Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 05/13/2025 Item #16F 3 (Award Invitation to Bid No. 25-8329, “Marco Island Tax Collector’s Office Replacement,” to Vantage Construction Services, LLC,)
5/13/2025 Item # 16.F.3 ID# 2025-1261 Executive Summary Recommendation to award Invitation to Bid No. 25-8329, “Marco Island Tax Collector’s Office Replacement,” to Vantage Construction Services, LLC, in the amount of $2,509,193, approve an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To award an Agreement to construct the Marco Island Tax Collector’s Office Replacement. CONSIDERATIONS: The Marco Island Tax Collector’s Office Replacement project includes the demolition of the existing Marco Island office of the Collier County Tax Collector at 1040 Winterberry Drive as well as the construction of a new +/- 2,800 square foot office building on the same site. The building was severely impacted by Hurricane Ian’s storm surge and was ultimately damaged beyond repair. Collier County Tax Collector staff have been temporarily relocated to a leased space at 650 E. Elkam Circle in Marco Island to serve the residents of Marco Island until the new building is constructed. On December 13, 2024, the Procurement Services Division posted Invitation to Bid No. 25-8329, Marco Island Tax Collector’s Office Replacement. The County received seven bids by the February 3, 2025, bid deadline as shown in the below table. Company Name City County ST Bid Amount Responsive/ Responsible Vantage Construction Services, LLC Cape Coral Lee FL $2,509,193.00 Yes/Yes Rycon Construction, Inc Fort Myers Lee FL $2,779,416.75 Yes/Yes Waltbillig & Hood General Contractors Naples Collier FL $2,863,872.00 Yes/Yes OneSource Construction Company Fort Myers Lee FL $3,179,000.00 Yes/Yes Persons Services Corp. Mobile Mobile AL $3,204,978.04 Yes/Yes Panzica Construction Company Bonita Springs Lee FL $3,386,202.55 Yes/Yes Rankel Stillwagon Contracting LLC New Port Richey Pasco FL $3,130,576.00 No/Yes Six bids were determined responsive and responsible, with one bid (Rankel Stillwagon Contracting LLC) found to be non-responsive. Staff determined that Vantage Construction Services, LLC is the lowest, responsive and responsible bidder, with the low bid amount of $2,509,193.00. In addition to the bid amount, staff has allocated $100,000 as an Owner’s Allowance to address potential unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the allowance will be only as directed by the County. The Architect of Record, PK Studios, evaluated Vantage’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 Vantage Construction Services, LLC, the lowest responsive and responsible bidder for a total contract amount of $2,509,193.00, with an Owners Allowance of $100,000.00. This item is consistent with the Infrastructure, Asset Management, and Quality of Place elements of the Collier County Strategic Plan. FISCAL IMPACT: Funds are available within the Hurricane Ian Project No. 50280.9.2 in the Fund (1813). Partial Page 2786 of 5243 5/13/2025 Item # 16.F.3 ID# 2025-1261 FEMA reimbursement is anticipated less any insurance proceeds. 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. 25-8329, “Marco Island Tax Collector’s Office Replacement,” to Vantage Construction Services, LLC, in the amount of $2,509,193, approve an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached Agreement. PREPARED BY: Michael Levy, Project Manager II, Facilities Management ATTACHMENTS: 1. Insurance Requirements Coversheet (19) (2) 2. 25-8329_VS_Vantage Construction 3. 25-8329 - DELORA 3.4.2025 4. 25-8329 - Bid Tabulation Final 5. 25-8329 - NORA Signed Page 2787 of 5243 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 2788 of 5243 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 3/26/2025 (800) 845-8437 10178 Vantage Construction Services Llc 1309 Cape Coral Parkway E Cape Coral, FL 33904 10844 A 1,000,000 X X GL10008230802 1/25/2025 6/12/2025 100,000 5,000 1,000,000 2,000,000 2,000,000 PD Ded:10,000 1,000,000A X X CA10008231002 1/25/2025 6/12/2025 2,000,000A X X UMB10008231102 1/25/2025 6/12/2025 2,000,000 B X WCP109174501 6/12/2024 6/12/2025 1,000,000 Y 1,000,000 1,000,000 RE: For any and all work performed on behalf of Collier County Certificate Holder(s) are included as Additional Insured with respects to General Liability only as required by written contract with Ongoing and Completed Operations per form CGL084, On a Primary Non-Contributory basis per form CG2001 and Waiver of Subrogation per form CGL088. Blanket Waiver of Subrogation for Workers Compensation is included per form WC000313 where required by written contract. Excess follows form to General Liability, Auto Liability and Workers Compensation. Collier County Board of Commissioners, OR Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are included as additional insureds when required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 VANTCON-02 SJASSO Acrisure Southeast Partners Insurance Services, LLC 1317 Citizens Blvd Leesburg, FL 34748 FCCI Insurance Company Builders Mutual Insurance Company X X X X X X X X Page 2789 of 5243 Page 2790 of 5243 Page 2791 of 5243 Page 2792 of 5243 Page 2793 of 5243 Page 2794 of 5243 Page 2795 of 5243 Page 2796 of 5243 Page 2797 of 5243 Page 2798 of 5243 Page 2799 of 5243 Page 2800 of 5243 Page 2801 of 5243 Page 2802 of 5243 Page 2803 of 5243 Page 2804 of 5243 Page 2805 of 5243 Page 2806 of 5243 Page 2807 of 5243 Page 2808 of 5243 Page 2809 of 5243 Page 2810 of 5243 Page 2811 of 5243 Page 2812 of 5243 Page 2813 of 5243 Page 2814 of 5243 Page 2815 of 5243 Page 2816 of 5243 Page 2817 of 5243 Page 2818 of 5243 Page 2819 of 5243 Page 2820 of 5243 Page 2821 of 5243 Page 2822 of 5243 Page 2823 of 5243 Page 2824 of 5243 Page 2825 of 5243 Page 2826 of 5243 Page 2827 of 5243 Page 2828 of 5243 Page 2829 of 5243 Page 2830 of 5243 Page 2831 of 5243 Page 2832 of 5243 Page 2833 of 5243 Page 2834 of 5243 Page 2835 of 5243 Page 2836 of 5243 Page 2837 of 5243 Page 2838 of 5243 Page 2839 of 5243 Page 2840 of 5243 Page 2841 of 5243 Page 2842 of 5243 Page 2843 of 5243 Page 2844 of 5243 Page 2845 of 5243 Page 2846 of 5243 Page 2847 of 5243 Page 2848 of 5243 Page 2849 of 5243 Page 2850 of 5243 Page 2851 of 5243 Page 2852 of 5243 Page 2853 of 5243 Page 2854 of 5243 Page 2855 of 5243 Page 2856 of 5243 Page 2857 of 5243 Page 2858 of 5243 Page 2859 of 5243 Page 2860 of 5243 Page 2861 of 5243 Page 2862 of 5243 Page 2863 of 5243 Page 2864 of 5243 Page 2865 of 5243 Page 2866 of 5243 Page 2867 of 5243 Page 2868 of 5243 Page 2869 of 5243 Page 2870 of 5243 Page 2871 of 5243 Page 2872 of 5243 Page 2873 of 5243 Page 2874 of 5243 Page 2875 of 5243 Page 2876 of 5243 Page 2877 of 5243 Page 2878 of 5243 Page 2879 of 5243 Page 2880 of 5243 Page 2881 of 5243 Page 2882 of 5243 Page 2883 of 5243 Page 2884 of 5243 Page 2885 of 5243 Page 2886 of 5243 Page 2887 of 5243 Page 2888 of 5243 Page 2889 of 5243 Page 2890 of 5243 Page 2891 of 5243 Page 2892 of 5243 Page 2893 of 5243 Page 2894 of 5243 Page 2895 of 5243 Page 2896 of 5243 Page 2897 of 5243 Page 2898 of 5243 Page 2899 of 5243 Page 2900 of 5243 Page 2901 of 5243 Page 2902 of 5243 Page 2903 of 5243 Page 2904 of 5243 Page 2905 of 5243 Page 2906 of 5243 Page 2907 of 5243 Page 2908 of 5243 Page 2909 of 5243 Page 2910 of 5243 Page 2911 of 5243 Page 2912 of 5243 Page 2913 of 5243 Page 2914 of 5243 Page 2915 of 5243 Page 2916 of 5243 Page 2917 of 5243 Page 2918 of 5243 Page 2919 of 5243 Page 2920 of 5243 Page 2921 of 5243 Page 2922 of 5243 Page 2923 of 5243 Page 2924 of 5243 Page 2925 of 5243 Page 2926 of 5243 Page 2927 of 5243 Page 2928 of 5243 Page 2929 of 5243 Page 2930 of 5243 Page 2931 of 5243 Page 2932 of 5243 PK STUDIOS, INC 15920 Old 41, Suite 330 | Naples, Florida 34110 | 239.434.5800 www.pkstudios.com REG: AR94785 Rita Iglesias Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 March 3, 2025 RE: Design Entity Letter of Recommended Award Solicitation No. 25-8329 Marco Island Tax Collector’s Office Replacement Dear Rita, Bids were received for the above-referenced project by Collier County on February 3, 2025. PK Studios, as the Architect of Record (AOR), has completed our review of the bids submitted by the various bidders, and we are pleased to provide the following award recommendation. The scope of the Marco Island Tax Collector’s Office Replacement project includes the construction of a replacement building for the Tax Collector offices on an existing site. The award criteria for the project was the Lowest Base Bid plus Selected Alternates. Collier County Procurement’s review of the bid tabulations indicates that the low bidder is Vantage Construction Services LLC with a base bid of $2,454,068.00 and add alternate amount of $55,125.00. The bid is approximately 29% higher than the Architect’s Opinion of Probable Construction Cost (OPC) total amount of $1,945,369.43. Ongoing material and labor cost increases and the remote nature of work on Marco Island likely contributed to the overage. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Vantage Construction provided positive feedback on their work, and the AOR determined that the references were of relevant experience with similar projects to demonstrate the required successful experience to complete this project. Vantage Construction Services is a Limited Liability Company formed in 2014 in the State of Florida, and has been authorized to transact business in the State of Florida. Vantage Construction is registered with the Florida Department of Business and Professional Regulation as a Certified General Contractor since 2020, and registrations are current and active. Page 2933 of 5243 Solicitation No. 25-8329 Marco Island Tax Collector’s Office Replacement - 2 - www.pkstudios.com Based on the favorable performance reviews provided on the Vendor Reference Logs and its licensing, it appears that Vantage Construction Services is a qualified firm to conduct the requested work. Based on the above information, PK Studios recommends Vantage Construction Services be awarded the Marco Island Tax Collector’s Office Replacement project in the amount of $2,509,193.00. Should there be any questions, please feel free to contact our office. Sincerely, Wojciech Peter Kulicki President & COO PK Studios, Inc. Page 2934 of 5243 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8329 Reference Check by: Wojciech Peter Kulicki Solicitation Title: Marco Island Tax Collector’s Office Replacement Date: 02/19/2025 Bidder’s Name: Vantage Construction Services, LLC Phone: N/A (not listed) Design Entity: PK Studios, Inc. REFERENCED PROJECT: Project Name: Lehigh Acres Lee Tran Park and Ride Facility Project Location: 1121 Village Lakes Blvd. Lehigh Acres FL 33972 Project Description: New Lee Tran Bus Station Completion Date: 4/20/2025 Contract Value: $4,455,705.03 Project Owner/Title: Lee County Board of Commissioners, Lee County Florida Owner’s Address: PO Box 398, Fort Myers FL 33902 Phone: 239-822-9319 Owner’s Contact Person: Carey Jenkins, Project Manager E-Mail: cjenkins@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, a few BAA compliant items had to be addressed. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) It is in process and going smoothly. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No issues to date. 7. Additional comments: Vantage has been a great partner through this project, and I look forward to working with them again. Page 2935 of 5243 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8329 Reference Check by: Wojciech Peter Kulicki Solicitation Title: Marco Island Tax Collector’s Office Replacement Date: 02/19/2025 Bidder’s Name: Vantage Construction Services, LLC Phone: N/A (not listed) Design Entity: PK Studios, Inc. REFERENCED PROJECT: Project Name: Cabinet Genie’s Project Location: 815 SE 47th Terr. Cape Coral FL 33904 Project Description: New construction of an 8,417 sf office/warehouse building for Cabinet Genie’s Completion Date: 10/4/2021 Contract Value: $1,192,492.88 Project Owner/Title: Cabinet Genie’s Inc. Owner’s Address: 1114 Cape Coral Pkwy E, Unit A; Cape Coral FL 34990 Phone: 239-789-5799 Owner’s Contact Person: Jordan Gaubeart, Owner E-Mail: jordangaubeart@cabinetgenies.com 1. Was project completed timely and within budget? (If not, provide detail) Yes. Vantage completed on time and within budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes. Vantage was at every meeting with the city, and walked us through the entire process professionally and with 100% care. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes. Vantage did a fantastic job. We couldn’t ask for any better. 4. Did the process run smoothly? Were there any changes? Describe below. Yes, process was smooth, only complications were due to us and a plethora of change orders. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, close out was performed to satisfaction. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Only issues we had was some water leaks from roof, but mainly due to our complicated roofing structure, but all fixes were resolved to satisfaction. 7. Additional comments: Vantage Construction was a great partner in our building process. They worked around a less than ideal architect, and brought our vision to life, on time, within budget, and most of all were incredibly pleasant to work with. I highly recommend them for any commercial construction project. Page 2936 of 5243 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8329 Reference Check by: Wojciech Peter Kulicki Solicitation Title: Marco Island Tax Collector’s Office Replacement Date: 02/19/2025 Bidder’s Name: Vantage Construction Services, LLC Phone: N/A (not listed) Design Entity: PK Studios, Inc. REFERENCED PROJECT: Project Name: North Law Offices Project Location: 5220 Summerlin Commons Blvd. Fort Myers FL 33907 Project Description: Interior buildout of the 3rd floor space Completion Date: 03/21/2024 Contract Value: $1,059,139.00 Project Owner/Title: Joseph North, North Law Firm Owner’s Address: 14241 Metro Pkwy #200 Fort Myers, FL 33912 Phone: 239-337-1191 Owner’s Contact Person: Joseph North, Owner/Pres. E-Mail: Jrobertnorth@thenorthlawfirm.org 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, the process ran smoothly. 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 warranty issues. 7. Additional comments: N/A Page 2937 of 5243 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8329 Reference Check by: Wojciech Peter Kulicki Solicitation Title: Marco Island Tax Collector’s Office Replacement Date: 02/19/2025 Bidder’s Name: Vantage Construction Services, LLC Phone: N/A (not listed) Design Entity: PK Studios, Inc. REFERENCED PROJECT: Project Name: Transportation East New Dispatch Center Project Location: 3921 Buckingham Rd. Fort Myers, FL 33905 Project Description: Install new metal building for their Transportation Dispatch Unit Completion Date: 07/01/2022 Contract Value: $1,354,808 Project Owner/Title: The School Bord of Lee County, Florida Owner’s Address: 3308 Canal Street, Fort Myers FL 33916 Phone: 239-888-7459 Owner’s Contact Person: Matthew Burbach, PM E-Mail: MatthewBu@LeeSchools.net 1. Was project completed timely and within budget? (If not, provide detail) Yes, the project was completed in a timely manner and under budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, the submittal process was smooth. CM BO Architect and I worked well together. 3. Was the construction process performed satisfactorily? (If not, provide detail) The Construction process went great, Vantage had a great team on the project. 4. Did the process run smoothly? Were there any changes? Describe below. Yes, the project ran smoothly. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, they got us all needed documents very easily. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No, nothing at all. 7. Additional comments: Vantage is a great company to work with. I look forward to doing another project with them. Page 2938 of 5243 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8329 Reference Check by: Wojciech Peter Kulicki Solicitation Title: Marco Island Tax Collector’s Office Replacement Date: 02/19/2025 Bidder’s Name: Vantage Construction Services, LLC Phone: N/A (not listed) Design Entity: PK Studios, Inc. REFERENCED PROJECT: Project Name: The Landings Yacht Golf & Tennis Club Wheelhouse Grille Restaurant Project Location: 5200 S. Landings Dr. Fort Myers, FL 33919 Project Description: Renovation of existing interior and exterior space Completion Date: 12/26/2024 Contract Value: $1,192,492.88 Project Owner/Title: Landings Yacht Golf & Tennis Club Inc. Owner’s Address: 4420 Flagship Dr. Fort Myers FL 33919 Phone: 239-944-0086 Owner’s Contact Person: Tim Miller, Hospitality Architects E-Mail: Tmiller@hospitalityarch.com 1. Was project completed timely and within budget? (If not, provide detail) Yes, it was even with another Hurricane that occurred. The Superintendent and a tradesman kept working. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) As an architect in FL and 12 other states yes it was. I participated in every one of them. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, it was carried out as per the plans by GMA Architects of Ft. Myers. 4. Did the process run smoothly? Were there any changes? Describe below. The process did run smoothly, the only change orders were what we as the owners wanted to add. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, the As Builts and Warranties were provided timely as required/ 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? None at this time. 7. Additional comments: We will be hiring Vantage again very soon for another small project. Page 2939 of 5243 Project Manager: Michael Levy Procurement Strategist: Rita IglesiasMarco Island Tax Collector's Office ReplacementConstruction ITB No. 25-8329Bid TabulationNotifications Sent: 2,593Viewed: 2,091Bids Received: 7NON‐RESPONSIVEVantage Construction Services, LLCRycon Construction, Inc. Waltbillig & Hood General Contractors, LLCPersons Services Corp. OneSource Construction Company & Builders, Inc.Panzica Construction Co.Rankel Stillwagon Contracting LLC ENGINEER ESTIMATEItem No. Scope Description Unit Qty Total Total Total Total Total Total Total TotalDivision 1General Requirements LS 1 348,991.00$ 546,127.99$ 735,369.00$ 718,083.00$ 258,000.00$ 727,103.00$ 887,381.00$ 340,575.39$ Division 2Demolition/Existing Conditions LS 1 75,804.00$ 485,006.04$ 54,911.00$ 432,664.00$ 48,000.00$ 42,760.00$ 46,144.00$ 64,350.00$ Division 3Concrete LS 1 211,325.00$ 167,501.03$ 268,169.00$ 151,440.00$ 195,000.00$ 181,293.00$ 151,554.00$ 130,396.01$ Division 4Masonry LS 1 26,394.00$ 58,096.21$ 8,010.00$ 98,070.00$ 122,000.00$ 176,000.00$ 97,956.00$ 78,716.66$ Division 5Metals LS 1 146,136.00$ 121,832.26$ 125,856.00$ 154,916.00$ 95,000.00$ 179,822.00$ 112,475.00$ 82,007.64$ Division 6Woods, Plastics, and Composites LS 1 117,700.00$ 113,120.00$ 88,490.00$ 78,991.00$ 85,000.00$ 45,000.00$ 99,558.00$ 111,746.70$ Division 7Thermal and Moisture Protection LS 1 112,457.00$ 178,772.02$ 136,367.00$ 184,692.00$ 295,000.00$ 123,055.00$ 177,573.00$ 142,276.10$ Division 8Openings LS 1 190,246.00$ 122,148.71$ 137,678.00$ 147,568.00$ 177,000.00$ 115,365.00$ 112,775.00$ 113,908.86$ Division 9Finishes LS 1 177,428.00$ 185,304.70$ 208,414.00$ 196,430.00$ 348,000.00$ 181,645.00$ 189,194.00$ 161,274.44$ Division 10Specialties LS 1 74,657.00$ 73,972.91$ 49,504.00$ 57,403.00$ 20,000.00$ 30,010.00$ 49,891.00$ 35,158.50$ Division 11Equpiment LS 1 30,495.00$ 2,424.00$ 4,406.00$ 2,500.00$ 7,000.00$ 53,223.05$ 25,000.00$ 4,095.00$ Division 21Fire Suppression LS 1 35,914.00$ 14,645.00$ 14,500.00$ 105,191.00$ 29,000.00$ 69,350.00$ 26,117.00$ 18,043.74$ Division 22Plumbing LS 1 81,502.00$ 65,962.70$ 47,500.00$ 65,131.00$ 76,000.00$ 65,131.00$ 65,131.00$ 65,613.60$ Division 23HVAC LS 1 191,738.00$ 115,669.86$ 149,773.00$ 173,057.00$ 197,000.00$ 179,194.00$ 227,500.00$ 98,420.40$ Division 26Electrical LS 1 321,107.00$ 281,785.96$ 276,130.00$ 394,240.00$ 298,000.00$ 324,178.00$ 336,775.00$ 114,823.80$ Division 27Communications LS 1 41,784.00$ 117,857.00$ 81,662.00$ 113,263.00$ 24,000.00$ 11,826.00$ 69,612.00$ 34,447.14$ Division 32Exterior Improvements LS 1 270,390.00$ 75,589.66$ 474,446.00$ 67,641.00$ 897,000.00$ 817,722.50$ 451,663.00$ 345,015.45$ 2,454,068.00$ 2,725,816.05$ 2,861,185.00$ 3,141,280.00$ 3,171,000.00$ 3,322,677.55$ 3,126,299.00$ 1,940,869.43$ *'Total' miscalculation error Item No. Scope Description Unit Qty Total Total Total Total Total Total Total Total1.0Provide independent camera system connected to the Tax Collector IT systems as detailed on Sheet E3‐1LS 1 55,125.00$ 53,600.70$ 2,687.00$ 63,698.04$ 8,000.00$ 63,525.00$ 4,277.00$ 4,500.00$ 55,125.00$ 53,600.70$ 2,687.00$ 63,698.04$ 8,000.00$ 63,525.00$ 4,277.00$ 4,500.00$ 2,509,193.00$ 2,779,416.75$ 2,863,872.00$ 3,204,978.04$ 3,179,000.00$ 3,386,202.55$ 3,130,576.00$ 1,945,369.43$ Vantage Construction Services, LLC Rycon Construction, Inc. Waltbillig & Hood General Contractors. LLC Persons Services Corp. OneSource Construction Company & Builders, Inc. Panzica Construction Co. Rankel Stillwagon Contracting LLC Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/NoYes *Yes Yes Yes Yes Yes YesYes Yes Yes *Yes Yes Yes YesYes Yes Yes Yes Yes Yes *YesYes Yes Yes *Yes Yes Yes *YesYes Yes Yes *Yes Yes Yes *YesYes Yes *Yes *Yes Yes Yes *YesYes Yes Yes *Yes Yes Yes *YesYes Yes Yes Yes Yes Yes NoYes Yes Yes Yes Yes Yes No*Yes Yes Yes *Yes Yes Yes *YesYes Yes Yes *Yes Yes Yes *Yes*Yes Yes Yes *Yes Yes Yes *YesYes Yes Yes Yes Yes Yes No*No *No *Yes No Yes Yes NoYes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes*Yes *Yes Yes *Yes *Yes *Yes NoOpened By: Rita IglesiasWitnessed By: Matthew WebsterDate: 2/3/2025 3:00 PM EST Construction ITB No. 25‐8329Marco Island Tax Collector's Office ReplacementBID TABULATIONPROJECT ADDRESS: 1040 Winterberry Dr, Marco Island, FL 34145AWARD CRITERIA: Lowest Base Bid Plus Selected Alternates Conflict of Interest Affidavit (Form 9) Statement of Experience of Bidder (Form 5) Bid Response Form (Form 1) Vendor Declaration Statement (Form 10) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Trench Safety Act Acknowledgement (Form 6) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Contractors Key Personnel Assigned to Project ‐ (Form 2) SunBiz (FL GC as well as Subcontractors) LicenseW‐9 Immigration Affidavit Certification (Form 11) Addendums (6)Grants E‐Verify Bid ScheduleStaff has allocated $100,000.00 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 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.Total Base BidTotal Add/Deduct AlternatesTotal Base Bid + All Add/Deduct AlternatesAdd (+) / Deduct (‐) Alternates Opened By: Rita IglesiasWitnessed By: Matthew Webster Date: 2/3/2025 3:00 PM EST Page 2940 of 5243 Notice of Recommended Award Solicitation: 25-8329 Title: Marco Island Tax Collector’s Office Replacement Due Date and Time: February 3rd, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Base Bid Alternate Total Bid Amount Responsive/ Responsible Vantage Construction Services, LLC Cape Coral Lee FL $2,454,068.00 $55,125.00 $2,509,193.00 Yes/Yes Rycon Construction, Inc. Fort Myers Lee FL $2,725,816.05 $53,600.70 $2,779,416.75 Yes/Yes Waltbillig & Hood General Contractors Naples Collier FL $2,861,185.00 $2,687.00 $2,863,872.00 Yes/Yes Persons Services Corp. Mobile Mobile AL $3,141,280.00 $63,698.04 $3,204,978.04 Yes/Yes OneSource Construction Company Fort Myers Lee FL $3,171,000.00 $8,000.00 $3,179,000.00 Yes/Yes Panzica Construction Company Bonita Springs Lee FL $3,322,677.55 $63,525.00 $3,386,202.55 Yes/Yes Rankel Stillwagon Contracting LLC New Port Richey Pasco FL $3,126,299.00 $4,277.00 $3,130,576.00 No/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On December 13, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25- 8329, Marco Island Tax Collector’s Office Replacement, to two thousand five hundred and ninety-three (2,593) vendors. Two thousand and ninety-one (2,091) viewed the bid package, and the County received seven (7) bids by February 3, 2025, the submission deadline. Staff reviewed the bids received, and six (6) bidders were deemed responsive and responsible as shown above. Rankel Stillwagon Contracting LLC was deemed non-responsive for failing to submit the bid bond as required. Staff determined that Vantage Construction Services, LLC, is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Vantage Construction Services, LLC, the lowest responsive and responsible bidder, based on the award of the Total Base Bid + Alternate for a total of $2,509,193.00. In addition to the total bid amount, staff has allocated $100,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Docusign Envelope ID: 4C7383E4-0EEE-425A-AD05-4530513C8452 Page 2941 of 5243 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 4C7383E4-0EEE-425A-AD05-4530513C8452 3/4/2025 3/4/2025 3/4/2025 Page 2942 of 5243