Loading...
Agenda 10/14/2025 Item #16B 1 (ITB #24-8281 for the Immokalee City Sidewalks at various locations)10/14/2025 Item # 16.B.1 ID# 2025-2537 Executive Summary Recommendation to approve the award of Invitation to Bid (“ITB”) No. 24-8281, “Immokalee City Sidewalks at Various Locations (LAP),” to Coastal Concrete Products, LLC, d/b/a Coastal Site Development, in the amount of $435,172.25, approve an Owner’s Allowance of $50,000, and authorize the Chair to sign the attached Agreement. (Project 33902, Fund 1841). OBJECTIVE: Construct five-foot-wide sidewalks on South 9th St (Doak Ave to Eustis Ave), North 9th St (Immokalee Dr to Lake Trafford Rd), and Carson Rd (Eden Ave to Ginger Ln), with funding assistance from the Florida Department of Transportation (“FDOT”) Local Agency Program (“LAP”). CONSIDERATIONS: In October of 2019, Collier County submitted an application for funding of the Immokalee City Sidewalks project (the “Project”), which was added to FDOT’s Work Program in July of 2021. Collier County staff identified this Project as a necessary safety improvement. There are existing walking surfaces in very poor condition in the Project locations. This Project will replace the existing sidewalks with new five-foot-wide concrete sidewalks. FDOT is empowered to contract with other governmental (local) agencies to develop, design, and construct transportation facilities and to reimburse these governmental agencies for services provided to the traveling public. The FDOT LAP, administered at the FDOT district level, is used to complete a prioritized project from FDOT’s Five-Year Work Program. Collier County is LAP-certified and the Transportation Management Services Department staff will be responsible for the administration of the project’s construction phase. In-house staff will be responsible for federal and FDOT grant compliance. The estimated useful life of a concrete sidewalk is 30 years with minimal to no repair costs during that time. On March 28, 2025, the Procurement Services Division issued ITB No. 24-8281, seeking bids for the Immokalee City Sidewalks at Various Locations (LAP) project. The County received six bids by the May 12, 2025, submission deadline, as follows: Company Name City County State Base Bid Amount Responsive/ Responsible Coastal Concrete Products, LLC dba Coastal Site Development Naples Collier FL $435,172.25 Yes/Yes Andrew Sitework, LLC Fort Myers Lee FL $436,870.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $525,255.40 Yes/Yes Thomas Marine Construction, Inc. Fort Myers Lee FL $627,514.70 Yes/Yes Pavement Maintenance, LLC Fort Myers Lee FL $814,512.07 Yes/Yes LAS Contracting Corp. Tampa Hillsborough FL $474,682.00 No/Yes Kisinger Campo & Associates, the County’s project Engineer of Record (EOR), reviewed the bid submitted by the lowest bidder for the Project, Coastal Concrete Products, LLC (“Coastal”). Coastal’s bid amount of $435,172.25 is 14.3% lower than the County EOR’s $507,602.13 opinion of probable cost. The EOR contacted Coastal’s project references and found that Coastal had the required experience to complete the Project. Further, the EOR concluded that Coastal’s bid is a reasonable and responsive bid and recommended their selection for the Project. In addition, the County’s Procurement Services Division also concluded bidding was competitive and representative of market conditions. The bid tabulation, EOR’s letter of recommendation (DELORA), the Notice of Recommended Award (NORA), Award Memo, and the Agreement are attached for review. Page 2565 of 6526 10/14/2025 Item # 16.B.1 ID# 2025-2537 This item is consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: Funding in the amount of $485,172.25 is currently available within the Transportation Grant Fund (1841), Project 33902. The funding source for this project is grant funds from Federal Highway Administration (FHWA); whereby these grant dollars are passed through the FDOT via the LAP agreement. This grant does not require a match. GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel, Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. – CLD RECOMMENDATIONS: To approve the award of Invitation to Bid (“ITB”) “Immokalee City Sidewalks at Various Locations (LAP),” to Coastal Concrete Products, LLC, d/b/a Coastal Site Development, in the amount of $435,172.25, approve an Owner’s Allowance of $50,000, and authorize the Chair to sign the attached Agreement (Project 33902, Fund 1841). PREPARED BY: Prepared by: Katherine Chachere, Project Manager III (Lic.), Transportation Engineering Division ATTACHMENTS: 1. 24-8281 Coastal COI 2. 24-8281 Coastal Concrete VS 3. 24-8281 DELORA 4. 24-8281 NORA 5. 24-8281 Bid Tabulation Page 2566 of 6526 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 2567 of 6526 Page 2568 of 6526 Page 2569 of 6526 Page 2570 of 6526 Page 2571 of 6526 Page 2572 of 6526 Page 2573 of 6526 Page 2574 of 6526 Page 2575 of 6526 Page 2576 of 6526 Page 2577 of 6526 Page 2578 of 6526 Page 2579 of 6526 Page 2580 of 6526 Page 2581 of 6526 Page 2582 of 6526 Page 2583 of 6526 Page 2584 of 6526 Page 2585 of 6526 Page 2586 of 6526 Page 2587 of 6526 Page 2588 of 6526 Page 2589 of 6526 Page 2590 of 6526 Page 2591 of 6526 Page 2592 of 6526 Page 2593 of 6526 Page 2594 of 6526 Page 2595 of 6526 Page 2596 of 6526 Page 2597 of 6526 Page 2598 of 6526 Page 2599 of 6526 Page 2600 of 6526 Page 2601 of 6526 Page 2602 of 6526 Page 2603 of 6526 Page 2604 of 6526 Page 2605 of 6526 Page 2606 of 6526 Page 2607 of 6526 Page 2608 of 6526 Page 2609 of 6526 Page 2610 of 6526 Page 2611 of 6526 Page 2612 of 6526 Page 2613 of 6526 Page 2614 of 6526 Page 2615 of 6526 Page 2616 of 6526 Page 2617 of 6526 Page 2618 of 6526 Page 2619 of 6526 Page 2620 of 6526 Page 2621 of 6526 Page 2622 of 6526 Page 2623 of 6526 Page 2624 of 6526 Page 2625 of 6526 Page 2626 of 6526 Page 2627 of 6526 Page 2628 of 6526 Page 2629 of 6526 Page 2630 of 6526 Page 2631 of 6526 Page 2632 of 6526 Page 2633 of 6526 Page 2634 of 6526 Page 2635 of 6526 Page 2636 of 6526 Page 2637 of 6526 Page 2638 of 6526 Page 2639 of 6526 Page 2640 of 6526 Page 2641 of 6526 Page 2642 of 6526 Page 2643 of 6526 Page 2644 of 6526 Page 2645 of 6526 Page 2646 of 6526 Page 2647 of 6526 Page 2648 of 6526 Page 2649 of 6526 Page 2650 of 6526 Page 2651 of 6526 Page 2652 of 6526 Page 2653 of 6526 Page 2654 of 6526 Page 2655 of 6526 Page 2656 of 6526 Page 2657 of 6526 Page 2658 of 6526 Page 2659 of 6526 Page 2660 of 6526 Page 2661 of 6526 Page 2662 of 6526 Page 2663 of 6526 Page 2664 of 6526 Page 2665 of 6526 Page 2666 of 6526 Page 2667 of 6526 Page 2668 of 6526 Page 2669 of 6526 Page 2670 of 6526 Page 2671 of 6526 Page 2672 of 6526 Page 2673 of 6526 Page 2674 of 6526 Page 2675 of 6526 Page 2676 of 6526 Page 2677 of 6526 Page 2678 of 6526 Page 2679 of 6526 Page 2680 of 6526 Page 2681 of 6526 Page 2682 of 6526 Page 2683 of 6526 Page 2684 of 6526 Page 2685 of 6526 Page 2686 of 6526 Page 2687 of 6526 Page 2688 of 6526 Page 2689 of 6526 Page 2690 of 6526 Page 2691 of 6526 Page 2692 of 6526 Page 2693 of 6526 Page 2694 of 6526 Page 2695 of 6526 Page 2696 of 6526 Page 2697 of 6526 Page 2698 of 6526 Page 2699 of 6526 Page 2700 of 6526 Page 2701 of 6526 Page 2702 of 6526 Page 2703 of 6526 Page 2704 of 6526 Page 2705 of 6526 Page 2706 of 6526 Page 2707 of 6526 Page 2708 of 6526 Page 2709 of 6526 Page 2710 of 6526 Page 2711 of 6526 Page 2712 of 6526 Page 2713 of 6526 Page 2714 of 6526 Page 2715 of 6526 Page 2716 of 6526 Page 2717 of 6526 Page 2718 of 6526 Page 2719 of 6526 Page 2720 of 6526 Page 2721 of 6526 Page 2722 of 6526 Page 2723 of 6526 Page 2724 of 6526 Page 2725 of 6526 Page 2726 of 6526 Page 2727 of 6526 Page 2728 of 6526 Page 2729 of 6526 Page 2730 of 6526 Page 2731 of 6526 Page 2732 of 6526 Page 2733 of 6526 Page 2734 of 6526 Page 2735 of 6526 Page 2736 of 6526 Page 2737 of 6526 Page 2738 of 6526 Page 2739 of 6526 Page 2740 of 6526 Page 2741 of 6526 Page 2742 of 6526 Page 2743 of 6526 Page 2744 of 6526 Page 2745 of 6526 Page 2746 of 6526 Page 2747 of 6526 Page 2748 of 6526 Page 2749 of 6526 Page 2750 of 6526 Page 2751 of 6526 Page 2752 of 6526 Page 2753 of 6526 Page 2754 of 6526 Page 2755 of 6526 Page 2756 of 6526 Page 2757 of 6526 Page 2758 of 6526 Page 2759 of 6526 Page 2760 of 6526 Page 2761 of 6526 Page 2762 of 6526 Page 2763 of 6526 Page 2764 of 6526 Page 2765 of 6526 Page 2766 of 6526 Page 2767 of 6526 Page 2768 of 6526 Page 2769 of 6526 Page 2770 of 6526 Page 2771 of 6526 Page 2772 of 6526 Page 2773 of 6526 Page 2774 of 6526 Page 2775 of 6526 Page 2776 of 6526 Page 2777 of 6526 201 North Franklin Street, Suite 900 | Tampa, FL 33602 | Phone: 813.871.5331 | Fax: 813.871.5135 | www.kisingercampo.com Rita Iglesias, Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 July 22nd, 2025 RE: Design Entity Letter of Recommended Award Solicitation No 24-8281 Immokalee City Sidewalks at various locations (LAP) Dear Ms. Iglesias: Bids were received for the above-referenced project by Collier County on May 12th, 2025. Kisinger Campo & Associates (KCA) 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 Immokalee City Sidewalks at various locations (LAP) project includes a total of approximately 0.60 miles of additional 5-foot-wide sidewalk in the following locations; (1) N 9th St from Gades St to Jefferson Avenue 0.31 miles, (2) S 9th Street from Doak Avenue to Eustis Avenue 0.21 miles and (3) Carson Road from Eden Avenue to Ginger Lane 0.08 miles. Collier County received six (6) bids by the deadline established on the Invitation to Bid. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Coastal Concrete Products, LLC dba Coastal Site Development with a bid of $435,172.25. KCA was provided with the bid Schedule for Coastal Concrete Products, LLC dba Coastal Site Development and their bid is approximately 14.3% lower than the Engineer’s Opinion of Probable Construction Cost (OPC) of $507,602.13. The project references provided by Coastal Concrete Products, LLC dba Coastal Site Development were all contacted. KCA determined the references contain sufficient relevant information and experience with similar projects to demonstrate the required successful experience to complete the project. The Vendor Reference Check logs for the five (5) responsive references are attached here. Based upon our review, the low bidder Coastal Concrete Products, LLC dba Coastal Site Development appears to be a reasonable and responsive bid. Subject to concurrence with Collier County’s Purchasing and Contracts Division, and the contractor furnishing the appropriate bonding and other required insurances, we recommend the selection of Coastal Concrete Products, LLC dba Coastal Site Development by Collier County for the intended work contained within the bid documents based on the bid solicitation lowest responsive bidder selection criteria. Should you have any questions, or require additional information, please let me know. Regards, Kisinger Campo & Associates Richard J. Harrison, PE Project Manager Page 2778 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No Reference Check by: Richard Harrison, PE Solicitation Title: Date: 6/9/2025 Bidder’s Name: Coastal Concrete Products, LLC Phone/Email: rjharrison@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: West Terry Street Pathway Extension Project Project Location: West Terry St Bonita Springs FL 34135 Project Description: The project activities include the removal of the majority of the existing paved shoulder on the north side, and the construction of an 8 foot wide pathway. The pathway extension goes from Pine Street going east approximately 900 feet. The existing stormwater management conveyance system was modified. It also includes a landscaped buffer between the new pathway and the back of curb and a pocket park. Completion Date: Feb 2022 Contract Value: $864,791.52 Project Owner/Title: Sr. Project Manager Owner’s Address: 9101 Bonita Beach Rd Bonita Springs FL 24135 Phone: 239.478.4614 Owner’s Contact Person: Joel Langaney E-Mail: Joel.langaneycityofbonitasprings.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 it all went smoothly Page 2779 of 6526 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? None so far 7. Additional comments: They are a very good company to work with overall. Great people… Joel LanganeyProject ManagerCity of Bonita Springs9101 Bonita Beach RoadBonita Springs Florida 34135Off: (239) 949-6242www.cityofbonitasprings.org Page 2780 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. Reference Check by: Richard Harrison, PE Solicitation Title: Date: 6/5/2025 Bidder’s Name: Coastal Concrete Products, LLC Phone/Email: rjharrison@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: Bald Eagle Shared Pathway Project Location: Marco Island, FL Project Description: Sidewalk Improvement Project Completion Date: 2022 Contract Value: $518,600.00 Project Owner/Title: City of Marco Island Owner’s Address: 50 Bald Eagle Drive, Marco Island, FL 34145 Phone: (239)825-9554 Owner’s Contact Person: Mike Daniel E-Mail: mdaniel@cityofmarcoisland.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, ran very smooth, some quantity changes per owner for additional work. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Very fast, they have the experience. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No Warranty Issues Page 2781 of 6526 7. Additional comments: None Page 2782 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 16-6584 Reference Check by: Richard Harrison, PE Solicitation Title: Date: 6/9/2025 Bidder’s Name: Coastal Concrete Products, LLC Phone/Email: rjharrison@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: CYPRESS WAY EAST SIDEWALK IMPROVEMENTS Project Location: CYPRESS WAY EAST Project Description: SIDEWALK INPROVEMENT FROM PIPER BLVD TO EASTWOOD DRIVE Completion Date: 12-09-2016 Contract Value: $$310,337.50 Project Owner/Title: Collier County Transportation Engineering Owner’s Address: Phone: 239-253-3170 Owner’s Contact Person: SHANNON BASSETT PMP E-Mail: Shannon.Bassett@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) 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 Page 2783 of 6526 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? NO 7. Additional comments: THE CONTRACTOR IS CURRENTLY WORKING ON OTHER COLLIER COUNTY PROJECTS. Page 2784 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8281 Reference Check by: Richard Harrison, PE Solicitation Title: Immokalee Sidewalk (LAP) Date: 6/5/2025 Bidder’s Name: Coastal Concrete Products, LLC Phone/Email: rjharrison@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: N. Collier Blvd. Sidewalk Project Project Location: Marco Island, FL Project Description: Sidewalk Improvement Project on 951 both N & S lanes in Marco Island Completion Date: 2021 Contract Value: $699,269.01 Project Owner/Title: City of Marco Island Owner’s Address: 50 Bald Eagle Drive, Marco Island, FL 34145 Phone: (239)825-9554 Owner’s Contact Person: Mike Daniel E-Mail: mdaniel@cityofmarcoisland.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, ran very smooth, some quantity changes per owner for additional work. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Very fast, they have the experience. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No Warranty Issues Page 2785 of 6526 7. Additional comments: None Page 2786 of 6526 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. Reference Check by: Richard Harrison, PE Solicitation Title: Date: 6/9/2025 Bidder’s Name: Coastal Concrete Products, LLC Phone/Email: rjharrison@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: Beacon Manor Project Location: Fort Myers Project Description: Install new water mains and storm sewer Completion Date: 5/26/2020 Contract Value: $1,586,234.28 Project Owner/Title: Lee County BOCC Owner’s Address: 1500 Monroe St. Phone: 239-791-6042 Owner’s Contact Person: Loui Serao E- Mail: lserao@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 Page 2787 of 6526 7. Additional comments: We have only had one project with CCP where they were the Prime and self-performed all the work apart from the paving. The project went smooth as a whole. The company was easy to work with and met all our requirements. The City of Bonita Springs alongside Lee County just completed and project on Old 41 and Strike Ln. in which CCP was the prime for the City, on a new traffic signal build. Page 2788 of 6526 Notice of Recommended Award Solicitation: 24-8281 Title: Immokalee City Sidewalks at Various Locations (LAP) Due Date and Time: May 12, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Bid Amount Responsive/Responsible Coastal Concrete Products, LLC dba Coastal Site Development Fort Myers Lee FL $435,172.25 Yes/Yes Andrew Sitework, LLC Fort Myers Lee FL $463,870.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $525,255.40 Yes/Yes Thomas Marine Construction, Inc. Fort Myers Lee FL $627,514.70 Yes/Yes Pavement Maintenance, LLC Fort Myers Lee FL $814,512.07 Yes/Yes LAS CONTRACTING CORP. Tampa Hillsborough FL $474,692.00 No/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor for Award: On March 28, 2025, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24-8281, Immokalee City Sidewalks at Various Locations (LAP), to two thousand nine hundred and seventy-six (2,976) vendors. One thousand three hundred and fourteen (1,314) viewed the bid package, and the County received six (6) bids by May 12, 2025, the submission deadline. Staff reviewed the bids received, and five (5) bidders were deemed responsive and responsible, as shown above, with minor irregularities. LAS CONTRACTING CORP. was deemed non-responsive for failing to submit all licenses required in the bid documents. Staff determined that Coastal Concrete Products, LLC dba Coastal Site Development, is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Coastal Concrete Products, LLC dba Coastal Site Development, the lowest responsive and responsible bidder, based on the award of the total bid amount for a total of $435,172.25. Staff elected not to award the alternate. In addition to the total bid amount, staff have allocated $50,000.00 in Owner’s Allowance for Owner’s use as directed. Contract Driven Purchase Order Driven Docusign Envelope ID: D453C92E-D332-4DD4-95B3-AF8C70061CEC Page 2789 of 6526 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: D453C92E-D332-4DD4-95B3-AF8C70061CEC 7/25/2025 7/25/2025 7/25/2025 Page 2790 of 6526 Pay Item #Unit Quantity Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost 101 1 LS 1 52,500.00$ 52,500.00$ 81,052.00$ 81,052.00$ 144,463.00$ 144,463.00$ 72,940.00$ 72,940.00$ 78,600.00$ 78,600.00$ 20,000.00$ 20,000.00$ 46,145.65$ 46,145.65$ 102 1 LS 1 22,500.00$ 22,500.00$ 36,914.00$ 36,914.00$ 16,812.00$ 16,812.00$ 72,720.00$ 72,720.00$ 122,900.00$ 122,900.00$ 20,000.00$ 20,000.00$ 60,189.98$ 60,189.98$ 104 10 3 LF 2697 3.25$ 8,765.25$ 3.20$ 8,630.40$ 3.00$ 8,091.00$ 3.50$ 9,439.50$ 3.00$ 8,091.00$ 5.00$ 13,485.00$ 4.50$ 12,136.50$ 104 18 EA 7 150.00$ 1,050.00$ 227.00$ 1,589.00$ 195.00$ 1,365.00$ 300.00$ 2,100.00$ 90.00$ 630.00$ 300.00$ 2,100.00$ 250.00$ 1,750.00$ 110 1 1 AC 0.70 37,500.00$ 26,250.00$ 54,445.00$ 38,111.50$ 105,162.00$ 73,613.40$ 93,780.00$ 65,646.00$ 472,685.45$ 330,879.82$ 40,000.00$ 28,000.00$ 25,000.00$ 17,500.00$ 110-4-10 SY 864 30.00$ 25,920.00$ 43.50$ 37,584.00$ 30.00$ 25,920.00$ 25.00$ 21,600.00$ 34.10$ 29,462.40$ 24.00$ 20,736.00$ 65.00$ 56,160.00$ 110-7-1 EA 7 450.00$ 3,150.00$ 695.00$ 4,865.00$ 367.00$ 2,569.00$ 300.00$ 2,100.00$ 250.00$ 1,750.00$ 600.00$ 4,200.00$ 400.00$ 2,800.00$ 120-1 CY 450 40.00$ 18,000.00$ 98.90$ 44,505.00$ 70.00$ 31,500.00$ 83.00$ 37,350.00$ 20.00$ 9,000.00$ 60.00$ 27,000.00$ 50.00$ 22,500.00$ 120-6 CY 82 60.00$ 4,920.00$ 211.90$ 17,375.80$ 56.00$ 4,592.00$ 205.00$ 16,810.00$ 40.00$ 3,280.00$ 90.00$ 7,380.00$ 75.00$ 6,150.00$ 430-175-112 LF 16 225.00$ 3,600.00$ 873.00$ 13,968.00$ 284.00$ 4,544.00$ 370.00$ 5,920.00$ 400.00$ 6,400.00$ 200.00$ 3,200.00$ 300.00$ 4,800.00$ 430 98 2121 Mitered End Section, Optional, Round, 12" CD EA 1 2,150.00$ 2,150.00$ 3,495.00$ 3,495.00$ 3,479.00$ 3,479.00$ 3,500.00$ 3,500.00$ 5,500.00$ 5,500.00$ 2,000.00$ 2,000.00$ 3,500.00$ 3,500.00$ 520 1 10 LF 36 38.00$ 1,368.00$ 24.70$ 889.20$ 73.00$ 2,628.00$ 57.00$ 2,052.00$ 109.20$ 3,931.20$ 45.00$ 1,620.00$ 60.00$ 2,160.00$ 522-2 SY 2381 95.00$ 226,195.00$ 57.50$ 136,907.50$ 73.00$ 173,813.00$ 114.00$ 271,434.00$ 69.65$ 165,836.65$ 119.00$ 283,339.00$ 100.00$ 238,100.00$ 527-2 SF 82 40.00$ 3,280.00$ 93.00$ 7,626.00$ 55.00$ 4,510.00$ 42.00$ 3,444.00$ 27.50$ 2,255.00$ 40.00$ 3,280.00$ 40.00$ 3,280.00$ 570-1-2 SY 1965 12.00$ 23,580.00$ 11.90$ 23,383.50$ 10.00$ 19,650.00$ 7.00$ 13,755.00$ 6.00$ 11,790.00$ 10.00$ 19,650.00$ 7.00$ 13,755.00$ 700 1 50 AS 1 550.00$ 550.00$ 117.70$ 117.70$ 121.00$ 121.00$ 120.00$ 120.00$ 250.00$ 250.00$ 1,000.00$ 1,000.00$ 300.00$ 300.00$ 711 11 123 LF 185 11.00$ 2,035.00$ 4.70$ 869.50$ 5.00$ 925.00$ 5.00$ 925.00$ 8.00$ 1,480.00$ 18.00$ 3,330.00$ 5.00$ 925.00$ 711 11 125 LF 146 14.00$ 2,044.00$ 7.10$ 1,036.60$ 7.00$ 1,022.00$ 7.20$ 1,051.20$ 12.00$ 1,752.00$ 24.00$ 3,504.00$ 15.00$ 2,190.00$ 711 17 1 SF 163 5.00$ 815.00$ 15.30$ 2,493.90$ 16.00$ 2,608.00$ 16.00$ 2,608.00$ 4.00$ 652.00$ 36.00$ 5,868.00$ 20.00$ 3,260.00$ ASB-1 LS 1 6,500.00$ 6,500.00$ 2,456.40$ 2,456.40$ 3,030.00$ 3,030.00$ 22,000.00$ 22,000.00$ 30,072.00$ 30,072.00$ 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 435,172.25$ 463,870.00$ 525,255.40$ 627,514.70$ 814,512.07$ 474,692.00$ 507,602.13$ Pay Item Notes: ASB-1 520 1 10 NON-RESPONSIVE NON-RESPONSIVE Notifications Sent: 2,977 Viewed: 1,296 Bids Received: 6 *YES YES YES YES YES YES YES YES YES *Staff has allocated $50,000 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 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. As builts shall be signed and sealed by licensed surveyor in the state of Florida and include cross section of proposed improvements at 100' increments. YES YES Yes/No Pavement Maintenance, LLC YES YES YES YES YES YES YES Opened By: Rita Iglesias Witnessed By: Emily Jackson Date: May 12, 2025, 3:00 PM EST NO YES YES NO YES NO YES YES YES YES YES YES YES YES YES YES YES *YES YES YES FPID: 488125-1-58-01 YES Yes/No SunBiz YES Addendums (3)YES Insurance and Bonding Requirements (Form 8)YES List of Major Subcontractors (Form 4)YES Bid Schedule YES YES YES YES YES YES W-9 YES State of Florida Certified Building or General Contract License YES YES YES Grants Package (44-62)YES YES YES YES YES YES YES YESE-Verify *YES YES YES YES YES YES Vendor Declaration Statement (Form 10)YES Immigration Affidavit Certification (Form 11)YES YES YES YES YES YES YESConflict of Interest Affidavit (Form 9)YES YES YES YES YES YES YES Trench Safety Act knowledgement (Form 6)YES Bid Bond (Form 7)YES YES YES Statement of Experience (Form 5)YES YES YES YES YES YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES Material Manufacturers (Form 3)YES YES YES YES YES Yes/No Yes/No Yes/No YES YES YES YES Project Manager: Mark McCleary/Katherine Chechere Procurement Strategist: Rita Iglesias Mobilization Inlet Protection System Construction ITB# 24-8281 IMMOKALEE CITY SIDEWALKS AT VARIOUS LOCATIONS (LAP) BID TABULATION Thermoplastic, Standard, White, Solid, 24" For Stop Line and Crosswalk Sediment Barrier Clearing and Grubbing Single Post Sign, F&I, Relocate Pipe Culvert, Optional Material, Round, 12" S/CD Performance Turf, Sod Embankment Coastal Concrete Products, LLC dba Coastal Site Development Andrew Sitework, LLC Quality Enterprises USA, Inc.Thomas Marine Construction, Inc.LAS CONTRACTING CORP. ENGINEERPavement Maintenance, LLC Removal of Existing Concrete Regular Excavation Description Maintenance Of Traffic Mailbox, F & I, Single Thermoplastic, Remove Exisiting Thermoplastic Pavement Markings - Surface to Remain Drop curb from STA. 13+37.26 TO 13-38.61 & 13+62.65 TO 13+63.98 to be paid for as 520 1 10. As-Built Plans TOTAL BID: Thermoplastic, Standard, White, Solid, 12" For Crosswalk and Roundabout Concrete Curb & Gutter, Type F Detectable Warnings Concrete Sidewalk and Driveways, 6" Thick Thomas Marine Construction, Inc.Coastal Concrete Products, LLC dba Coastal Site Development LAS CONTRACTING CORP. REQUIRED FORMS AND DOCUMENTS Yes/No Andrew Sitework, LLC Quality Enterprises USA, Inc. YES YES YES YES Bid Response Form (Form 1)YES PAGE 1 OF 1 Page 2791 of 6526