYes Yes*Yes YesYes YesYes*Minor Irregularity*Minor Irregularity Statement of Experience of Bidder (Form 5) List of Major Subcontractors (Form 4) Material Manufacturers (Form 3) (FL General Contractor) License SunBizW-9 E-VerifyGrants Immigration Affidavit Certification (Form 11) Vendor Declaration Statement (Form 10) Conflict of Interest Affidavit (Form 9) Insurance and Bonding Requirements (Form 8) Bid Bond (Form 7)YesOpened By: Rita IglesiasWitnessed By: Matthew Webster Date: 1/17/2025 3:00 PM EST Page 4696 of 5277 Civil Engineers ⚫ Land Surveyors ⚫ Planners ⚫ Landscape Architects Q. Grady Minor and Associates, LLC Ph. 239-947-1144 ⚫ Fax. 239-947-0375 3800 Via Del Rey EB 0005151 ⚫ LB 0005151 ⚫ LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com February 19, 2025 Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award 24-8324: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers To Whom It May Concern: Q. Grady Minor and Associates, LLC. (GradyMinor) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the 24-8324: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers includes construction of a new turn lanes and signalization. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, Infinite Construction, LLC (Infinite) is the low bidder with a bid amount of $262,503.60 which is approximately 0.3% less than the project’s Opinion of Probable Construction Cost (OPCC) amount of $263,400.00. Infinite is a site and utility contractor with roadway and utility construction experience in Collier County and SW Florida. GradyMinor contacted the provided references to discuss if the work performed by Infinite was similar in nature to the proposed park project and if Infinite performed acceptably on the projects. All the references were contacted, and we received responses from four (4) of the references. The other one (1) was not responsive. 1) Lee County, FL GradyMinor contacted the project manager for Lee County for Matlacha Fishing Pier Repair. The reference contacted provided positive feedback on Infinite’s work and noted it was on time and on budget. 2) City of Punta Gorda, FL GradyMinor contacted the Project Manager for the City of Punta Gorda Ponce DeLeon Project, Thomas Macy. The reference contacted provided positive feedback on Infinite’s work, professionalism and noted it was above standards on all aspects. 3) City of Naples, FL GradyMinor contacted the City of Naples 8th Ave South Beach Park restoration project manager, Jim Hodgon. The reference contacted provided positive feedback on Infinite’s work and noted it was on time and within budget. 4) City of Sanibel, FL GradyMinor contacted the superintendent for Streets and Parks for the Bowman’s Beach Boardwalk Bridge Rehabilitation project, Joshua Holler. The reference contacted provided positive feedback on Infinite’s work, including working after Hurricane Ian. The project was completed on time and within budget. Page 4697 of 5277 Ms. Rita Iglesias Vanderbilt Beach Dune Walkovers Repairs February 19, 2025 Page 2 G:\Engineering\PROJ-ENG\H\HJVB\08CDocs\01Bidding-Addenda-COs-Corr\DELORA\Responses\24-8324_DELORA_Infinite Construction.docx Infinite submitted all the required bid forms and is the lowest responsive and responsible bidder. Based on the above information, GradyMinor recommends Infinite Construction, LLC, (Infinite)for the bid amount of $262,503.60. Please feel free to call me with any questions. Very truly yours, Justin Frederiksen, P.E. Project Manager Page 4698 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8324 Reference Check by: Javier Martinez Solicitation Title: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers Date: Bidder’s Name: Infinite Construction, LLC Phone: (239) 947-1144 Design Entity: Q. Grady Minor and Associates, LLC REFERENCED PROJECT: Project Name: 8th Ave South Beach Park Restoration Project Project Location: 8th Ave South Beach Park Project Description: Replace ramp Completion Date: 09/2024 Contract Value: $118,772.15 Project Owner/Title: City of Naples Owner’s Address: 280 Riverside Circle, Naples, FL 34102 Phone: (239) 213-7134 Owner’s Contact Person: Jim Hodgon – Parks & Parkways Superintendent E-Mail: jhodgon@naplesgov.com 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: YES YES YES Yes No changes YES NONE Good company to work with. Page 4699 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8324 Reference Check by: R. Fuentes Solicitation Title: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers Date: 01-30-2025 Bidder’s Name: Infinite Construction, LLC. Phone: 239-947-1144 Design Entity: Q. Grady Minor and Assoc., P.A. REFERENCED PROJECT: Project Name: Matlacha Fishing Pier Repair Project Location: Lee County Project Description: Fishing Pier Repair Completion Date: 03/2024 Contract Value: $388,219.10 Project Owner/Title: William Dooling Project Manager Owner’s Address: 2115 Second St. 1st Floor Ft. Myers, Fl. 33901 Phone: 239-940-6735 Owner’s Contact Person: William Dooling E-Mail: WDooling@leegov.com 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) 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. yes 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? no 7. Additional comments: Will work again with this company. Page 4700 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8324 Reference Check by: Solicitation Title: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers Date: Bidder’s Name: Infinite Construction, LLC Phone: (239) 947-1144 Design Entity: Q. Grady Minor and Associates, LLC REFERENCED PROJECT: Project Name: Ponce DeLeon Park Blvd. & Fishing Pier Improvements Project Location: Ponce De Leon Park Project Description: Boardwalk and fishing piers repairs Completion Date: 01/2024 Contract Value: $670,087.87 Project Owner/Title: City of Punta Gorda Owner’s Address: 326 West Marion Ave, Punta Gorda, FL 33950 Phone: (941) 575-5063 Owner’s Contact Person: Thomas Macy – Project Manager E-Mail: tmacy@cityofpuntagordafl.com 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: Maintained on schedule throughout the entire project, and stayed on budget All documents that got submitted were very professional which made the review process flawless. The construction process was performed above standards on all aspects. No problems were encountered throughout the project, there were a few change orders but were to the cities benifit. All documents and payments were processed very professional. No warranty issues Infinite Construction are very professional through the entire project Javier Martinez 02/06/25 Page 4701 of 5277 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8324 Reference Check by: Javier Martinez Solicitation Title: Hurricane Ian Repairs—Vanderbilt Beach Dune Walkovers Date: Bidder’s Name: Infinite Construction, LLC Phone: (239) 947-1144 Design Entity: Q. Grady Minor and Associates, LLC REFERENCED PROJECT: Project Name: Bowman’s Beach Boardwalk Bridge Rehabilitation Project Location: Bowman’s Beach Project Description: Boardwalk bridge rehabilitation Completion Date: 03/2023 Contract Value: 626,762.15 Project Owner/Title: City of Sanibel Owner’s Address: 750 Dunlop Rd., Sanibel, FL 33957 Phone: 239-472-6397 Owner’s Contact Person: Joshua Holler – Superintendent Streets and Parks E-Mail: Joshua.holler@mysanibel.com 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: 02/11/25 Page 4702 of 5277 Notice of Recommended Award Solicitation: 24-8324 Title: Hurricane Ian Repairs – Vanderbilt Beach Dune Walkovers Due Date and Time: January 17, 2025, at 3:00 PM EST Respondents: Company Name City County State Tota Bid Amount Responsive/Responsible Infinite Construction, LLC. Fort Myers Lee FL $262,503.60 Yes/Yes Ark Marine Construction and Services INC Fort Myers Lee FL $271,102.08 Yes/Yes Miniopolis LLC Fort Myers Lee FL $372,000.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On November 25, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24- 8324, Hurricane Ian Repairs – Vanderbilt Beach Dune Walkovers, to two thousand five hundred and six (2,506) vendors. Eight hundred and fifty-three (853) viewed the bid package, and the County received three (3) bids by January 17, 2025, the submission deadline. Staff reviewed the bids received, and all three (3) bidders shown above were deemed responsive and responsible, with Infinite Construction, LLC. and Ark Marine Construction and Services INC having minor irregularities. Staff determined that Infinite Construction, LLC., is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Infinite Construction, LLC., the lowest responsive and responsible bidder, based on the award of the total bid amount of $262,503.60. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: D15A5A5F-DBC6-4E92-80F0-DD347BFD7A9C 2/20/2025 2/20/2025 2/20/2025 Page 4703 of 5277