Loading...
Agenda 11/10/2025 Item #11D (Award Invitation to Bid (“ITB”) No. 25-8351, “CCSO Marco Sub-station Building Replacement” to Build, LLC,)11/10/2025 Item # 11.D ID# 2025-4537 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 25-8351, “CCSO Marco Sub-station Building Replacement” to Build, LLC, in the amount of $5,345,065.00, approve an Owner’s Allowance of $350,000.00 for potential unforeseen conditions, authorize the Chair to sign the attached Agreement, and authorize a Budget Amendment in the amount of $6,245,065.00 within the Disaster Fund (1813) (Project No. 50280). OBJECTIVE: Build a new Collier County Sheriff’s Office (CCSO) Marco Sub-Station. CONSIDERATIONS: This project involves demolition of the existing facility, which was damaged beyond repair by Hurricane Ian, and construction of a new 5,289 square-foot, two-story Sheriff’s Sub-Station on Marco Island. The facility will provide essential space for deputies and staff, with dedicated offices, support areas, and restrooms on the main floor. The ground level will include covered parking, secure storage, and accessible entry with an elevator. As part of the project, a new parking layout and stormwater management system will be included to ensure appropriate stormwater management on the constrained site. During construction, the contractor will provide temporary trailers to house sheriff operations, storage, and construction offices, ensuring that services remain uninterrupted. The existing CCSO boats slips and canal access on the site will remain fully operational throughout the project, and coordination will be conducted with the County’s marine contractor and the City of Marco Island on a potential floating dock project in that area. Additionally, Parks and Recreation is developing a memorandum of understanding with the Sheriff’s Office to utilize office space at both the Community Center at Caxambas Park and Cocohatchee River Marina to support full operations. On February 21, 2025, the Procurement Services Division issued a Construction Invitation to Bid (ITB) No. 25-8351, “CCSO Marco Sub-station Building Replacement.” The County received 12 bids by May 28, 2025, the submission deadline, as summarized below: Respondents: Company Name City County State Total Bid Amount Responsive/ Responsible Build, LLC Naples Collier FL $5,345,065.00 Yes/Yes OneSource Construction Company & Builders, Inc. Fort Myers Lee FL $5,882,000.00 Yes/Yes DEC Contracting Group, Inc. Fort Myers Lee FL $5,888,620.84 Yes/Yes Vantage Construction Services, LLC dba Construction Services Cape Coral Lee FL $7,726,673.00 Yes/Yes Made In Rio, Inc. Fort Myers Lee FL $7,978,220.37 Yes/Yes Heatherwood Construction Company Bonita Springs Lee FL $5,812,633.21 No/Yes Atlas Door & Gate Inc dba Quality Construction Miami FL $261,133.87 No/Yes Curran Young Construction Bonita Springs Lee FL $5,301,592.13 No/Yes R.E. Crawford Construction, LLC Sarasota Sarasota FL $5,405,355.56 No/Yes Rycon Construction, Inc. Fort Myers Lee FL $5,438,585.19 No/Yes Panzica Construction Co. Mayfield Village Cuyahoga OH $5,637,434.14 No/Yes Persons Services Corp. Ft. Lauderdale Broward FL $6,136,086.00 No/Yes Staff reviewed the 12 bids received and found five bidders responsive and responsible, with Build, LLC as the lowest, responsive, and responsible bidder. Staff recommends the attached agreement be awarded to Build, LLC., for the total bid amount of $5,345,065.00. In addition, staff has allocated $350,000.00 as an Owner’s Allowance for unforeseen site conditions that might be encountered during construction and asks that the amount be approved as part of the Purchase Order issued to commence the work. Use of the allowance will be only as directed by the County, if necessary, with Page 1937 of 6525 11/10/2025 Item # 11.D ID# 2025-4537 proper supporting documentation to be submitted by the contractor for any additional allowance work that is authorized and performed. The County’s Architect of Record, StudioPlus, LLC, successfully contacted all of Build, LLC's project references and determined that Build, LLC, has sufficient relevant experience with similar projects to demonstrate that it possesses the required expertise to complete the project successfully. While Build LLC's bid is approximately 43% higher than the Engineer’s Opinion of Probable Construction Cost (OPC) of $3,736,645.00, it is approximately 9.13% lower than the next lowest responsive bid and 18.57% lower than the average of the five responsive and responsible bidders. Build, LLC., is a Florida corporation formed in 2006 and is registered with the Florida Department of Business and Professional Regulation as a Certified General Contractor with registrations that are current and active. StudioPlus LLC., and staff recommend that Build, LLC., be awarded the CCSO Marco Sub-station Building Replacement Project as set forth above. This item is consistent with the Responsible Governance, Quality of Place, and Infrastructure and Asset Management strategic focus areas of the Collier County Strategic Plan. FISCAL IMPACT: A budget amendment is necessary within the FEMA Grants Fund (1813) to support the total estimated project budget of $6,245,065, which includes the construction contract amount, permit expenses, builders risk and other project-related costs. A portion of the project is anticipated to be offset by reimbursements through the FEMA Public Assistance Grant program along with any insurance proceeds. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATION(S): Recommendation that the board award Bid (“ITB”) No. 25-8351, “CCSO Marco Sub- station Building Replacement” to Build, LLC, in the amount of $5,345,065.00, approve an Owner’s Allowance of $350,000.00 for potential unforeseen conditions, authorize the Chair to sign the attached Agreement, and authorize a Budget Amendment in the amount of $6,245,065.00 within the Disaster Recovery Fund (1813). PREPARED BY: Olivier Sureau, Project Manager III, Facilities Management ATTACHMENTS: 1. 25-8351 Build VS 2. 25-8351 DELORA 3. 25-8351 NORA 4. 25-8351 Build COI exp020126 5. 25-8351 Bid Tabulation 6. Presentation 25-8351 Construction Award 7. Budget Amendment Form 1813 Marco CCSO Page 1938 of 6525 Page 1939 of 6525 Page 1940 of 6525 Page 1941 of 6525 Page 1942 of 6525 Page 1943 of 6525 Page 1944 of 6525 Page 1945 of 6525 Page 1946 of 6525 Page 1947 of 6525 Page 1948 of 6525 Page 1949 of 6525 Page 1950 of 6525 Page 1951 of 6525 Page 1952 of 6525 Page 1953 of 6525 Page 1954 of 6525 Page 1955 of 6525 Page 1956 of 6525 Page 1957 of 6525 Page 1958 of 6525 Page 1959 of 6525 Page 1960 of 6525 Page 1961 of 6525 Page 1962 of 6525 Page 1963 of 6525 Page 1964 of 6525 Page 1965 of 6525 Page 1966 of 6525 Page 1967 of 6525 Page 1968 of 6525 Page 1969 of 6525 Page 1970 of 6525 Page 1971 of 6525 Page 1972 of 6525 Page 1973 of 6525 Page 1974 of 6525 Page 1975 of 6525 Page 1976 of 6525 Page 1977 of 6525 Page 1978 of 6525 Page 1979 of 6525 Page 1980 of 6525 Page 1981 of 6525 Page 1982 of 6525 Page 1983 of 6525 Page 1984 of 6525 Page 1985 of 6525 Page 1986 of 6525 Page 1987 of 6525 Page 1988 of 6525 Page 1989 of 6525 Page 1990 of 6525 Page 1991 of 6525 Page 1992 of 6525 Page 1993 of 6525 Page 1994 of 6525 Page 1995 of 6525 Page 1996 of 6525 Page 1997 of 6525 Page 1998 of 6525 Page 1999 of 6525 Page 2000 of 6525 Page 2001 of 6525 Page 2002 of 6525 Page 2003 of 6525 Page 2004 of 6525 Page 2005 of 6525 Page 2006 of 6525 Page 2007 of 6525 Page 2008 of 6525 Page 2009 of 6525 Page 2010 of 6525 Page 2011 of 6525 Page 2012 of 6525 Page 2013 of 6525 Page 2014 of 6525 Page 2015 of 6525 Page 2016 of 6525 Page 2017 of 6525 Page 2018 of 6525 Page 2019 of 6525 Page 2020 of 6525 Page 2021 of 6525 Page 2022 of 6525 Page 2023 of 6525 Page 2024 of 6525 Page 2025 of 6525 Page 2026 of 6525 Page 2027 of 6525 Page 2028 of 6525 Page 2029 of 6525 Page 2030 of 6525 Page 2031 of 6525 Page 2032 of 6525 Page 2033 of 6525 Page 2034 of 6525 Page 2035 of 6525 Page 2036 of 6525 Page 2037 of 6525 Page 2038 of 6525 Page 2039 of 6525 Page 2040 of 6525 Page 2041 of 6525 Page 2042 of 6525 Page 2043 of 6525 Page 2044 of 6525 Page 2045 of 6525 Page 2046 of 6525 Page 2047 of 6525 Page 2048 of 6525 Page 2049 of 6525 Page 2050 of 6525 Page 2051 of 6525 Page 2052 of 6525 Page 2053 of 6525 Page 2054 of 6525 Page 2055 of 6525 Page 2056 of 6525 Page 2057 of 6525 Page 2058 of 6525 Page 2059 of 6525 Page 2060 of 6525 Page 2061 of 6525 Page 2062 of 6525 Page 2063 of 6525 Page 2064 of 6525 Page 2065 of 6525 Page 2066 of 6525 Page 2067 of 6525 Page 2068 of 6525 Page 2069 of 6525 Page 2070 of 6525 Page 2071 of 6525 Page 2072 of 6525 Page 2073 of 6525 Page 2074 of 6525 Page 2075 of 6525 Page 2076 of 6525 Page 2077 of 6525 Page 2078 of 6525 Page 2079 of 6525 Page 2080 of 6525 Page 2081 of 6525 Page 2082 of 6525 Page 2083 of 6525 Rita Iglesias Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 August 27, 2025 RE: Design Entity Letter of Recommended Award Solicitation No 25-8351 CCSO Marco Sub-Station Building Replacement Dear Ms. Iglesias: Bids were received for the above-referenced project by Collier County on May 28, 2025. Studio+ (AOR) has completed our review of the bid submitted by the lowest responsive bidder for this project, and we are pleased to provide the following award recommendation. The scope of the CCSO Marco Sub-Station Building Replacement project primarily includes the demolition of the existing building and the construction of a new sub-station building as detailed in the solicitation documents. A total of twelve (12) bids were received for this solicitation. Collier County Procurement’s review of the bid tabulations deemed seven (7) of these bids to be non-responsive. Of the five (5) remaining responsive proposals, BUILD LLC was determined to be the lowest bidder with a total bid amount of $5,345,065.00. The responsive bids ranged from BUILD LLC's low bid to a high of $7,978,220.37. While BUILD LLC's bid is approximately 43% higher than the Engineer’s Opinion of Probable Construction Cost (OPC) of $3,736,645.00, it is approximately 9.13% lower than the next lowest responsive bid. We consider the bid to be fair and reasonable within the context of the current competitive market. All project references provided by BUILD LLC were contacted and the feedback received was consistently positive. Former clients noted the professionalism and adherence to project schedules and budget. The completed Vendor Reference Check Logs, attached Page 2084 of 6525 here for your review, confirm sufficient relevant experience with similar projects to meet the requirements for this project. BUILD LLC is a limited liability company formed in the State of Florida in 2006. BUILD LLC is registered with the Florida Department of Business and Professional Regulation as a Certified General Contractor with registrations that are current and active. Based on the information made available, Studio+ acknowledges that BUILD LLC appears to be a qualified firm to conduct the requested scope of work. Studio+ has not identified any reason, from the materials reviewed, to question BUILD LLC’s ability to execute the project as described in the bid packet. Studio+ makes no independent guarantees or certifications regarding BUILD LLC’s performance. Should there be any questions, please feel free to contact our office. Sincerely, Neha Arora, RA, LEED AP Studio+ Page 2085 of 6525 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 25-8351 Reference Check by: Design Entity Solicitation Title: CCSO Marco Sub-station Building Replacement Date: 7/30/2025 Bidder’s Name: Build LLC Phone: 239.594.9984 Design Entity: Studio+ Phone: 508.244.8098 REFERENCE PROJECT: Project Name: Baker Senior Center Project Location: 6200 Autumn Oaks Lane, Naples, FL 34119 Project Description: New construction, two story senior care facility. Completion Date: Dec 2022 Contract Value: $5,553,895 Project Owner/Title: Baker Senior Center Owner’s Address: 6200 Autumn Oaks Lane, Naples, FL 34119 Phone: 239-325-4444 Owner’s Contact Person: Dr. Jaclynn Faffer E-Mail: jfaffer@bakerseniorcenternaples.org 1. Was project completed timely and within budget? (If not, provide detail) The project was completed on time, and within the budget. As the dates of the project indicate, this was during the time of supply issues, yet Build found a way to work around those issues and still complete on time,. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Every aspect of the construction process was satisfactory, and above,. 4. Did the process run smoothly? Were there any changes? Describe below. The process ran smoothly and communication during the process was superb. 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 Page 2086 of 6525 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 Signature Jaclynn Faffer Name, Title Jaclynn Faffer, President/CEO Baker Senior Center Naples 7. Additional comments: Build and their team were responsive and a pleasure to work with throughout the entire engagement. Page 2087 of 6525 Page 2088 of 6525 Page 2089 of 6525 Page 2090 of 6525 Page 2091 of 6525 Page 2092 of 6525 Page 2093 of 6525 Page 2094 of 6525 Page 2095 of 6525 Notice of Recommended Award Solicitation: 25-8351 Title: CCSO Marco Sub-Station Building Replacement Due Date and Time: May 28, 2025, at 3:00 PM EST Vendors: Company Name City County State Total Bid Amount Responsive/Responsible Build, LLC Naples Collier FL $5,345,065.00 Yes/Yes OneSource Construction Company & Builders, Inc. Fort Myers Lee FL $5,882,000.00 Yes/Yes DEC Contracting Group, Inc. Fort Myers Lee FL $5,888,620.84 Yes/Yes Vantage Construction Services, LLC dba Construction Services Cape Coral Lee FL $7,726,673.00 Yes/Yes Made In Rio, Inc. Fort Myers Lee FL $7,978,220.37 Yes/Yes Heatherwood Construction Company Bonita Springs Lee FL $5,812,633.21* No/Yes Atlas Door & Gate Inc dba Quality Construction Miami Miami- Dade FL $261,133.87 No/Yes Curran Young Construction Bonita Springs Lee FL $5,301,592.13 No/Yes R.E. Crawford Construction, LLC Sarasota Sarasota FL $5,405,355.56* No/Yes Rycon Construction, Inc. Fort Myers Lee FL $5,438,585.19* No/Yes Panzica Construction Co. Mayfield Village Cuyahoga OH $5,637,434.14 No/Yes Persons Services Corp. Ft. Lauderdale Broward FL $6,136,086.00* No/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On February 21, 2025, the Procurement Services Division issued a Construction Invitation to Bid (ITB) No. 25-8351, CCSO Marco Sub-Station Building Replacement, to two thousand eight hundred and fifty-one (2,851) vendors. Four thousand and twenty-seven (4,027) viewed the bid package, and the County received twelve (12) bids by May 28, 2025, the submission deadline. Staff reviewed the bids received, and five (5) bidders were deemed responsive and responsible as shown above. Heatherwood Construction Company, Atlas Door & Gate Inc, Curran Young Construction, R.E. Crawford Construction, LLC, Rycon Construction, Inc., Panzica Construction Co., and Persons Services Corp. were deemed non-responsive for failing to submit a complete Bid Schedule and other required documents. Staff determined that BUILD, LLC, is the lowest responsive and responsible bidder. Staff recommend the contract be awarded to BUILD, LLC, the lowest responsive and responsible bidder, based on the award of the Total Bid Amount for a total of $5,345,065.00. In addition to the Total Bid Amount, staff has allocated $350,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Docusign Envelope ID: C3E00B16-CB3E-4096-8AB8-2961CA598D75 Page 2096 of 6525 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: C3E00B16-CB3E-4096-8AB8-2961CA598D75 8/27/2025 8/27/2025 8/27/2025 Page 2097 of 6525 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2098 of 6525 Page 2099 of 6525 Page 2100 of 6525 Page 2101 of 6525 Page 2102 of 6525 NON-RESPONSIVE NON-RESPONSIVE NON-RESPONSIVE NON-RESPONSIVE NON-RESPONSIVE NON-RESPONSIVE NON-RESPONSIVEBUILD, LLCOneSource Construction Company & Builders, IncDEC Contracting Group, Inc.Vantage Construction Services, LLCMade In Rio, Inc.Heatherwood Construction CompanyAtlas Door & Gate Inc dba Quality Construction Curran Young Construction, LLCR.E. Crawford Construction, LLCRycon Construction, Inc. Panzica Construction Co.Persons Services Corp. ENGINEERITEM NO. DESCRIPTIONUNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTALDIV 1.1 General ConditionsLS 1 741,233.00$ 380,000.00$ 398,298.36$ 574,099.00$ 1,401,283.00$ 543,120.00$ -$ 356,550.50$ 280,308.00$ 644,253.41$ 670,234.00$ 405,000.00$ 919,701.00$ 1.0 GENERAL REQUIREMENTS - TOTAL: 741,233.00$ 380,000.00$ 398,298.36$ 574,099.00$ 1,401,283.00$ 543,120.00$ -$ 356,550.50$ 280,308.00$ 644,253.41$ 670,234.00$ 405,000.00$ 919,701.00$ 2.0 BUILDING ITEM NO. DESCRIPTIONUNIT QTY TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTALDIV 2.0 Temporary CCSO Office & StorageLS 1 53,730.00$ 41,500.00$ 48,833.71$ 49,388.00$ 49,951.57$ 17,640.00$ -$ 36,310.65$ Included 25,049.50$ 27,200.00$ -$ 37,200.00$ DIV 2.1 Materials TestingLS 1 14,700.00$ 15,000.00$ 24,690.40$ 57,641.00$ 6,050.00$ 45,171.00$ -$ BY OWNER 5,500.00$ 22,250.00$ 3,500.00$ -$ 15,000.00$ DIV 2.2 Project Signage and MarkingLS 1 8,876.00$ 30,000.00$ 9,954.68$ 32,659.00$ 20,933.00$ 20,173.56$ -$ 17,765.83$ 43,000.00$ 2,000.00$ 2,000.00$ -$ 12,500.00$ DIV 2.3 Selective Demolition LS 1 4,250.00$ 30,000.00$ 16,296.60$ 82,313.00$ 4,129.13$ 33,650.00$ -$ -$ -$ 36,773.75$ 43,899.00$ -$ 20,111.00$ DIV 2.4 Structural Demolition LS 1 33,860.00$ 135,000.00$ 46,454.83$ 164,625.00$ 82,432.62$ 54,398.75$ -$ 84,603.70$ 27,239.00$ 15,227.10$ w/2.3 -$ 13,904.00$ DIV 3.0 Concrete & CMU MasonryLS 1 723,600.00$ 575,000.00$ 841,285.37$ 798,119.00$ 879,564.73$ 660,300.00$ -$ 566,860.42$ 650,737.00$ 720,805.80$ 726,913.00$ 946,950.00$ 487,677.00$ DIV 5.0 Structural Steel & Metal TrussesLS 1 218,685.00$ 303,000.00$ 171,020.09$ 228,729.00$ 282,795.15$ 230,677.00$ -$ 193,111.62$ 447,200.00$ 175,776.51$ 246,901.00$ 255,347.00$ 90,259.00$ DIV 5.1 Decorative Metals & ScreeningLS 1 123,080.00$ 25,000.00$ 163,727.89$ 148,997.00$ 74,877.22$ 90,138.00$ -$ 87,377.45$ -$ 43,272.13$ 48,880.00$ -$ 51,700.00$ DIV 6.0 Miscellaneous and Rough CarpentryLS 1 32,180.00$ 40,000.00$ 53,863.43$ 32,266.00$ 19,541.50$ 33,650.00$ -$ 19,820.11$ 7,500.00$ In Trades 20,000.00$ -$ 6,611.00$ DIV 6.1 Millwork, Casework and Solid Surface CounteLS 1 49,115.00$ 40,000.00$ 65,286.92$ 52,764.00$ 57,148.30$ 49,116.00$ -$ 74,715.96$ 48,963.00$ 36,109.81$ 73,595.00$ -$ 83,516.00$ DIV 7.0 WaterproofingLS 1 18,300.00$ 55,000.00$ 36,455.70$ 13,594.00$ 121,000.00$ 11,950.00$ -$ 18,621.34$ 43,000.00$ 13,481.56$ 34,450.00$ -$ 42,312.00$ DIV 7.1 InsulationLS 1 26,695.00$ 38,000.00$ 73,169.60$ 24,555.00$ 60,265.26$ 38,990.00$ -$ 40,260.86$ 20,290.00$ 34,652.96$ 23,339.00$ -$ 21,156.00$ DIV 7.2 Standing Seam Metal Roofing System, Edge Metal, Drains, Gutters, and Downspouts LS 1 197,216.00$ 175,000.00$ 168,683.54$ 243,920.00$ 264,627.00$ 225,998.00$ -$ 192,546.24$ 190,716.00$ 185,440.45$ 232,500.00$ -$ 166,030.00$ DIV 7.3 Exterior and Interior Sealan LS 1 4,000.00$ 25,000.00$ 5,291.10$ 14,875.00$ 24,200.00$ 6,350.00$ -$ INCL. IN PAINTING 5,693.00$ 15,112.50$ 2,500.00$ 281,312.00$ 7,934.00$ DIV 7.5 Fire-stoppingLS 1 16,091.00$ 12,000.00$ 5,291.10$ 22,990.00$ 2,843.50$ 5,693.00$ -$ 22,326.05$ Included Included in Trades 5,000.00$ -$ 2,380.00$ DIV 8.0 Doors, Frames & Hardware LS 1 112,304.00$ 45,000.00$ 135,509.38$ 182,185.00$ 261,360.00$ 110,554.00$ 222,840.00$ 117,490.20$ 42,840.00$ 113,095.91$ 116,070.00$ -$ 47,850.00$ DIV 8.1 Windows & Storefront LS 1 99,594.00$ 85,000.00$ 70,844.69$ 125,021.00$ 89,470.23$ 107,594.00$ 38,293.87$ 106,092.31$ 104,573.70$ 117,287.11$ 153,514.14$ -$ 48,920.00$ DIV 9.0Metal Framing & Drywall LS 1 127,883.00$ 140,000.00$ 135,328.42$ 167,149.00$ 220,607.20$ 127,883.00$ -$ 139,838.57$ 159,300.00$ 148,579.05$ 130,725.00$ -$ 95,202.00$ DIV 9.1Cement Stucco LS 1 97,244.00$ 160,000.00$ 102,905.60$ 202,170.00$ 301,530.79$ 97,244.00$ -$ 103,525.79$ 159,000.00$ 94,366.48$ 120,482.00$ -$ 97,002.00$ DIV 9.2Flooring & BaseLS 1 44,000.00$ 51,000.00$ 51,392.48$ 69,065.00$ 74,113.71$ 64,591.64$ -$ 77,080.56$ 73,891.95$ 48,970.81$ 77,579.00$ -$ 56,328.00$ DIV 9.3Acoustic Panel CeilingsLS 1 27,540.00$ 30,000.00$ 29,412.18$ 30,225.00$ 52,096.55$ 27,540.00$ -$ 39,810.26$ 28,000.00$ 35,652.40$ 38,186.00$ -$ 18,300.00$ DIV 9.4Painting LS 1 41,807.00$ 43,000.00$ 40,741.49$ 42,239.00$ 76,351.00$ 60,790.00$ -$ 50,055.07$ 61,398.75$ 35,161.75$ 38,500.00$ -$ 23,801.00$ DIV 10.0 Fire Protection Specialties, Fire ExtinguishersLS 1 1,805.00$ 13,000.00$ 1,913.26$ 1,999.00$ 2,184.05$ 990.00$ -$ INCL. IN TOILET AC3,311.00$ 1,818.54$ w/10.2 -$ 1,940.00$ DIV 10.1Corner GuardsLS 1 1,995.00$ 2,600.00$ 1,879.40$ 2,190.00$ 2,413.95$ 1,995.00$ -$ INCL. IN TOILET AC2,445.00$ 2,009.96$ w/10.2 -$ 500.00$ DIV 10.2Toilet AccessoriesLS 1 10,210.00$ 12,000.00$ 10,489.08$ 11,205.00$ 12,354.10$ 10,210.00$ -$ 31,826.95$ 18,900.00$ 10,286.58$ 17,892.00$ -$ 7,500.00$ DIV 10.3LockersLS 1 11,900.00$ 3,400.00$ 12,592.83$ 14,200.00$ 10,985.00$ 19,190.00$ -$ 5,313.70$ -$ In Millworkw/6.1 -$ 12,000.00$ DIV 10.4Exterior Specialities & Flag PolesLS 1 31,108.00$ 15,000.00$ 28,979.37$ 32,920.00$ 19,656.45$ 16,245.00$ -$ 19,660.70$ 36,500.00$ 119,246.69$ 20,000.00$ 214,020.00$ 16,500.00$ DIV 11.0Residential AppliancesLS 1 19,018.00$ 14,000.00$ 17,413.02$ 27,547.00$ 12,494.89$ 7,817.06$ -$ 18,337.59$ 32,000.00$ 33,056.08$ 7,800.00$ -$ 7,500.00$ DIV 12.0Window Treatments LS 1 10,000.00$ 10,000.00$ 8,532.43$ 7,977.00$ 8,447.33$ 8,232.24$ -$ 2,124.42$ 8,063.00$ 16,104.89$ -$ -$ 8,000.00$ DIV 14.0ElevatorLS 1 107,500.00$ 120,000.00$ 113,758.71$ 154,748.00$ 147,172.30$ 125,630.00$ -$ 135,499.40$ 125,530.00$ 92,690.00$ 94,000.00$ 129,130.00$ 65,000.00$ DIV 21.0 Fire Suppression/ProtectionLS 1 25,900.00$ 66,000.00$ 27,407.91$ 87,800.00$ 96,800.00$ 50,321.32$ -$ 27,524.98$ 80,000.00$ 29,116.75$ 45,700.00$ 82,750.00$ 21,156.00$ DIV 22.0 Plumbing LS 1 126,355.00$ 185,000.00$ 234,780.00$ 259,500.00$ 192,698.55$ 241,068.32$ -$ 233,611.60$ 199,395.00$ 120,754.12$ 132,780.00$ 183,800.00$ 95,913.00$ DIV 23.0 HVAC LS 1 298,785.00$ 450,000.00$ 350,720.76$ 332,247.00$ 505,332.30$ 359,821.32$ -$ 377,485.39$ 304,300.00$ 342,751.50$ 508,904.00$ 417,630.00$ 79,335.00$ DIV 26.0 Electrical LS 1 389,663.00$ 675,000.00$ 525,048.85$ 853,113.00$ 619,350.00$ 419,979.00$ -$ 456,719.07$ 487,798.36$ 577,478.85$ 868,039.00$ 602,389.00$ 169,248.00$ DIV 26.1 Electrical: 60 kW Generator w/Fuel PackageLS 1 226,780.00$ 140,000.00$ 220,467.56$ 227,190.00$ 93,250.00$ 226,780.00$ -$ 243,133.75$ 142,500.00$ 183,365.00$ w/26.0 -$ 155,000.00$ DIV 28.0 Safety and Security/Fire AlarmLS 1 198,718.00$ 45,000.00$ 133,759.08$ 238,141.00$ 117,371.39$ 86,199.87$ -$ 222,022.41$ 81,203.00$ 67,293.95$ w/26.0 -$ 30,100.00$ DIV 31.0 Excavation/SiteworkLS 1 148,262.00$ 300,000.00$ 160,438.94$ 210,295.00$ 512,726.64$ 193,074.88$ -$ 204,956.93$ 797,860.00$ 487,762.49$ 867,351.00$ -$ 176,000.00$ DIV 31.1 Survey & LayoutLS 1 32,000.00$ 30,000.00$ 27,831.20$ 24,211.00$ 31,823.00$ 22,820.00$ -$ 22,949.88$ 16,000.00$ 22,709.05$ w/trades -$ 6,500.00$ DIV 31.2 Termite ControlLS 1 5,000.00$ 1,500.00$ 661.39$ 2,079.00$ 3,025.00$ 4,000.00$ -$ 932.02$ -$ 3,244.15$ 3,000.00$ -$ 448.00$ DIV 31.3Auger Cast PilesLS 1 183,756.00$ 160,000.00$ 217,843.18$ 180,856.00$ 285,174.01$ 83,520.00$ -$ 168,089.40$ 189,281.00$ 153,576.25$ 148,335.00$ -$ 213,500.00$ DIV 32.0Asphalt PavingLS 1 104,000.00$ 215,000.00$ 195,703.08$ 202,967.00$ 294,770.35$ 79,718.75$ -$ 172,286.16$ 190,187.00$ 209,330.29$ w/31.0 -$ 54,425.00$ DIV 32.1 Concete Paving & SidewalksLS 1 38,875.00$ 165,000.00$ 69,555.78$ 113,317.00$ 123,861.65$ 88,263.13$ -$ INCL. IN ASPHALT 52,487.00$ 7,566.33$ w/31.0 -$ 10,266.00$ DIV 32.2 Construction FenceLS 1 8,750.00$ 6,000.00$ 8,465.76$ 7,910.00$ 6,813.06$ 8,750.00$ -$ 6,235.10$ 8,750.00$ 8,815.63$ w/31.0 -$ 8,820.00$ DIV 32.3 Fences & GatesLS 1 76,248.00$ 150,000.00$ 79,173.95$ 27,437.00$ 80,138.30$ 77,878.00$ -$ 80,574.85$ Included 79,274.18$ 17,666.00$ -$ 93,600.00$ DIV 32.4 Landscaping & IrrigationLS 1 33,297.00$ 30,000.00$ 50,237.96$ 48,002.00$ 50,820.00$ 47,493.81$ -$ 37,499.86$ 46,905.00$ 38,910.35$ 70,000.00$ -$ 50,000.00$ DIV 33.0 Site Utilities LS 1 439,157.00$ 600,000.00$ 696,229.78$ 1,299,234.00$ 321,386.59$ 521,850.80$ -$ 490,044.48$ Included 268,104.57$ w/31.0 1,333,849.00$ 88,000.00$ 4,603,832.00$ 5,502,000.00$ 5,490,322.48$ 7,152,574.00$ 6,576,937.37$ 4,821,940.45$ 261,133.87$ 4,945,041.63$ 4,942,257.76$ 4,794,331.78$ 4,967,200.14$ 4,447,177.00$ 2,816,944.00$ 5,345,065.00$ 5,882,000.00$ 5,888,620.84$ 7,726,673.00$ 7,978,220.37$ 5,365,060.45$ 261,133.87$ 5,301,592.13$ 5,222,565.76$ 5,438,585.19$ 5,637,434.14$ 4,852,177.00$ 3,736,645.00$ *Corrected minor miscalculations. Unit pricing was not modified. NON-RESPONSIVENON-RESPONSIVENON-RESPONSIVENON-RESPONSIVENON-RESPONSIVENON-RESPONSIVENON-RESPONSIVEBUILD, LLCOneSource Construction Company & Builders, Inc DEC Contracting Group, Inc.Vantage Construction Services, LLC dba Vantage Construction ServicesMade In Rio, Inc.Heatherwood Construction CompanyAtlas Door & Gate Inc dba Quality Construction Curran Young Construction, LLCR.E. Crawford Construction, LLCRycon Construction, Inc.Panzica Construction Co.Persons Services Corp. YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NOYES YES *YES YES YES *YES *YES *YES *YES *YES *YES *YESYES YES YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES YES YES YES YES YES YESYES *YES YES YES YES YES YES YES YES YES YES YESYES YES YES NO YES YES YES YES YES YES YES YES*YES YES YES *YES YES *YES YES YES *YES YES YES YESYES YES YES YES YES YES YES YES *YES YES YES YES*YES YES YES YES YES *YES *YES YES *YES YES *YES YESYES YES YES YES YES YES Yes YES YES YES YES YESYES YES *YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES NO *YES *YES YES YES YESYES YES *YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES *YES *YES YES YES NO YES YESYES YES YES YES YES YES YES YES YES YES YES YESYES *YES YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES YES YES YES YES YES YESNotifications Sent: 2,851Viewed: 4,027Bids Received: 12CCSO Marco Sub-Station Building ReplacementConstruction ITB No. 25-8351Bid Tabulation BUILDING REPLACEMENTProject Manager: Olivier Sureau Procurement Strategist: Rita Iglesias Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 22.0 BUILDING - TOTAL: Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) SunBizState of Florida General Contractor LicenseOpened By: Rita Iglesias Witnessed By: Dania Guerrero Date: May 28, 2025, 3:00 PM EST Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11 Addendums (13)*Staff has allocated $350,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.TOTAL BID AMOUNT:1.0 GENERAL REQUIREMENTS E-VerifyW-9Page 2103 of 6525 11 Recommendation to award Invitation to Bid (“ITB”) No. 25- 8351, “CCSO Marco Sub-station Building Replacement”to Build, L.L.C., in the amount of $5,345,065, approve an Owners Allowance of $350,000 for potential unforeseen conditions, and authorize the Chairman to sign the attached Agreement. Facilities Management Division November 10th, 2025 Agenda Item 11.D Collier County | Florida Page 2104 of 6525 2 •September 2022 – Hurricane Ian damages the facility beyond repair •July 2024 – Completed construction of seawall replacement •May 2025 – Interlocal agreement with City recorded to construct additional docks for CCSO and MPD •May 28, 2025 – Bids received for building replacement construction •Q1, 2026 – Building construction estimated start date Project Recap/Highlights CCSO Marco Substation Building Replacement Page 2105 of 6525 3 CCSO Marco Substation Building Replacement Project Location Bridge CCSO Substation 990 N. Barfield Dr. Page 2106 of 6525 4 CCSO Marco Substation Building Replacement Site Plan Page 2107 of 6525 5 CCSO Marco Substation Building Replacement Renderings Page 2108 of 6525 6 CCSO Marco Substation Building Replacement Project Scope •Demolition of storm damaged existing one-story building •Construction of a new 5,289 square-foot, two-story station •Construction of site improvements such as upgraded stormwater management system and new parking layout with improved site circulation •Contractor will provide temporary trailers to CCSO during construction ensuring that services remain uninterrupted •The existing marina is to remain fully operational throughout the project Page 2109 of 6525 7 •Twelve (12) bids were received by the May 28, 2025, deadline: Bid Responses CCSO Marco Substation Building Replacement Page 2110 of 6525 8 Bid Responses •The design professional, StudioPlus L.L.C., and County Staff recommend to award ITB 25-8351 to Build, L.L.C., the lowest responsive and responsible bidder •An Owner’s Allowance of $350,000 will also be included in the Purchase Order •Build, L.L.C., is a Florida corporation formed in 2006 and is registered with the Florida Department of Business and Professional Regulation as a Certified General Contractor with registrations that are current and active CCSO Marco Substation Building Replacement Page 2111 of 6525 9 •A budget amendment is necessary within the FEMA Grants Fund (1813) to support the total estimated project budget of $6,245,065, which includes the construction contract amount, permit expenses, builders’ risk, and other project- related costs. •A portion of the project is anticipated to be offset by reimbursements through the FEMA Public Assistance Grant program, along with any insurance proceeds. Fiscal Impact CCSO Marco Substation Building Replacement Page 2112 of 6525 10 Recommendation CCSO Marco Substation Building Replacement Recommendation to award Invitation to Bid (“ITB”) No. 25-8351, “CCSO Marco Sub- station Building Replacement” to Build, L.L.C., in the amount of $5,345,065, approve an Owners Allowance of $350,000 for potential unforeseen conditions, and authorize the Chairman to sign the attached Agreement. Page 2113 of 6525