Agenda 04/08/2025 Item #16L1 (CRA ITB for COntract #24-8233 for Immokalee Sidewalk Phase III Project w/Marquee Development, Inc.)4/8/2025
Item # 16.L.1
ID# 2025-206
Executive Summary
Recommendation that the Board of County Commissioners, acting as the Community Redevelopment Agency Board,
award Invitation to Bid (“ITB”) No-24-8233, Immokalee Sidewalk Phase III Project, to Marquee Development, Inc. in
the amount of $1,101,179.50, approve an Owner’s Allowance of $85,000, and authorize the Chairman to sign the
attached Agreement.
OBJECTIVE: To construct approximately 4,906 linear feet of sidewalk within the Immokalee Community
Redevelopment Area.
CONSIDERATIONS: This project is part of the comprehensive sidewalk plan for the southern area of the Immokalee
Community Redevelopment Area for the construction of the Immokalee Sidewalk Phase III Project (Project Area - See
Exhibit A) on Eustis Avenue and West Delaware Avenue between Fifth Street to First Street. Phases I and II were
completed in 2018 and 2021, respectively (the “Project”).
On April 2021, the Collier County Community Redevelopment Agency provided a letter to the Subcommittee of
Transportation, Housing and Urban Development (“THUD”) for Congressman Mario Diaz-Balart that expressed support
for the County’s funding request of $987,000 for the construction of the Immokalee Community Sidewalk Safety
Project as part of the Fiscal Year 2022 THUD Appropriations.
Congress made available “grants for the Economic Development Initiative for the purpose of Community Project
Funding (CPF)/Congressional Directed Spending” in the Consolidated Appropriations Act, 2022, (Public Law 117-103)
(the “Act”). The Board approved a grant agreement in the amount of $987,000 involving funds allocated by the Act on
November 14, 2023 (Agenda Item 16.L.1). The support made available from CPF grant funding in the amount of
$987,000 for the Project will now allow the pedestrian safety sidewalk project to proceed in a timely manner to benefit
the County’s residents and visitors.
On May 24, 2024, the County posted ITB No. 24-8233 for the construction of the Project, and received the following
bids:
Respondents:
Company Name City County State Bid Amount Responsive/Responsible
Marquee Development, Inc. Tampa Hillsborough FL $1,101,179.50 Yes/Yes
Andrew Sitework, LLC Fort Myers Lee FL $1,248,159.00 Yes/Yes
Quality Enterprises USA, Inc. Naples Collier FL $1,315,805.00 Yes/Yes
Coastal Concrete Products,
LLC
Fort Myers Lee FL $1,367,350.00 Yes/Yes
Bonness, Inc. Naples Collier FL $1,481,506.14 Yes/Yes
RJ Engineering Construction
Corp
W. Palm
Beach
Palm Beach FL $1,577,785.57 Yes/Yes
Florida Boys Site
Development, Inc.
LaBelle Hendry FL $1,190,215.00 No/Yes
The Engineer of Record, LJA Engineering (“LJA”), is recommending that the award be made to the low bidder,
Marquee Development, Inc. (“Marquee”), who provided the lowest responsible bid in the amount of $1,101,179.50.
(See LJA’s Design Entity Letter of Recommendation Award). Marquee’s low bid is approximately 9% higher than the
original Engineer’s Opinion of Probable Cost (the “EOPC”) of $1,007,822.50. The EOPC was prepared nearly two
Page 5026 of 5277
4/8/2025
Item # 16.L.1
ID# 2025-206
years earlier on September 8, 2022, and when considered in the context of an inflation rate of 3.5% over that two year
period, Marquee’s low bid is nearly identical to the adjusted EOPC for inflation. Staff concurs with the
recommendation to award ITB No. 24-8233 and the attached Agreement to Marquee Development, Inc.
The Immokalee Sidewalk Phase III Project supports Collier County’s Strategic Plan by advancing key priorities in
Infrastructure and Growth Management, Economic Development, and Community Well-being. The project enhances
pedestrian safety and accessibility, aligning with the county’s goal of improving infrastructure to accommodate growth
while ensuring better connectivity within Immokalee.
FISCAL IMPACT: The total estimated project cost is $1,329,558.10. Construction costs of $1,101,179.50 are funded
through a HUD grant in the amount of $987,000 available within Immokalee CRA Grant Fund 1027, Project 33873 and
ad valorem in the amount of $114,179.50 available within CRA Capital Fund (1026) Project 50244. The remaining
balance of the project cost ($228,378.60) includes design and environmental review costs funded through the
Immokalee Beautification Municipal Services Taxing Unit MSTU Fund (1629) and the Immokalee CRA Project Fund
(1026) as shown in the table below.
Line-Item Budget Details
Description CPF Fund
(HUD)
Non-CPF Fund
(CRA/MSTU)
Total Budget
Design $ - $ 114,763.00 $ 114,763.00
Environmental $ - $ 12,400.00 $ 12,400.00
Construction $ 987,000.00 $ 114,179.50 $ 1,101,179.50
CEI (Construction, Engineering, and Inspection) $ - $ 101,215.60 $ 101,215.60
Other (permits, legal ads, etc.) $ - $ - $ -
Estimated Total $ 987,000.00 $ 342,558.10 $ 1,329,558.10
Fund Source Amount
Immokalee CRA Grant (Fund 1027) $ 987,000.00
Immokalee Beautification MSTU (Fund 1629) $ 171,279.05
Immokalee CRA Project (Fund 1026) $ 171,279.05
Total $ 1,329,558.10
GROWTH MANAGEMENT IMPACT: This grant opportunity furthers the programs and projects within budgetary
and policy guidance for the CRA and the Board Policy 3.3.7: Safety Improvements of the Future Land Use Element of
the Growth Management Plan.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
Page 5027 of 5277
4/8/2025
Item # 16.L.1
ID# 2025-206
RECOMMENDATIONS: That the Board of County Commissioners, acting as the Community Redevelopment
Agency Board, award ITB No-24-8233, Immokalee Sidewalk Phase III Project, to Marquee Development, Inc. in the
amount of $1,101,179.50, approve an Owner’s Allowance in the amount of $85,000.00, and authorize the Chairman to
sign the attached Agreement.
PREPARED BY: Prepared By: Christie Betancourt, CRA Assistant Division Director
ATTACHMENTS:
1. 24-8233_VS_Marquee
2. 24-8233 Bid Tabulation -Final
3. 24-8233 - NORA
4. 24-8233 - DELORA
5. Insurance Coversheet12
Page 5028 of 5277
Page 5029 of 5277
Page 5030 of 5277
Page 5031 of 5277
Page 5032 of 5277
Page 5033 of 5277
Page 5034 of 5277
Page 5035 of 5277
Page 5036 of 5277
Page 5037 of 5277
Page 5038 of 5277
Page 5039 of 5277
Page 5040 of 5277
Page 5041 of 5277
Page 5042 of 5277
Page 5043 of 5277
Page 5044 of 5277
Page 5045 of 5277
Page 5046 of 5277
Page 5047 of 5277
Page 5048 of 5277
Page 5049 of 5277
Page 5050 of 5277
Page 5051 of 5277
Page 5052 of 5277
Page 5053 of 5277
Page 5054 of 5277
Page 5055 of 5277
Page 5056 of 5277
Page 5057 of 5277
Page 5058 of 5277
Page 5059 of 5277
Page 5060 of 5277
Page 5061 of 5277
Page 5062 of 5277
Page 5063 of 5277
Page 5064 of 5277
Page 5065 of 5277
Page 5066 of 5277
Page 5067 of 5277
Page 5068 of 5277
Page 5069 of 5277
Page 5070 of 5277
Page 5071 of 5277
Page 5072 of 5277
Page 5073 of 5277
Page 5074 of 5277
Page 5075 of 5277
Page 5076 of 5277
Page 5077 of 5277
Page 5078 of 5277
Page 5079 of 5277
Page 5080 of 5277
Page 5081 of 5277
Page 5082 of 5277
Page 5083 of 5277
Page 5084 of 5277
Page 5085 of 5277
Page 5086 of 5277
Page 5087 of 5277
Page 5088 of 5277
Page 5089 of 5277
Page 5090 of 5277
Page 5091 of 5277
Page 5092 of 5277
Page 5093 of 5277
Page 5094 of 5277
Page 5095 of 5277
Page 5096 of 5277
Page 5097 of 5277
Page 5098 of 5277
Page 5099 of 5277
Page 5100 of 5277
Page 5101 of 5277
Page 5102 of 5277
Page 5103 of 5277
Page 5104 of 5277
Page 5105 of 5277
Page 5106 of 5277
Page 5107 of 5277
Page 5108 of 5277
Page 5109 of 5277
Page 5110 of 5277
Page 5111 of 5277
Page 5112 of 5277
Page 5113 of 5277
Page 5114 of 5277
Page 5115 of 5277
Page 5116 of 5277
Page 5117 of 5277
Page 5118 of 5277
Page 5119 of 5277
Page 5120 of 5277
Page 5121 of 5277
Page 5122 of 5277
Page 5123 of 5277
Page 5124 of 5277
Page 5125 of 5277
Page 5126 of 5277
Page 5127 of 5277
Page 5128 of 5277
Page 5129 of 5277
Page 5130 of 5277
Page 5131 of 5277
Page 5132 of 5277
Page 5133 of 5277
Page 5134 of 5277
Page 5135 of 5277
Page 5136 of 5277
Page 5137 of 5277
Page 5138 of 5277
Page 5139 of 5277
Page 5140 of 5277
Page 5141 of 5277
Page 5142 of 5277
Page 5143 of 5277
Page 5144 of 5277
Page 5145 of 5277
Page 5146 of 5277
Page 5147 of 5277
Page 5148 of 5277
Page 5149 of 5277
Page 5150 of 5277
Page 5151 of 5277
Page 5152 of 5277
Page 5153 of 5277
Page 5154 of 5277
Page 5155 of 5277
Page 5156 of 5277
Page 5157 of 5277
Page 5158 of 5277
Page 5159 of 5277
Page 5160 of 5277
Page 5161 of 5277
Page 5162 of 5277
Page 5163 of 5277
Page 5164 of 5277
Page 5165 of 5277
Page 5166 of 5277
Page 5167 of 5277
Page 5168 of 5277
Page 5169 of 5277
Page 5170 of 5277
Page 5171 of 5277
Page 5172 of 5277
Page 5173 of 5277
Page 5174 of 5277
Page 5175 of 5277
Page 5176 of 5277
Page 5177 of 5277
Page 5178 of 5277
Page 5179 of 5277
Page 5180 of 5277
Page 5181 of 5277
Page 5182 of 5277
Page 5183 of 5277
Page 5184 of 5277
Page 5185 of 5277
Page 5186 of 5277
Page 5187 of 5277
Page 5188 of 5277
Page 5189 of 5277
Project Manager: Yvonne Blair Procurement Strategist: Rita IglesiasNotifications Sent: 2,091 Viewed: 1,264 Bids Received: 7ITEM NO. DESCRIPTIONUNIT QTY UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL ROADWAY1 MOBILIZATION (Not to Exceed 10% of Total Bid Amount) LS 1100,000.00$ 100,000.00$ 121,800.00$ 121,800.00$ 130,904.00$ 130,904.00$ 85,000.00$ 85,000.00$ 30,365.34$ 30,365.34$ 142,588.55$ 142,588.55$ 75,000.00$ 75,000.00$ 90,000.00$ 90,000.00$ 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 118,000.00$ 18,000.00$ 44,165.00$ 44,165.00$ 51,319.00$ 51,319.00$ 34,500.00$ $ 34,500.00* 22,073.28$ 22,073.28$ 27,280.00$ 27,280.00$ 21,000.00$ 21,000.00$ 25,000.00$ 25,000.00$ 3 MAINTENANCE OF TRAFFIC LS 135,000.00$ 35,000.00$ 74,350.00$ 74,350.00$ 46,111.00$ 46,111.00$ 36,500.00$ $ 36,500.00* 25,312.59$ 25,312.59$ 6,446.00$ 6,446.00$ 21,000.00$ 21,000.00$ 30,000.00$ 30,000.00$ 4 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 32022.00$ 7,040.00$ 113.30$ 36,256.00$ 87.00$ 27,840.00$ 55.00$ 17,600.00$ 1,451.86$ 464,595.20$ 115.57$ 36,983.23$ 80.00$ 25,600.00$ 110.00$ 35,200.00$ 5 PRECONSTRUCTION VIDEO OF PROJECT LIMITS LS 11,000.00$ 1,000.00$ 1,490.00$ 1,490.00$ 3,450.00$ 3,450.00$ 5,000.00$ 5,000.00$ 28,641.59$ 28,641.59$ 11,000.00$ 11,000.00$ 6,500.00$ 6,500.00$ 1,500.00$ 1,500.00$ 6 EROSION CONTROLLS 145,000.00$ 45,000.00$ 29,050.00$ 29,050.00$ 22,955.00$ 22,955.00$ 18,000.00$ 18,000.00$ 24,100.80$ 24,100.80$ 60,500.00$ 60,500.00$ 12,500.00$ 12,500.00$ 13,000.00$ 13,000.00$ 7 CLEARING AND GRUBBING (2.36 AC) LS 145,000.00$ 45,000.00$ 30,050.00$ 30,050.00$ 32,580.00$ 32,580.00$ 35,000.00$ 35,000.00$ 53,240.16$ 53,240.16$ 209,224.74$ 209,224.74$ 25,000.00$ 25,000.00$ 35,000.00$ 35,000.00$ 8 REMOVAL OF CONCRETE PAVEMENT SY 56225.00$ 14,050.00$ 12.50$ 7,025.00$ 44.00$ 24,728.00$ 30.00$ 16,860.00$ 65.72$ 36,934.64$ 78.24$ 43,968.24$ 50.00$ 28,100.00$ 35.00$ 19,670.00$ 9 MAILBOX (RELOCATE) EA 15350.00$ 5,250.00$ 234.00$ 3,510.00$ 178.00$ 2,670.00$ 250.00$ 3,750.00$ 650.44$ 9,756.60$ 247.50$ 3,712.50$ 350.00$ 5,250.00$ 250.00$ 3,750.00$ 10 DITCH GRADINGLS 185,000.00$ 85,000.00$ 299,300.00$ 299,300.00$ 89,441.00$ 89,441.00$ 44,500.00$ 44,500.00$ 51,065.10$ 51,065.10$ 33,000.00$ 33,000.00$ 31,500.00$ 31,500.00$ 25,000.00$ 25,000.00$ 11 CLASS I CONCRETE (DRIVEWAYS)(6" THICK) SY 88582.00$ 72,570.00$ 65.00$ 57,525.00$ 84.00$ 74,340.00$ 95.00$ 84,075.00$ 77.74$ 68,799.90$ 64.35$ 56,949.75$ 125.00$ 110,625.00$ 85.00$ 75,225.00$ 12 MITERED END SECION (15" RCP) EA 1850.00$ 850.00$ 1,820.00$ 1,820.00$ 2,368.00$ 2,368.00$ 2,850.00$ 2,850.00$ 4,585.19$ 4,585.19$ 880.00$ 880.00$ 1,200.00$ 1,200.00$ 2,000.00$ 2,000.00$ 13 INLETS (DITCH BOTTOM TYPE C)(<10') EA 68,500.00$ 51,000.00$ 3,680.00$ 22,080.00$ 4,328.00$ 25,968.00$ 8,500.00$ 51,000.00$ 8,727.33$ 52,363.98$ 8,967.04$ 53,802.26$ 4,750.00$ 28,500.00$ 4,600.00$ 27,600.00$ 14 INLETS (DITCH BOTTOM TYPE C)(3:1 MODIFY)(<10') EA 48,500.00$ 34,000.00$ 4,540.00$ 18,160.00$ 7,378.00$ 29,512.00$ 8,500.00$ 34,000.00$ 11,282.16$ 45,128.64$ 12,705.00$ 50,820.00$ 4,750.00$ 19,000.00$ 4,750.00$ 19,000.00$ 15 INLETS (DITCH BOTTOM TYPE C)(<10') - TOP ONLY EA 143,500.00$ 49,000.00$ 2,590.00$ 36,260.00$ 4,183.00$ 58,562.00$ 9,500.00$ 133,000.00$ 2,964.09$ 41,497.26$ 11,199.84$ 156,797.83$ 750.00$ 10,500.00$ 1,500.00$ 21,000.00$ 16 INLETS (DITCH BOTTOM TYPE D)(<10') - TOP ONLY EA 153,500.00$ 52,500.00$ 3,795.00$ 56,925.00$ 5,021.00$ 75,315.00$ 9,500.00$ 142,500.00$ 3,160.54$ 47,408.10$ 8,913.67$ 133,705.06$ 1,350.00$ 20,250.00$ 1,500.00$ 22,500.00$ 17 MANHOLES (P-8) (<10') EA 210,500.00$ 21,000.00$ 6,465.50$ 12,931.00$ 10,739.00$ 21,478.00$ 8,500.00$ 17,000.00$ 8,141.00$ 16,282.00$ 11,168.64$ 22,337.28$ 4,250.00$ 8,500.00$ 6,500.00$ 13,000.00$ 18 PIPE CULVERT (CLASS III CONCRETE)(STORM SEWER)(ROUND SHAPE)(18") LF 341110.00$ 37,510.00$ 76.50$ 26,086.50$ 133.00$ 45,353.00$ 175.00$ 59,675.00$ 115.13$ 39,259.33$ 155.34$ 52,970.87$ 80.00$ 27,280.00$ 105.00$ 35,805.00$ 19 CONCRETE PIPE COLLAR (18" PIPE) EA 1750.00$ 750.00$ 2,490.00$ 2,490.00$ 1,469.00$ 1,469.00$ 4,200.00$ 4,200.00$ 2,704.16$ 2,704.16$ 8,250.00$ 8,250.00$ 2,500.00$ 2,500.00$ 1,000.00$ 1,000.00$ 20 CONCRETE SIDEWALK, 6" THICK SY 2,85082.00$ 233,700.00$ 61.00$ 173,850.00$ 80.00$ 228,000.00$ 90.00$ 256,500.00$ 69.93$ 199,300.50$ 61.88$ 176,343.75$ 85.00$ 242,250.00$ 85.00$ 242,250.00$ 21 DETECTABLE WARNING STRIPS (CAST INTO CONCRETE SIDEWALK) SF 52740.00$ 21,080.00$ 37.00$ 19,499.00$ 40.00$ 21,080.00$ 35.00$ 18,445.00$ 47.07$ 24,805.89$ 35.20$ 18,550.40$ 575.00$ 303,025.00$ 35.00$ 18,445.00$ 22 PERFORMANCE TURF (BAHIA SOD)(INCLUDES WATER, FERTILIZER & MOWING) SY 5,6345.75$ 32,395.50$ 4.65$ 26,198.10$ 10.00$ 56,340.00$ 12.00$ 67,608.00$ 4.92$ 27,719.28$ 6.64$ 37,382.72$ 5.50$ 30,987.00$ 5.00$ 28,170.00$ 23 CHAIN LINK FENCE (4' TALL) LF 18825.00$ 4,700.00$ 45.50$ 8,554.00$ 44.00$ 8,272.00$ 45.00$ 8,460.00$ 54.99$ 10,338.12$ 25.30$ 4,756.40$ 15.00$ 2,820.00$ 40.00$ 7,520.00$ 24 DUAL-LEAF GATE (12' WIDE TOTAL) (4' TALL) EA 1500.00$ 500.00$ 2,800.30$ 2,800.30$ 2,782.00$ 2,782.00$ 1,600.00$ 1,600.00$ 1,374.79$ 1,374.79$ 1,980.00$ 1,980.00$ 2,750.00$ 2,750.00$ 2,000.00$ 2,000.00$ 25 SINGLE POST SIGNAS 2650.00$ 1,300.00$ 423.50$ 847.00$ 621.00$ 1,242.00$ 650.00$ 1,300.00$ 376.93$ 753.86$ 385.00$ 770.00$ 425.00$ 850.00$ 400.00$ 800.00$ 26 SINGLE POST SIGN (RELOCATE/ADJUST) EA 5250.00$ 1,250.00$ 424.00$ 2,120.00$ 138.00$ 690.00$ 550.00$ 2,750.00$ 257.39$ 1,286.95$ 110.00$ 550.00$ 250.00$ 1,250.00$ 150.00$ 750.00$ 27 SINGLE POST SIGN (REMOVE) EA 2150.00$ 300.00$ 121.00$ 242.00$ 110.00$ 220.00$ 450.00$ 900.00$ 160.87$ 321.74$ 88.00$ 176.00$ 150.00$ 300.00$ 65.00$ 130.00$ 28 RETRO-REFLECTIVE PAVEMENT MARKERS EA 54100.00$ 5,400.00$ 6.00$ 324.00$ 8.00$ 432.00$ 55.00$ 2,970.00$ 48.05$ 2,594.70$ 5.50$ 297.00$ 15.00$ 810.00$ 5.50$ 297.00$ 29 8" RAISED CERAMIC PAVEMENT MARKERS EA 15100.00$ 1,500.00$ 121.00$ 1,815.00$ 97.00$ 1,455.00$ 75.00$ 1,125.00$ 166.15$ 2,492.25$ 7.26$ 108.97$ 250.00$ 3,750.00$ 80.00$ 1,200.00$ 30 THERMOPLASTIC (STANDARD)(WHITE)(SOLID)(12") LF 1,10712.00$ 13,284.00$ 4.80$ 5,313.60$ 6.00$ 6,642.00$ 15.00$ 16,605.00$ 8.48$ 9,387.36$ 4.40$ 4,870.80$ 7.00$ 7,749.00$ 5.00$ 5,535.00$ 31 THERMOPLASTIC (STANDARD)(WHITE)(SOLID)(24") LF 21518.00$ 3,870.00$ 11.00$ 2,365.00$ 8.00$ 1,720.00$ 25.00$ 5,375.00$ 11.17$ 2,401.55$ 9.90$ 2,128.50$ 14.00$ 3,010.00$ 7.00$ 1,505.00$ 32 THERMOPLASTIC (STANDARD)(YELLOW)(SOLID)(6") LF 8877.00$ 6,209.00$ 1.50$ 1,330.50$ 2.00$ 1,774.00$ 12.00$ 10,644.00$ 2.86$ 2,536.82$ 1.27$ 1,122.06$ 7.00$ 6,209.00$ 1.50$ 1,330.50$ 33 THERMOPLASTIC (REMOVAL) SF 1,0028.00$ 8,016.00$ 12.00$ 12,024.00$ 10.00$ 10,020.00$ 4.00$ 4,008.00$ 2.06$ 2,064.12$ 11.00$ 11,022.00$ 5.00$ 5,010.00$ 2.50$ 2,505.00$ 1,008,024.50$ 1,138,556.00$ 1,107,032.00$ 1,223,300.00$ 1,351,491.79$ 1,371,274.89$ 1,090,575.00$ 807,687.50$ DRAINAGE36 6" PVC C-900 DR-18 WATERMAIN LF 93 120.00$ 11,160.00$ 61.00$ 5,673.00$ 157.00$ 14,601.00$ 125.00$ 11,625.00$ 219.23$ 20,388.39$ 23.97$ 2,229.32$ 70.00$ 6,510.00$ 110.00$ 10,230.00$ 37 REMOVE/DISPOSE 6" ASBESTOS WATERMAIN LF 93 15.00$ 1,395.00$ 20.00$ 1,860.00$ 71.00$ 6,603.00$ 225.00$ 20,925.00$ 73.64$ 6,848.52$ 77.00$ 7,161.00$ 60.00$ 5,580.00$ 85.00$ 7,905.00$ 38 RELOCATE FIRE HYDRANT ASSEMBLY EA 43,000.00$ 12,000.00$ 4,050.00$ 16,200.00$ 8,290.00$ 33,160.00$ 3,500.00$ 14,000.00$ 2,981.80$ 11,927.20$ 9,438.00$ 37,752.00$ 3,500.00$ 14,000.00$ 3,500.00$ 14,000.00$ 39 ADJUST WATERMAIN VALVE TO GRADE EA 23400.00$ 9,200.00$ 525.00$ 12,075.00$ 1,324.00$ 30,452.00$ 950.00$ 21,850.00$ 408.01$ 9,384.23$ 1,766.34$ 40,625.73$ 850.00$ 19,550.00$ 500.00$ 11,500.00$ 40 ADJUST WATER SERVICE EA 21,200.00$ 2,400.00$ 870.00$ 1,740.00$ 1,817.00$ 3,634.00$ 1,450.00$ 2,900.00$ 1,220.76$ 2,441.52$ 1,650.00$ 3,300.00$ 750.00$ 1,500.00$ 1,500.00$ 3,000.00$ 41 CONNECT WATER SERVICE TO WATERMAIN EA 41,600.00$ 6,400.00$ 4,100.00$ 16,400.00$ 2,147.00$ 8,588.00$ 750.00$ 3,000.00$ 2,556.51$ 10,226.04$ 7,150.00$ 28,600.00$ 2,850.00$ 11,400.00$ 2,200.00$ 8,800.00$ 42 6" WATERMAIN DEFLECTION EA 211,500.00$ 23,000.00$ 5,360.00$ 10,720.00$ 13,904.00$ 27,808.00$ 4,500.00$ 9,000.00$ 14,348.82$ 28,697.64$ 7,920.00$ 15,840.00$ 500.00$ 1,000.00$ 9,500.00$ 19,000.00$ 43 ADJUST WATER METER EA 20500.00$ 10,000.00$ 870.00$ 17,400.00$ 1,419.00$ 28,380.00$ 600.00$ 12,000.00$ 440.92$ 8,818.40$ 1,077.95$ 21,558.97$ 1,150.00$ 23,000.00$ 1,000.00$ 20,000.00$ 44 RELOCATE BACKFLOW PREVENTION EA 9900.00$ 8,100.00$ 1,475.00$ 13,275.00$ 1,652.00$ 14,868.00$ 2,500.00$ 22,500.00$ 1,388.43$ 12,495.87$ 3,850.00$ 34,650.00$ 1,150.00$ 10,350.00$ 1,200.00$ 10,800.00$ 45 ADJUST MANHOLEEA 11,200.00$ 1,200.00$ 1,400.00$ 1,400.00$ 2,855.00$ 2,855.00$ 2,150.00$ 2,150.00$ 1,119.12$ 1,119.12$ 1,593.66$ 1,593.66$ 1,150.00$ 1,150.00$ 1,100.00$ 1,100.00$ 46 ADJUST SANITARY LATERAL EA 2750.00$ 1,500.00$ 1,800.00$ 3,600.00$ 12,539.00$ 25,078.00$ 2,200.00$ 4,400.00$ 3,430.44$ 6,860.88$ 2,750.00$ 5,500.00$ 1,150.00$ 2,300.00$ 1,500.00$ 3,000.00$ 47 ADJUST CLEANOUTEA 2400.00$ 800.00$ 870.00$ 1,740.00$ 1,229.00$ 2,458.00$ 1,450.00$ 2,900.00$ 1,317.43$ 2,634.86$ 2,750.00$ 5,500.00$ 1,150.00$ 2,300.00$ 500.00$ 1,000.00$ 48 RELOCATE BOLLARD EA 8750.00$ 6,000.00$ 940.00$ 7,520.00$ 1,286.00$ 10,288.00$ 2,100.00$ 16,800.00$ 1,021.46$ 8,171.68$ 275.00$ 2,200.00$ 125.00$ 1,000.00$ 600.00$ 4,800.00$ 93,155.00$ 109,603.00$ 208,773.00$ 144,050.00$ 130,014.35$ 206,510.68$ 99,640.00$ 115,135.00$ 1,101,179.50$ 1,248,159.00$ 1,315,805.00$ 1,367,350.00$ 1,481,506.14$ 1,577,785.57$ 1,190,215.00$ 922,822.50$ *Minor irregularities*Staff has allocated $85,000.00 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 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.Quality Enterprises USA, Inc.RJ Engineering Construction Corp ENGINEERImmokalee Sidewalks Phase IIIConstruction ITB 24-8233BID TABULATIONTOTAL BID AMOUNT:DRAINAGE SUB-TOTAL:Marquee Development, Inc.YesYesYesFlorida Boys Site Development, Inc.Bonness, Inc.Andrew Sitework, LLC Coastal Concrete Products, LLCROADWAY SUB-TOTAL:YesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesRJ Engineering Construction CorpYesYesYesYesYesYesYesYesYesNoNoYesYesNoNo NoYesYesYesYesNoYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYes Addendums (4) E-VerifyW-9Grants Package SunBiz License Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5)YesYes/NoYes*YesYesYesYesYesYesYesYesYesBonness, Inc.Yes/NoYesYesYesYesCoastal Concrete Products, LLCYesYesYesYesYesYesYesYesYesYesYesYes/NoYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesQuality Enterprises USA, Inc. Yes/NoFlorida Boys Site Development, Inc.YesYesYesYesYesYesNON-RESPONSIVEMarquee Development, Inc.Yes/NoAndrew Sitework, LLCYes/NoYes/NoYesOpened By: Rita IglesiasWitnessed By: Matthew WebsterDate: 9/17/2024 3:00 PM1 of 1Page 5190 of 5277
Page 5191 of 5277
November 5, 2024
Procurement Strategist
Collier County Procurement Services Division
3295 Tamiami Trail East
Naples, FL 34112-5361
Re: Design Entity’s Letter of Recommended Award (“DELORA”)
Solicitation #24-8233, Immokalee Sidewalks Phase 3
Dear Procurement Strategist:
Bids were received for the above-referenced project by Collier County on September 3, 2024. LJA
Engineering, Inc. (“Engineer of Record” or “EOR”) has completed our review of Collier County’s
analysis of the quotes received for this project, and we are pleased to provide the following award
recommendation.
The project consists of constructing concrete sidewalks along both sides of West Eustis Avenue
from South 5th Street to South 1st Street and along both sides of West Delaware Avenue from South
5th Street to 1st Street within the Immokalee Community Redevlopment Area (CRA). The total
length of sidewalk is approximately 5,000 LF (length of each road is approximately 1,250 LF).
Minor drainage and utility work is required to accommodate the new sidewalks.
The following seven contractors submitted bids for consideration:
· Andrew Sitework, LLC
· Bonness, Inc.
· Coastal Concrete Products, LLC
· Florida Boys Site Development, Inc.
· Marquee Development, Inc.
· Quality Enterprises USA, Inc.
· RJ Engineering Construction Corp.
Based on the bid tabulation provided by Collier County Procurement Services, the apparent low
bidder was Marquee Development, Inc., with a bid of $1,101,179.50, which is approximately 9%
higher than the original Engineer’s Opinion of Probable Coast (OPC) of $1,007,822.50. The EOPC
was prepared nearly two years ago on 09-08-2022. If an inflation rate of 3.5% was applied for two
years, the EOPC would be nearly identical to the apparent low bid.
Page 5192 of 5277
References were provided by Marquee Development, Inc. for five projects, and the Vendor
Reference Check Logs which were completed by four of the five references. The fifth reference,
Anjanna Swann, was not willing to provide LJA with a reference, she would only speak to the
Collier County Project Manager. Yvonne Blair spoke with Ms. Swann on October 30th, 2024, and
provided an e-mail summary of their conversation which is attached to the Reference Check Log.
While there were some concerns in her reference regarding his paperwork, those issues are not
disqualifying.
LJA Engineering, Inc. has worked with Marquee Development, Inc. on a previous project, The
Immokalee Sidewalk Improvement project for the Immokalee CRA which was completed in the
spring of 2018, and it appears that it is a qualified firm to conduct the requested work. We, as the
Engineer of Record, therefore, recommend that Marquee Development, Inc., be awarded the
contract for the Immokalee Sidewalks Phase 3 project in the amount of $1,101,179.50.
Should there be any questions, please feel free to contact our office.
Sincerely,
LJA ENGINEERING, INC.
Edward F. “Ted” Tryka, III, P.E.
Vice President, Transportation
EFT/lat
Attachments
Page 5193 of 5277
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8233 Reference Check by: Edward F. Tryka III, P.E.
Solicitation Title: Immokalee Sidewalks Phase 3 Date: 10/2/2024
Bidder’s Name: Marquee Development, Inc. Phone: 239-597-3111
Design Entity: LJA Engineering, Inc.
REFERENCED PROJECT:
Project Name:
Immokalee Sidewalk
Improvement
Project
Location: Immokalee, FL
Project
Description: Sidewalk/Driveway Construction and Stormwater Drainage (CD 16-08 #546)
Completion Date: August 2018
Contract
Value: $685,000.00
Project
Owner/Title: Collier County-Immokalee CRA
Owner’s Address:
750 S. 5th St,
Immokalee, FL Phone: 239-285-7647
Owner’s Contact
Person:
Christie Betancourt,
Assistant Director E-Mail:Christie.betancourt@colliercountyfl.gov
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:
The project was completed timely and within budget. Vendor demonstrated adherence to the agreed timeline.
The submittal and review process was performed very efficiently. Vendor submitted all required documents on
time. The vendor was proactive in addressing requested changes.
The construction process was performed satisfactorily. The vendor delivered work that met project
specifications. The vendor maintained clear communication with all stakeholders and coordinated efficiently with
other teams on-site.
The process ran smoothly overall. The vendor maintained effective coordination with all stakeholders, including managing an
unforeseen utility conflict with IWSD. There was one change order for an extension of time due to effects of Hurricane Irma
and utility conflicts. The vendor communicated these issues promptly, and the extension was managed without significant
disruption to the project's progress.
The contract closeout process was performed satisfactorily. All closeout documents were submitted on time.
The vendor completed final inspection and obtained the necessary approvals without issue. Overall, the
vendor handled the closeout process efficiently and professionally.
No warranty issues have arisen since the closeout.
Grant project was completed and national objective was achieved. Construction portion was completed under
budget.
Page 5194 of 5277
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8233 Reference Check by: Edward F. Tryka III, P.E.
Solicitation Title: Immokalee Sidewalks Phase 3 Date: 10/2/2024
Bidder’s Name: Marquee Development, Inc. Phone: 239-597-3111
Design Entity: LJA Engineering, Inc.
REFERENCED PROJECT:
Project Name: Powell Rd Sidewalk
Project
Location: Spring Hill, FL
Project Description: Sidewalk Construction and Minor Drainage
Completion Date: January 2019 Contract Value: $708,730.00
Project Owner/Title: Hernando County BOCC
Owner’s Address:
15470 Flight Path Dr,
Brooksville, FL 34604 Phone: 352-754-4725
Owner’s Contact
Person:
Lillian Hoyt-Project
Coordinator E-Mail:lhoyt@hernandocounty.us
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, changes were addressed and coordinated between CEI, Contractor and Project Manager
Partially, work and pay applications were satisfactory. However, Marquee Development was a DBE contractor
and the project was federally funded with EEO compliance requirements. There were delays in the required
reporting.
No.
Page 5195 of 5277
Page 5196 of 5277
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8233 Reference Check by: Edward F. Tryka III, P.E.
Solicitation Title: Immokalee Sidewalks Phase 3 Date: 10/2/2024
Bidder’s Name: Marquee Development, Inc. Phone: 239-597-3111
Design Entity: LJA Engineering, Inc.
REFERENCED PROJECT:
Project Name:
Port Charlotte Blvd
Multi-Use Pathway
Project
Location: Port Charlotte, FL
Project
Description: Sidewalk/Driveway Construction and Stormwater Drainage
Completion Date: June 2022
Contract
Value: $915,000.00
Project
Owner/Title: Charlotte County BOCC
Owner’s Address:
18500 Murdock Cir,
Port Charlotte, FL
33948 Phone: 941-575-3685
Owner’s Contact
Person:
Raymond Slade-Project
Manager E-Mail: Raymond.slade@charlottecountyfl.gov
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 the project was completed on time
yes
Yes
Yes
No warrenty issues
Yes
Had to be reminded to perform work according to the countys spefications and MOT policy (working in roadway without flaggers)
Page 5197 of 5277
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 24-8233 Reference Check by: Edward F. Tryka III, P.E.
Solicitation Title: Immokalee Sidewalks Phase 3 Date: 10/2/2024
Bidder’s Name: Marquee Development, Inc. Phone: 239-597-3111
Design Entity: LJA Engineering, Inc.
REFERENCED PROJECT:
Project Name:
Mort Elementary School
Sidewalk
Project
Location: Tampa, FL
Project Description: Sidewalk and Stormwater Construction
Completion Date: December 2021
Contract
Value: $670,200.00
Project
Owner/Title: Hillsborough County BOCC
Owner’s Address:
601 E. Kennedy Blvd.,
Tampa, FL 33602 Phone: 813-345-6458
Owner’s Contact
Person:
Anjanna Swann-Project
Manager E-Mail: swanna@hillsboroughcounty.org
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:
The reference would not provide LJA answers to these questions.
She would rather speak to the Collier County Project Manager. Yvonne Blair spoke
to Ms. Swann on October 30th, 2024. The following page is an e-mail from Yvonne
that summarizes their conversation.
N/A - See Item 7.
N/A - See Item 7.
N/A - See Item 7.
N/A - See Item 7.
N/A - See Item 7.
N/A - See Item 7.
Page 5198 of 5277
Mort Elementary School Sidewalk Project Vendor Reference Check Log
Summary of Oral Reference by and between Anjanna Swann, Project
Manager of Hillsborough County BOCC and Yvonne Blair, Project Manager
of Immokalee CRA on October 30, 2024
From: Yvonne Blair <Yvonne.Blair@colliercountyfl.gov>
Sent: Thursday, October 31, 2024 3:49 PM
To: Rita Iglesias <Rita.Iglesias@colliercountyfl.gov>
Cc: Christie Betancourt <Christie.Betancourt@colliercountyfl.gov>
Subject: FW: DELORA request for 24-8233 Immokalee Sidewalk Phase 3
Importance: High
Hi Rita,
With respect to the above referenced matter, you had requested that I reach out for a reference on
the Mort Elementary School Sidewalk Project so you may continue with NORA activities. Please
note that the referring agency did not want to provide a written response. I spoke with Anjanna
Swann, Project Manager of Hillsborough County (813.345.6458), on October 30, 2024 and below is
a summary of our conversation:
Ms. Swann said the Marquee Owner is a very nice individual. It was a FDOT project with detailed
requirements (e.g. Davis Bacon Act). The paperwork side needed improvement, but the work was
satisfactory. When it came to billing-closeout, they had to do it for him. He was forgetful and they
had to step in on the documentation. There was a challenge on the paperwork side, but he
managed the day-to-day side very well.
Ms. Swann said the Owner was nice to work with, respectful, and needed additional
resources. She expressed that she had concerns of how he paid his staff saying, “How does he
front the cash with delays on his submittals?”. Ms. Swann indicated on a work basis; he performed
well. He lacked a lot or organization and struggled. He would try, but not always provide the
documentation. They had to chase him for it. Ms. Swann said to not penalize him on
paperwork. The project was in 2021 with opportunities for improvement likely.
Yvonne Blair
Project Manager I
Community Redevelopment Area
Office:239-867-0026
Mobile:239-269-6958
750 S 5th St, Suite C
Page 5199 of 5277
Immokalee, Florida 34142
Yvonne.Blair@colliercountyfl.gov
How are we Doing? Please CLICK HERE to fill out our Custom Survey. We appreciate your feedback!
Yvonne Blair
Project Manager I
Community Redevelopment Area
Office:239-867-0026
Mobile:239-269-6958
750 S 5th St, Suite C
Immokalee, Florida 34142
Yvonne.Blair@colliercountyfl.gov
How are we Doing? Please CLICK HERE to fill out our Custom Survey. We appreciate your feedback!
From: Rita Iglesias <Rita.Iglesias@colliercountyfl.gov>
Sent: Tuesday, October 22, 2024 12:02 PM
To: Yvonne Blair <Yvonne.Blair@colliercountyfl.gov>
Subject: RE: DELORA request for 24-8233 Immokalee Sidewalk Phase 3
Yvonne,
I reviewed this with Sarah. If you could please contact the reference for project: Mort
Elementary School Sidewalk and complete the reference log then resubmit that last reference.
Once we have that we can continue with NORA.
Page 5200 of 5277
Rita Iglesias
Procurement Strategist I
Procurement Services
Office:239-252-1033
Rita.Iglesias@colliercountyfl.gov
Procurement Service's Customer JIRA Portal
Page 5201 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 5202 of 5277
Page 5203 of 5277
Page 5204 of 5277
Page 5205 of 5277
Page 5206 of 5277
Page 5207 of 5277
Page 5208 of 5277