Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 01/13/2026 Item #11D (Invitation to Bid No. 24-8277R to Kyle Construction, Inc)
1/13/2026 Item # 11.D ID# 2025-4880 Executive Summary Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 24-8277R to Kyle Construction, Inc., for the Carlton Street sidewalk, potable water, wastewater, and stormwater infrastructure improvements project, in the amount of $4,687,836.50, approve an Owner’s Allowance of $200,000, approve the necessary Budget Amendments, and authorize the Chair to sign the attached Agreement. (Project Numbers 70275, 60250, 60228) OBJECTIVE: To build new sidewalks, replace aging potable water, wastewater, and stormwater infrastructure on Carlton Street and Tucker Avenue. CONSIDERATIONS: This project addresses replacing and installing infrastructure along Carlton Street in the Naples Manor neighborhood, specifically from Floridian Avenue to Tucker Avenue, and along Tucker Avenue from Sholtz Street to Hardee Street. The Public Utilities and Transportation Management Departments combined their scopes into a single construction project to reduce costs and avoid multiple disturbances in the neighborhood. The scope of the project includes: 1. The existing potable water infrastructures were installed in the 1970s and have reached the end of their useful life. Improvements to the potable water infrastructure include abandoning or removing the existing asbestos-cement water main and installing approximately 4,900 linear feet of new polyvinyl chloride water main, along with fire hydrants, gate valves, and water services. 2. The wastewater infrastructure includes replacing existing sanitary sewer cleanouts, adjusting sewer manholes, and replacing approximately 150 linear feet of 6-inch force main. 3. Stormwater infrastructure has exceeded the end of its useful life. Improvements include removing and disposing of various aging corrugated metal culvert pipes and old drainage structures. These will be replaced with new stormwater systems, including approximately 7,500 linear feet of new pipe, mitered end sections, inlets, and catch basins with sumps to ensure proper drainage throughout the area and improve water quality. 4. Construction of new sidewalks on both sides of the existing roadway along Carlton Street within the Collier County right-of-way. As indicated in the One-Cent Surtax Capital Projects from the Division of Transportation Engineering, the sidewalks included in this project are priority sidewalks consistent with the Metropolitan Planning Organization’s Comprehensive Pathway Plan. This will promote pedestrian safety and connectivity, enhancing the walkability experience in the neighborhood. Three major County programs support this project. The CCWSD has established a GIS-based, integrated Enterprise Asset Management system to systematically manage utility infrastructure throughout its lifecycle. Infrastructure identified as approaching or exceeding end-of-life is prioritized for renewal or replacement and scheduled under the Capital Improvement Plan. This proactive approach prevents failures, service outages, and costly emergency repairs. The stormwater portion of this project is part of the Stormwater Five-Year Work Program, as outlined in the 2023 Stormwater Management Annual Update Inventory Review and Capital Improvement Element, which the Board approved on December 12, 2023. It also supports the goals of the County’s Conservation and Coastal Management and Growth Management Plans. The sidewalk improvements are funded through Project No. 60228.2, “Surtax Various Sidewalks,” which was included in the One-Cent Surtax Budget approved by the Board on September 8, 2024. Together, these programs ensure that water, wastewater, stormwater, and pedestrian infrastructure are improved in a coordinated, efficient, and community- focused manner. On June 06, 2025, the Procurement Services Division issued Invitation to Bid No. 24-8277R, “Carlton Street Sidewalk and Utility Improvements.” The County received five bids by the July 24, 2025, submission deadline, as summarized below. Page 5362 of 14062 1/13/2026 Item # 11.D ID# 2025-4880 Respondents: Company Name City County ST Base Bid Alternate(s) Base Bid + Alternate(s) Responsive/ Responsible Kyle Construction, Inc. Naples Collier FL $ 3,600,917. 75 $ 1,086,918.75 $ 4,687,836.50 Yes/Yes Douglas N. Higgins, Inc. Naples Coller FL $ 3,552,415. 00 $ 1,290,481.00 $ 4,842,896.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $ 3,851,308. 00 $ 1,533,529.00 $ 5,384,837.00 Yes/Yes Andrew Sitework, LLC Naples Collier FL $ 4,042,900.00 $ 1,671,000.00 $ 5,713,900.00 Yes/Yes Coastal Concrete Products, LLC dba Coastal Site Development Fort Myers Lee FL $ 4,571,617. 00 $ 2,173,190.00 $ 6,744,807.00 No/Yes Staff reviewed the five bids received and found four of the bidders responsive and responsible. Kyle Construction Company, Inc. (“Kyle”) was determined to be the lowest, responsive, and responsible bidder with a total bid amount includes the base bid amount of $3,600,917.75, plus the alternate bid in the amount of $1,086,918.75. In addition to Kyle’s total bid amount, staff has allocated $200,000 as an Owner’s Allowance for unforeseen site conditions that may be encountered during construction, and is requesting approval of this allowance as part of the Purchase Order to be issued by staff. The allowance will be used only as directed by the County, with the contractor submitting proper supporting documentation for any additional work authorized and performed under the allowance. The County’s engineering consultant, Johnson Engineering, LLC., evaluated the bids and determined that Kyle met all the qualifications required for this project and submitted the lowest responsive and responsible bid. Kyle’s bid is approximately 11% less than Johnson Engineering’s $5,301,305.10 opinion of probable cost for the work. Kyle was founded in 1993 and is located in Collier County. Kyle specializes in underground utility and excavation construction projects and has successfully completed numerous projects for Collier County Public Utilities. Accordingly, staff recommends that Kyle be awarded the project. This item is consistent with the Collier County strategic plan objective to maintain public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual Update and Inventory Report (AUIR) and other planning tools that establish and implement plans for availability and adequacy of public facilities and remain in compliance with all regulatory requirements. FISCAL IMPACT: Funding in the total amount of $4,887,836.50 is needed for the Carlton Street Sidewalk and Utility Page 5363 of 14062 1/13/2026 Item # 11.D ID# 2025-4880 Improvements (Projects 70275, 60250, 60228). A Budget Amendment in the total amount of $1,697,855.64 is required to reallocate available funding within the Water User Fee Capital Fund (4012), from Project No. 70181 ($211,446.42), Project No. 70257 ($461,645.65), Project No. 70271 ($124,763.57), Project No. 70289 ($900,000.00) to Project No. 70275. A Budget Amendment in the total amount of $671,769.70 is required to reallocate available funding within the Stormwater Capital Fund (3050), from Project No. 60139 to Project No. 60250. The sources of funding are the Water Capital Fund (4012), Wastewater Capital Fund (4014), Stormwater Capital Fund (3050), and Infrastructure Sales Tax Fund (3018), allocated as shown below. FUNDING SOURCE BID AMOUNT Water User Fee Capital Fund (4012) $1,857,377.86 Wastewater User Fee Capital Fund (4014) $195,513.46 Stormwater Capital Fund (3050) $2,101,769.70 Infrastructure Sales Tax Fund (3018) $733,175.48 Total $4,887,836.50 GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATION(S): Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 24-8277R to Kyle Construction, Inc., for the Carlton Street sidewalk, potable water, wastewater, and stormwater infrastructure improvements project, in the amount of $4,687,836.50, approve an Owner’s Allowance of $200,000, approve the necessary Budget Amendments, and authorize the Chair to sign the attached Agreement. (Project Numbers 70275, 60250, 60228) PREPARED BY: Lis M. Carrasquel, P.E., Project Manager III (Licensed), Public Utilities Department, Engineering and Project Management Division ATTACHMENTS: 1. 24-8277R - Contract_Kyle Construction 2. 24-8277R - COI_exp 10.01.26 3. 24-8277R - Carlton Street Sidewalk and Utility Improvements 4. 24-8277R - Bid Tabulation 5. 24-8277R - NORA 6. 24-8277R - DELORA 7. 24-8277R - BA 3050 8. 24-8277R - BA 4012_R1 Page 5364 of 14062 Page 5365 of 14062 Page 5366 of 14062 Page 5367 of 14062 Page 5368 of 14062 Page 5369 of 14062 Page 5370 of 14062 Page 5371 of 14062 Page 5372 of 14062 Page 5373 of 14062 Page 5374 of 14062 Page 5375 of 14062 Page 5376 of 14062 Page 5377 of 14062 Page 5378 of 14062 Page 5379 of 14062 Page 5380 of 14062 Page 5381 of 14062 Page 5382 of 14062 Page 5383 of 14062 Page 5384 of 14062 Page 5385 of 14062 Page 5386 of 14062 Page 5387 of 14062 Page 5388 of 14062 Page 5389 of 14062 Page 5390 of 14062 Page 5391 of 14062 Page 5392 of 14062 Page 5393 of 14062 Page 5394 of 14062 Page 5395 of 14062 Page 5396 of 14062 Page 5397 of 14062 Page 5398 of 14062 Page 5399 of 14062 Page 5400 of 14062 Page 5401 of 14062 Page 5402 of 14062 Page 5403 of 14062 Page 5404 of 14062 Page 5405 of 14062 Page 5406 of 14062 Page 5407 of 14062 Page 5408 of 14062 Page 5409 of 14062 Page 5410 of 14062 Page 5411 of 14062 Page 5412 of 14062 Page 5413 of 14062 Page 5414 of 14062 Page 5415 of 14062 Page 5416 of 14062 Page 5417 of 14062 Page 5418 of 14062 Page 5419 of 14062 Page 5420 of 14062 Page 5421 of 14062 Page 5422 of 14062 Page 5423 of 14062 Page 5424 of 14062 Page 5425 of 14062 Page 5426 of 14062 Page 5427 of 14062 Page 5428 of 14062 Page 5429 of 14062 Page 5430 of 14062 Page 5431 of 14062 Page 5432 of 14062 Page 5433 of 14062 Page 5434 of 14062 Page 5435 of 14062 Page 5436 of 14062 Page 5437 of 14062 Page 5438 of 14062 Page 5439 of 14062 Page 5440 of 14062 Page 5441 of 14062 Page 5442 of 14062 Page 5443 of 14062 Page 5444 of 14062 Page 5445 of 14062 Page 5446 of 14062 Page 5447 of 14062 Page 5448 of 14062 Page 5449 of 14062 Page 5450 of 14062 Page 5451 of 14062 Page 5452 of 14062 Page 5453 of 14062 Page 5454 of 14062 Page 5455 of 14062 Page 5456 of 14062 Page 5457 of 14062 Page 5458 of 14062 Page 5459 of 14062 Page 5460 of 14062 Page 5461 of 14062 Page 5462 of 14062 Page 5463 of 14062 Page 5464 of 14062 Page 5465 of 14062 Page 5466 of 14062 Page 5467 of 14062 Page 5468 of 14062 Page 5469 of 14062 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: Carlton Street Sidewalk & Utility Improvements Kyle Construction 24-8277R COI approved. ✔ GonzalezGre ily Digitally signed by GonzalezGreily Date: 2025.11.20 11:50:29 -05'00' Page 5470 of 14062 éÛ xǕ5½Ȳ-Ư(S îÜ yȲăư+¾Ȳ#%$%ȕ ðÝ yȲ-4@5 Ȳt; #Ń/ȖȲi ćXjȲǐ Ƕ"Ȳŭ+ȲȆ ǖȇȲ=>ȲũƱ ñÞ ħȲċǀƲ%ŧ ȈŻ òß ǵȲnȜ&?ȲĎżŽȗ )&%() ) "'! )))'!$#) Ě{ǔȝ Ǘ{ʼnȲďžƳ ȉǽȲ w,,ȣ,CȲ #U&Ȳ ŚȲ sȲ Ĝ,(²,ÄȲ J Ȳ mmȲ Ȳ Ȳ sȲ tȤǮLjƴ¬Ȳ w(&ǺȲ#ƟQȲȲě[,Ȳ ĄȥſŊŏǁŅ|Ȳ'śȲĦ'ƥ|ǘǾ¿Ȳp'ƵŐǿȊ'Ȳņ'ȦőDZŀŲŒȲ'ǙȲȲpœǸƀŢƝȋȲNjŜȲą¶VǑȌƁǂȲƂ°ŋȲ 9Ȳ Ȳ>&ȲȲĈ+QȲ%Ȳǚ[Ȟ/]8ȲrƃȲ ȍȲȲŪǃ"ȲȲ>Ȳ)6Ǜ %Ȳ ƪȲȲ$Ȳ[%"ȲȲe*ȲȲȲȲ¶4,ƄÅȲI±Ȳ ȲūȲȪƶ&/Ȳ .ȲȲ0ƅ"ȲƆȲ0Ȳŵc&BõçBB8Ũ8 Ʒl ȫBȔȲ GLêÆ!!!Ç!!!ȲĨĩȲAȲ%%ȎȲ<Ȳ ;£ Ȳ o%Ȳ=ƠdD·Ȳ"Ȳ)Dz ȲĂ@Ȳ GLëÈ!!!É!!!ȲĪīȲ¨AȲ ƿRȲ Ȳ ljÚ± kȲ ¸ïÊËȲ C Ȳ OǎǜȲ o'Ȳ vơǻȲ#cȲŌȲ1 ǹȲqƸȲ#ƕȘ8Ȳ ğŶȲĊ3Ȳn0ȲĐ@Ɩ&Ȳ ĝ2Ȳ Ȳ "\Ȁ}Ȳ b'Ȳ fȲ } Ȳ ǏƢ.¯âȲ ĠŷȲ 2Ȳ .E"Ȳ 1ǝŔƹȲ Ȳ 5ªƇ÷Ȳ vZ7Ȳ JªD 0èìȁøȲ 1dz,Ȳ Ȳ -UǒƦ_ŕōȲ ǯ7ƈȲ Ȳ -7 7³Ȳ #9%%șàȲ ġȲ «2Ȳ Ȭ/WWȲ ȭ ¬Ȳ;Ɖ_cȲ fȲ ĉǞƊľȲFÌȲ 0 ŖȲJ3 Ƨǟē"¡ȲŸƫȲ ÍȲ*SűȲȲ Ȳ ĿƨȲĀƬƗȲ-«gÎȲS ȲŦ ¢Ȳ"ȲXgȲţǰnjXȲ ZȯȲȲȲ /$Ƙ* ÏȲ "VÐȲȲȲ `ÑȲR ƋAÒȲ $d(Ȳ Ȳ*4/Ȳ `ÓȲ Ȳ(ǷȂÀȲťȲȲǠÁȲO~ÔȲȲ ȲȮȲ ȟȲ$Ȳ ȲÕȲ < TÖȲ+ȲQ ƌƭȲFDųŰȲ 6ȲȲ Ȳ-(3 _æȲĤǡȲǢȲ·Ȳ gȲȲd(ȱ"Ȳ9Ȳa ȲāDŽ® ®ǣĔ£ȲƍȲPȲŬ<@ ȲŝȲ&PȲI40ãȲ ĆŇ2Ȳ KE^¡ùȲ ÿƙfȲ ČƣEǼȲ ºȲ ėǓ;țȲ qƺ×Ȳ FŎĕÙ´luƎ+úȲûȠV$ƚƮȲ=Y ȡȲ ô8 íȲ ` +Ȳ ƞ°ł Ȳ Ȳ ĖȲx6Ů &ö HȲĬĭĮzįȲ)5ȲȲ ģ?ŗȲ >NȲ đ: ǤƻDžÂȲ YȲ u¥$Ǎ¤µ¤TŘ¥Ã¨Ȳ üňȏȲ eǥŴȲ Ȳ $Ȳ ƼaȲF ǦȲ $Ȳ7Ȳ(ŹȲ ƽƩ/YȲŞȲ7PȲµǧTäȲ HȲİıIJijĴȲ)+Ȳ ³¦ řȲ ĒǨ*(Ȳ -e3NȲ ičȃȲ ý 6jȲ ȲȲ4ƏaȲ ´ <Ȳ / $ȲȲ Ȳ ȐȲşȲȑ2Ȳȩ\áȲ GȲĵMMMzȲ)5Ȳ Ȳ Iǩ.ůȲ#9ȚȲȧ3ȲźȲȲ 3]]*"Ȳ?ȲƐ4?0ȲȲ&ȲȲ( ȲhóØkȲ 2Ȳ NJ ȲŠȲ.ȲȒȲ,2Ȳ.'¯Ȳ'šȲbȲĞ\Ȩ ȄȲ²^ȲbȲþǪW0åȲ ¹ȲĶķĸĹȲ1ȲK.ǫ Ȳ ŤȲ ĘO~ƑȲ#ƒ$ƛ*6ȰȲ HȲĺLĻļĽȲ)Ȳ ƓUȲ»ȲRZȲ Ȳ::+:Ȳ )Ƥ 6Ȳ)*Ȳ#&Ȳ 15Ȳ C Ȳ ĥȢńȲ1^Ȳ=ȅE<Łdž.Ȳ 1ǬȲK ǴC Ȳ -9ȲǭȲ#ƜȓȲ ę¦Ȳ ;DNȲ Ģ LJ:Ȳr§¢§Ȳ¼ȲƾƔ©*A©Ȳ hȲ )Ȳ + Ȳ Page 5471 of 14062 þÙ óǹ$]ǹ ĀÚ , Ưş# ǹł Ģ<DµǹĉZ ǹ ǹ ǍPE ǹ RŪǹ ³ ǹ ǹǹ ǹŠEǹǹ ¸ ǹ ťÇǹ Àǹ !ǹǹǹ%&& j ǹ ǹǹ `oǹǹ ǹǹǹ+ǹ ǹǹ !nǹǹ ǹǹ%ǹǹǹ Ƭ ǹǹ ǹǹ ǹ;ljF çǹ U" ǹ !ǹ ǹ ǹƍǹ .Cǹǹ ǹ ǹO½ǹ $ǹǹSǹ #Ǝ)ǹǹǹ !ǹHǹf2Oǹ £ ǹ ǹ7ǹǹǹǹď &ǹƗǹư ǹǹǹĐ ǹČūǹ}ƤƱ ǹ &HXrǹ đǹƩżŅ ǹŬǹ » ǹ Œǹ ¿x''È'ì'Éǹ ĸǹ ƇǹǶǹǪE@ǠǹRŵǡǹŧǹdzPǹ ļƘǒMĽǓǹĹ<ǹģ´ƨ;ǹ1 4ǹ5Z6ǹ Zǹ51ǔ¶ǹš1ǹ ǹǹ ǕǹRIǹ §Êǹ ǹ ǹ LJ ǹ<ǹ ǹ,Ʋ; ®ǹņ Qǹ-ǹ +Ûǹ /ǹ,Ţ#-ƥ ǹǹ Ĥ-ǵDǹ$ǹ ǹǹK+1^h· ǹ.ǹǹ 2ǹJ¾ǹǹǹ ǹǹǹ ǹǹĒ¢8ǹ ǹ k ǹ ǹǹ kąǹ Nj8oǹ 5Q Ëǹ ǹ ǃg½ǹ ǹ ǹ ǹǹmĆÖmǹ *ǹ¯ǹǹǹN ǹ a ǹ ƳǹK-ǹǹ ǹǹǹ ŨŶHǹǹǹǖǹŘ ) ǹ]¾ǹ NjǹǹǹƏǹ2 Gǹ "ǹǹ» ǹ ǹ ǹƪ®ǹ ) ǹCÁǹ nǹ ǹǹ 3Oǹ%ǹ ǹ9ǹ NJŇǗǹ$ǹ Ğ ǹĥ@ǹĖP@6ǹ P ǹǹĈèğrǹ|ǹċE pǹę Üǹÿùǹē ǹǤ² Ìǹ=+ǹ İ!Íǹ= +ǹı!ǹw''yāÝǹ ĂT Ƿǹ ǹ ǹƴǹǹ ǹ ǹ F <ǹ+_ǹ/ǹ>¥ǹd ǹcŭ¤fǹǘ/ǹ(ǹǹcºA°Ńǹ ¥éǹ ĭũǹ >¦ǹWMǹƌCǹ J4ǹ µ¼ǹ 5ǹ A ǹ ?ǹ)KĶľǹ DňʼnŮŦǹǢ/ǹ1c7ǹ ^ǂ eQƙs v'Þ ôǹ Jǹªiǹǹ ǹƖǹǹ ; ;:ªǹ ǹ}Ƶ ǹ 30ř ǹţǹJ _ V ǹ~ Ǧǹ5(ǹG8IŊtǹĮaǹƢ ǹIJ ǹ ǹ &ů§3lǹǹ× & njǹkǹ±ǎ Ǚǹǹǹ ƶ ŰDž ǹ¤0Ʀ0ǹÎǹKǹQ ǹŤǹǹ gǹœqǹ·ǹU`ƃǹĜǹǹǹWÂǹC ǹ ǹ Ʒǹ 0« ¼ß ívà ǹ ǹLh7Ś ¶ǹĘƄLǹ ƈǹǹijƐǹǹƉ ŷǹ ǹ$ǹǹSǹ£#8&6ǹÏǹ$3ǹ ǧǹƑ0Lǹǹ ǹǚ6ǹĦǹ" ǹǨǹVj Lj9 Ðǹǹ¢ &ǹǬƣiáǹ Ī ǹ ś ŕƊ ǹǹǹǛǹI gǹ=9 HÑǹǹ,¡ ǹ=.ƸÒǹƹǹŋ Ŝ ǹ,eŽ ǹŌĿMűFpǹǹǜǹƺĄǹĔ <ǹǹ ǹ+1!ǹŖDŽǹǹ ǹ" ǹ¹â îõt Ǹǹ .;**; 18%"5 3;6# ;17%!5;/( 1;-938;2 ;" ǹ¹ǹ$*ǹǹ#¦7ōLÓǹzöăú ī9]9ǹĬ@ƅǹĎqǹġb Ôǹĕ~ǹyøïðx ñzã ǹ $&)6:;; :4;.+,5'0.;06%;2G`ä ò{å aŎǹSǹ ǹb ² ǹǹƒ%)ǹĊ ǹ)!ǹĝdž ǹǹ ǹ * Aǹ¡ ǹǯǹ_ǹŲǹ# dSTǹĩ (ǹ ǭd ǹ(Ƌ ǹ.ǹǹǹ 4ǹǹ2 ǹǹ "ǹǩǹ>ǹǰ" ǹ ǹ ǹǥ ê ,ƻ#ǹ ǹǹ ǹǹ ǹb³ž ¸ǹ«ǹǹƚ°- ǹ ǹhǹ ǹ$ ǹĨ!ǹ2Ɠ#ǹǹǹſ IƆǹ*ǹƀ ǹ .""sǹ U ǹƭǹNNŸǹ$ ¯ÃǹŻƁǹĚƼƛǹDZŹ ǹĺǹ´ǹĻǴǹŏǹ" AŐ* iǹħ!ǹĠ#ǹč%4%æ ėVØûuw{ë÷üǹ į[ńƧƽÄǏǹěƜǫƾXY[ǹćYY[ƫǝXƝŀőǹ |ǹ¨%ǹǹǹǹW*ǹ Fǹǹĵǹ(ǹBƞ ǹƿG©fǹ?ǹǹ; B BÕǹǹ ǹ#ų0ǹ/ǹ 43>ǹ(ǹ/ǹ*7ǹ?ǹǞ(ǹ©ǟǹueǹ5MƂǹ;ŗD-ǹ6ǹǹǹǹ 4Ŵ ǹ?^º.B )OlǹƔlǹ ǹ±Ʈź3ǹR8¬ǹŝǮ ǹÅýÆǹķǐǹƟŞƠǣ:¬ǹ:ǹǀ\Ł:¨ƕ\ơ\ǹĴDzǁǹ:Ŕǹ%Ǒǹ Tǹ Page 5472 of 14062 Page 5473 of 14062 11/11/2025 VTC Insurance Group Ft. Myers Office 6820 Porto Fino Circle Ste 2 Ft. Myers FL 33912 Wendy Hingson (239)275-8226 239-275-8837 whingson@vtcins.com Kyle Construction, Inc. (FL) 3636 Prospect Avenue Naples FL 34104 Westchester Surplus Lines Insurance Com 10172 25-26 Pollution-Blanket Coverage A X X POLLUTION LIABILITY X G28315855 005 6/4/2025 6/4/2026 Blanket Policy 1,000,000 2,000,000 Employee Benefits Bid No.: 24-8277R Carlton Street Sidewalk and Utility Improvements Collier County 3295 Tamiami Trail East Naples, FL 34112 Wendy Hingson/V232 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401)Page 5474 of 14062 Item 16.C.1 Board of County Commissioners January 13, 2026 Page 5475 of 14062 2 AGENDA •Background •Considerations •Recommendation Page 5476 of 14062 •Continue providing reliable, sustainable utility services for the Collier County Water- Sewer District (CCWSD). •Improve safety and quality of life in the Naples Manor community. •Construct new sidewalks on Carlton Street and Tucker Avenue. •Replace aging water, wastewater, and stormwater infrastructure. 3 BACKGROUND Page 5477 of 14062 •This project’s scope addresses replacing and installing infrastructure along Carlton Street in the Naples Manor neighborhood, specifically from Floridian Avenue to Tucker Avenue, and along Tucker Avenue from Sholtz Street to Hardee Street. The Public Utilities and Transportation Management Departments combined scopes into one construction project to reduce construction costs and avoid multiple disturbances in the neighborhood, which will benefit the public. •On June 06, 2025, the Procurement Services Division issued ITB No. 24-8277R, “Carlton Street Sidewalk and Utility Improvements.” The County received five bids by the July 24, 2025 submission deadline. 4 CONSIDERATIONS Page 5478 of 14062 •Staff reviewed bids received and found all bidders responsive and responsible, with Kyle Construction Company, Inc. (“Kyle”), as the lowest, responsive, and responsible bidder for the base bid plus alternate. The total bid amount includes the Base bid ($3,600,917.75) plus alternate ($1,086,918.75). In addition to the total bid amount, staff have allocated $200,000 as Owner’s Allowance for unforeseen site conditions that might be encountered during construction. •The County’s engineering consultant, Johnson Engineering, LLC., evaluated the bids and determined that Kyle met all the qualifications required for this project and submitted the lowest responsive, and responsible bid. Kyle’s bid is approximately 11% less than Johnson Engineering’s $5,301,305.10 opinion of probable cost for the work. •Kyle was founded in 1993 and is based in Collier County. Kyle specializes in underground utility and excavation construction projects and has successfully completed numerous projects for Collier County Public Utilities over the years. County staff recommends that Kyle be awarded the project. 5 CONSIDERATIONS Page 5479 of 14062 Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 24-8277R to Kyle Construction, Inc. for the Carlton Street Sidewalk and Utility Improvements project, in the amount of $ 4,687,836.50, approve an Owner’s Allowance of $200,000, approve the necessary budget amendments, and authorize the Chairman to sign the attached Agreement. 6 RECOMMENDATION Page 5480 of 14062 Project Manager: Lis Carrasquel Procurement Strategist: Rita Iglesias Notifications Sent: 3,202 Viewed: 1,201 Bids Received: 5 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (*)1 LS 171,000.00$ 171,000.00$ 172,000.00$ 172,000.00$ 173,258.00$ 173,258.00$ 191,265.00$ 191,265.00$ 235,000.00$ 235,000.00$ 181,695.85$ 181,695.85$ 2 Maintenance of Traffic 1 LS 27,000.00$ 27,000.00$ 172,000.00$ 172,000.00$ 72,552.00$ 72,552.00$ 192,820.00$ 192,820.00$ 125,000.00$ 125,000.00$ 45,000.00$ 45,000.00$ 3 Survey Layout & Record Drawings 1 LS 48,000.00$ 48,000.00$ 41,000.00$ 41,000.00$ 86,996.00$ 86,996.00$ 61,180.00$ 61,180.00$ 75,000.00$ 75,000.00$ 20,000.00$ 20,000.00$ 4 Pre-Construction Video 1 LS 3,500.00$ 3,500.00$ 8,000.00$ 8,000.00$ 2,417.00$ 2,417.00$ 15,670.00$ 15,670.00$ 7,500.00$ 7,500.00$ 2,500.00$ 2,500.00$ 249,500.00$ 393,000.00$ 335,223.00$ 460,935.00$ 442,500.00$ 249,195.85$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 5 Water Main Pipelines a. 6-inch PVC DR18 61 LF 90.00$ 5,490.00$ 78.00$ 4,758.00$ 180.00$ 10,980.00$ 360.00$ 21,960.00$ 125.00$ 7,625.00$ 200.00$ 12,200.00$ b. 8-inch PVC DR18 4,789 LF 95.00$ 454,955.00$ 88.00$ 421,432.00$ 172.00$ 823,708.00$ 75.00$ 359,175.00$ 95.00$ 454,955.00$ 130.00$ 622,570.00$ 6 Connect to Existing Water Main 9 EA 7,500.00$ 67,500.00$ 14,000.00$ 126,000.00$ 4,820.00$ 43,380.00$ 4,683.00$ 42,147.00$ 5,500.00$ 49,500.00$ 9,000.00$ 81,000.00$ 7 Fire Hydrant Assembly 11 EA 8,500.00$ 93,500.00$ 11,000.00$ 121,000.00$ 11,667.00$ 128,337.00$ 9,500.00$ 104,500.00$ 9,500.00$ 104,500.00$ 9,500.00$ 104,500.00$ 8 Bacteriological Sample Point 4 EA 4,200.00$ 16,800.00$ 5,000.00$ 20,000.00$ 5,366.00$ 21,464.00$ 5,400.00$ 21,600.00$ 5,500.00$ 22,000.00$ 5,000.00$ 20,000.00$ 9 Air release valve 2 EA 3,100.00$ 6,200.00$ 5,000.00$ 10,000.00$ 5,078.00$ 10,156.00$ 3,350.00$ 6,700.00$ 2,500.00$ 5,000.00$ 2,500.00$ 5,000.00$ 10 Gate Valve a. 6-inch Gate Valve 6 EA 6,000.00$ 36,000.00$ 3,500.00$ 21,000.00$ 3,203.00$ 19,218.00$ 2,400.00$ 14,400.00$ 2,800.00$ 16,800.00$ 3,500.00$ 21,000.00$ b. 8-inch Gate Valve 22 EA 8,000.00$ 176,000.00$ 4,200.00$ 92,400.00$ 3,937.00$ 86,614.00$ 3,425.00$ 75,350.00$ 3,750.00$ 82,500.00$ 3,800.00$ 83,600.00$ 11 Install Water Service a. Short-Single (1-1/2" Service)23 EA 3,000.00$ 69,000.00$ 1,800.00$ 41,400.00$ 2,538.00$ 58,374.00$ 1,820.00$ 41,860.00$ 1,450.00$ 33,350.00$ 1,000.00$ 23,000.00$ b. Short-Double (2" Service)19 EA 3,500.00$ 66,500.00$ 2,800.00$ 53,200.00$ 3,041.00$ 57,779.00$ 2,350.00$ 44,650.00$ 2,250.00$ 42,750.00$ 1,100.00$ 20,900.00$ c. Long-Single (2" Service)15 EA 5,500.00$ 82,500.00$ 3,200.00$ 48,000.00$ 5,335.00$ 80,025.00$ 3,750.00$ 56,250.00$ 3,450.00$ 51,750.00$ 2,400.00$ 36,000.00$ d. Long-Double (2" Service)22 EA 6,500.00$ 143,000.00$ 3,600.00$ 79,200.00$ 5,335.00$ 117,370.00$ 4,050.00$ 89,100.00$ 4,250.00$ 93,500.00$ 2,700.00$ 59,400.00$ 12 Service to "New" Meter Supplied by Collier County 113 EA 1,500.00$ 169,500.00$ 900.00$ 101,700.00$ 894.00$ 101,022.00$ 1,290.00$ 145,770.00$ 1,050.00$ 118,650.00$ 450.00$ 50,850.00$ 13 Service to Meter Box Only - "Vacant Lot"7 EA 1,000.00$ 7,000.00$ 900.00$ 6,300.00$ 857.00$ 5,999.00$ 1,250.00$ 8,750.00$ 850.00$ 5,950.00$ 150.00$ 1,050.00$ 14 Conflict Avoidance (Deflections)15 EA 8,000.00$ 120,000.00$ 3,500.00$ 52,500.00$ 7,316.00$ 109,740.00$ 5,550.00$ 83,250.00$ 4,500.00$ 67,500.00$ 3,400.00$ 51,000.00$ 15 Abandon Existing Water Main a. Remove - 2" PVC 620 LF 5.00$ 3,100.00$ 8.00$ 4,960.00$ 11.00$ 6,820.00$ 5.00$ 3,100.00$ 15.00$ 9,300.00$ 5.00$ 3,100.00$ b. Grout - 2" PVC 196 LF 10.00$ 1,960.00$ 8.00$ 1,568.00$ 15.00$ 2,940.00$ 5.00$ 980.00$ 15.00$ 2,940.00$ 10.00$ 1,960.00$ c. Remove - 6" PVC 56 LF 30.00$ 1,680.00$ 20.00$ 1,120.00$ 27.00$ 1,512.00$ 18.00$ 1,008.00$ 20.00$ 1,120.00$ 7.00$ 392.00$ d. Remove - 6" AC 3,784 LF 30.00$ 113,520.00$ 18.00$ 68,112.00$ 35.00$ 132,440.00$ 21.75$ 82,302.00$ 55.00$ 208,120.00$ 30.00$ 113,520.00$ e. Remove - 8" AC 15 LF 35.00$ 525.00$ 20.00$ 300.00$ 105.00$ 1,575.00$ 86.00$ 1,290.00$ 55.00$ 825.00$ 35.00$ 525.00$ 1,634,730.00$ 1,274,950.00$ 1,819,453.00$ 1,204,142.00$ 1,378,635.00$ 1,311,567.00$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 16 Install 15" PIPE 4,060 LF 70.00$ 284,200.00$ 82.00$ 332,920.00$ 119.00$ 483,140.00$ 86.80$ 352,408.00$ 185.00$ 751,100.00$ 125.00$ 507,500.00$ 17 Install Drainage Structures a. Junction Box 11 EA 15,000.00$ 165,000.00$ 7,000.00$ 77,000.00$ 5,118.00$ 56,298.00$ 6,900.00$ 75,900.00$ 7,500.00$ 82,500.00$ 6,750.00$ 74,250.00$ b. Type C Inlet 33 EA 6,500.00$ 214,500.00$ 5,000.00$ 165,000.00$ 3,915.00$ 129,195.00$ 4,800.00$ 158,400.00$ 6,500.00$ 214,500.00$ 5,000.00$ 165,000.00$ c. In-Line Drain 29 EA 2,500.00$ 72,500.00$ 2,100.00$ 60,900.00$ 1,712.00$ 49,648.00$ 2,500.00$ 72,500.00$ 6,500.00$ 188,500.00$ 2,000.00$ 58,000.00$ d. 15" Mitered End Section 20 EA 750.00$ 15,000.00$ 2,800.00$ 56,000.00$ 1,400.00$ 28,000.00$ 2,450.00$ 49,000.00$ 1,950.00$ 39,000.00$ 2,250.00$ 45,000.00$ 751,200.00$ 691,820.00$ 746,281.00$ 708,208.00$ 1,275,600.00$ 849,750.00$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 18 Restore Sewer Cleanout a. Cleanout found in field 32 EA 1,200.00$ 38,400.00$ 1,000.00$ 32,000.00$ 784.00$ 25,088.00$ 2,300.00$ 73,600.00$ 650.00$ 20,800.00$ 2,000.00$ 64,000.00$ b. Cleanout NOT found in field 40 EA 1,200.00$ 48,000.00$ 1,400.00$ 56,000.00$ 806.00$ 32,240.00$ 2,550.00$ 102,000.00$ 950.00$ 38,000.00$ 2,500.00$ 100,000.00$ 19A Adjust and Rehabilitate Existing Sewer Manholes 2 EA 12,000.00$ 24,000.00$ 6,000.00$ 12,000.00$ 9,993.00$ 19,986.00$ 14,300.00$ 28,600.00$ 17,500.00$ 35,000.00$ 30,000.00$ 60,000.00$ 19B Remove and Replace 6" Force Main 130 LF 125.00$ 16,250.00$ 60.00$ 7,800.00$ 72.00$ 9,360.00$ 240.00$ 31,200.00$ 275.00$ 35,750.00$ 150.00$ 19,500.00$ 126,650.00$ 107,800.00$ 86,674.00$ 235,400.00$ 129,550.00$ 243,500.00$ NON-RESPONSIVE Project Manager: Lis Carrasquel Procurement Strategist: Rita Iglesias Notifications Sent: 3,202 Viewed: 1,201 Bids Received: 5 BID TABULATION CONSTRUCTION ITB 24-8277R Carlton Street Sidewalk and Utility Improvements DOUGLAS N. HIGGINS INC.QUALITY ENTERPRISES USA, INC. SECTION 3: DRAINAGE SECTION 4: WASTEWATER IMPROVEMENTS KYLE CONSTRUCTION, INC.ANDREW SITE WORK, LLC COASTAL CONCRETE PRODUCTS, LLC DBA COASTAL SITE DEVELOPMENT ENGINEER SECTION 2: WATER MAIN SECTION 1: GENERAL SECTION 1 SUBTOTALS: SECTION 2 SUBTOTALS: SECTION 3 SUBTOTALS: SECTION 4 SUBTOTALS: Opened By: Rita Iglesias Witnessed By: Andres Fuentes Date: July 24, 2025, 3:00 PM EST Page 5481 of 14062 Project Manager: Lis Carrasquel Procurement Strategist: Rita Iglesias Notifications Sent: 3,202 Viewed: 1,201 Bids Received: 5 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 20 General Restoration (Including Sod and Grading)4,500 LF 20.00$ 90,000.00$ 24.00$ 108,000.00$ 10.00$ 45,000.00$ 13.60$ 61,200.00$ 30.00$ 135,000.00$ 35.00$ 157,500.00$ 21 Remove / Demo Existing Driveways a.Asphalt 262 SY 25.00$ 6,550.00$ 15.00$ 3,930.00$ 42.00$ 11,004.00$ 13.00$ 3,406.00$ 10.00$ 2,620.00$ 25.00$ 6,550.00$ b.Concrete 1,917 SY 20.00$ 38,340.00$ 15.00$ 28,755.00$ 41.00$ 78,597.00$ 19.00$ 36,423.00$ 30.00$ 57,510.00$ 25.00$ 47,925.00$ c.Gravel or Dirt 65 SY 10.00$ 650.00$ 8.00$ 520.00$ 28.00$ 1,820.00$ 20.00$ 1,300.00$ 10.00$ 650.00$ 10.00$ 650.00$ 22 Remove & Store Existing Brick Driveways 571 SY 20.25$ 11,562.75$ 30.00$ 17,130.00$ 26.00$ 14,846.00$ 25.00$ 14,275.00$ 20.00$ 11,420.00$ 45.00$ 25,695.00$ 23 Replace Driveways a.Concrete 1,917 SY 85.00$ 162,945.00$ 85.00$ 162,945.00$ 78.00$ 149,526.00$ 72.00$ 138,024.00$ 95.00$ 182,115.00$ 115.00$ 220,455.00$ b.Brick 299 SY 40.00$ 11,960.00$ 90.00$ 26,910.00$ 123.00$ 36,777.00$ 112.00$ 33,488.00$ 155.00$ 46,345.00$ 150.00$ 44,850.00$ c.Asphalt 238 SY 75.00$ 17,850.00$ 110.00$ 26,180.00$ 111.00$ 26,418.00$ 56.00$ 13,328.00$ 208.00$ 49,504.00$ 100.00$ 23,800.00$ 24 Driveway Coating & Finishes 220 SY 100.00$ 22,000.00$ 130.00$ 28,600.00$ 34.00$ 7,480.00$ 53.50$ 11,770.00$ 95.00$ 20,900.00$ 85.00$ 18,700.00$ 25 Roadway Restoration (Mill & Overlay)2,565 SY 45.00$ 115,425.00$ 43.00$ 110,295.00$ 42.00$ 107,730.00$ 25.40$ 65,151.00$ 95.00$ 243,675.00$ 55.00$ 141,075.00$ 26 Trench Restoration 363 SY 75.00$ 27,225.00$ 100.00$ 36,300.00$ 319.00$ 115,797.00$ 181.50$ 65,884.50$ 208.00$ 75,504.00$ 220.00$ 79,860.00$ 27 Sidewalk Restoration (Remove & Replace Existing) a.Concrete 126 SY 100.00$ 12,600.00$ 130.00$ 16,380.00$ 141.00$ 17,766.00$ 80.00$ 10,080.00$ 115.00$ 14,490.00$ 135.00$ 17,010.00$ b.Asphalt 38 SY 40.00$ 1,520.00$ 160.00$ 6,080.00$ 156.00$ 5,928.00$ 169.00$ 6,422.00$ 208.00$ 7,904.00$ 100.00$ 3,800.00$ 28 Install New 5' Wide Concrete Sidewalk 1,962 SY 80.00$ 156,960.00$ 110.00$ 215,820.00$ 69.00$ 135,378.00$ 59.50$ 116,739.00$ 85.00$ 166,770.00$ 65.00$ 127,530.00$ 29 Detectable Warnings 18 SY 250.00$ 4,500.00$ 100.00$ 1,800.00$ 288.00$ 5,184.00$ 374.00$ 6,732.00$ 350.00$ 6,300.00$ 400.00$ 7,200.00$ 30 Clearing and Grubbing 1 LS 25,000.00$ 25,000.00$ 90,000.00$ 90,000.00$ 26,032.00$ 26,032.00$ 393,000.50$ 393,000.50$ 70,000.00$ 70,000.00$ 40,000.00$ 40,000.00$ 31 Earthwork 1 LS 100,000.00$ 100,000.00$ 130,000.00$ 130,000.00$ 24,982.00$ 24,982.00$ 357,962.00$ 357,962.00$ 120,000.00$ 120,000.00$ 97,500.00$ 97,500.00$ 32 Private Property Tree Removal 20 EA 150.00$ 3,000.00$ 800.00$ 16,000.00$ 604.00$ 12,080.00$ 925.00$ 18,500.00$ 2,150.00$ 43,000.00$ 750.00$ 15,000.00$ 33 Private Property Tree Replacement 20 EA 250.00$ 5,000.00$ 900.00$ 18,000.00$ 604.00$ 12,080.00$ 1,400.00$ 28,000.00$ 2,650.00$ 53,000.00$ 1,750.00$ 35,000.00$ 34 Replace Mailboxes 103 EA 250.00$ 25,750.00$ 400.00$ 41,200.00$ 284.00$ 29,252.00$ 510.00$ 52,530.00$ 375.00$ 38,625.00$ 500.00$ 51,500.00$ 838,837.75$ 1,084,845.00$ 863,677.00$ 1,434,215.00$ 1,345,332.00$ 1,161,600.00$ 249,500.00$ 393,000.00$ 335,223.00$ 460,935.00$ 442,500.00$ 249,195.85$ 1,634,730.00$ 1,274,950.00$ 1,819,453.00$ 1,204,142.00$ 1,378,635.00$ 1,311,567.00$ 751,200.00$ 691,820.00$ 746,281.00$ 708,208.00$ 1,275,600.00$ 849,750.00$ 126,650.00$ 107,800.00$ 86,674.00$ 235,400.00$ 129,550.00$ 243,500.00$ 838,837.75$ 1,084,845.00$ 863,677.00$ 1,434,215.00$ 1,345,332.00$ 1,161,600.00$ 3,600,917.75$ 3,552,415.00$ 3,851,308.00$ 4,042,900.00$ 4,571,617.00$ 3,815,612.85$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE ALT-1 Mobilization/Demobilization (**)1 LS 51,000.00$ 51,000.00$ 62,000.00$ 62,000.00$ 69,073.00$ 69,073.00$ 73,630.00$ 73,630.00$ 100,000.00$ 100,000.00$ 70,747.25$ 70,747.25$ ALT-2 Maintenance of Traffic 1 LS 10,000.00$ 10,000.00$ 62,000.00$ 62,000.00$ 74,846.00$ 74,846.00$ 54,100.00$ 54,100.00$ 45,000.00$ 45,000.00$ 20,000.00$ 20,000.00$ ALT-3 Survey Layout & Record Drawings 1 LS 21,000.00$ 21,000.00$ 30,000.00$ 30,000.00$ 22,957.00$ 22,957.00$ 47,200.00$ 47,200.00$ 35,000.00$ 35,000.00$ 14,500.00$ 14,500.00$ 82,000.00$ 154,000.00$ 166,876.00$ 174,930.00$ 180,000.00$ 105,247.25$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE ALT-16 Install 15" PIPE 3,400 LF 70.00$ 238,000.00$ 78.00$ 265,200.00$ 190.00$ 646,000.00$ 79.60$ 270,640.00$ 185.00$ 629,000.00$ 125.00$ 425,000.00$ ALT-17 Install Drainage Structures a. Junction Box 1 EA 15,000.00$ 15,000.00$ 8,400.00$ 8,400.00$ 5,974.00$ 5,974.00$ 6,080.00$ 6,080.00$ 7,500.00$ 7,500.00$ 8,000.00$ 8,000.00$ b. Type C Inlet 20 EA 6,500.00$ 130,000.00$ 5,400.00$ 108,000.00$ 3,867.00$ 77,340.00$ 4,250.00$ 85,000.00$ 6,500.00$ 130,000.00$ 5,000.00$ 100,000.00$ c. In-Line Drain 27 EA 2,500.00$ 67,500.00$ 1,600.00$ 43,200.00$ 1,766.00$ 47,682.00$ 2,500.00$ 67,500.00$ 6,500.00$ 175,500.00$ 2,000.00$ 54,000.00$ 450,500.00$ 424,800.00$ 776,996.00$ 429,220.00$ 942,000.00$ 587,000.00$ ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE ALT-19 Adjust Existing Sewer Manholes 8 EA 3,500.00$ 28,000.00$ 1,500.00$ 12,000.00$ 9,993.00$ 79,944.00$ 1,380.00$ 11,040.00$ 17,500.00$ 140,000.00$ 2,750.00$ 22,000.00$ 28,000.00$ 12,000.00$ 79,944.00$ 11,040.00$ 140,000.00$ 22,000.00$ SECTION 5: RESTORATION IMPROVEMENTS ON CARLTON STREET & TUCKER AVENUE - BID SUMMARY SECTION 5 SUBTOTALS: BID ALTERNATE: IMPROVEMENTS ON NORTH / LEFT SIDE OF CARLTON STREET SECTION 1: GENERAL ALT-SECTION 3: DRAINAGE ALT-SECTION 4: WASTEWATER IMPROVEMENTS ALT SECTION 1 SUBTOTALS: ALT SECTION 3 SUBTOTALS: ALT SECTION 1 SUBTOTALS: SECTION 5: RESTORATION SECTION 4: WASTEWATER IMPROVEMENTS SECTION 3: DRAINAGE SECTION 2: WATER MAIN SECTION 1: GENERAL BASE BID PROJECT TOTAL: Opened By: Rita Iglesias Witnessed By: Andres Fuentes Date: July 24, 2025, 3:00 PM EST Page 5482 of 14062 Project Manager: Lis Carrasquel Procurement Strategist: Rita Iglesias Notifications Sent: 3,202 Viewed: 1,201 Bids Received: 5 ITEM NO.DESCRIPTION EST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE ALT-20 General Restoration (Including Sod and Grading)3,600 LF 20.00$ 72,000.00$ 24.00$ 86,400.00$ 9.00$ 32,400.00$ 14.00$ 50,400.00$ 30.00$ 108,000.00$ 35.00$ 126,000.00$ ALT-21 Remove / Demo Existing Driveways a. Asphalt 194 SY 25.00$ 4,850.00$ 15.00$ 2,910.00$ 47.00$ 9,118.00$ 14.50$ 2,813.00$ 10.00$ 1,940.00$ 25.00$ 4,850.00$ b. Concrete 1,849 SY 20.00$ 36,980.00$ 15.00$ 27,735.00$ 43.00$ 79,507.00$ 17.85$ 33,004.65$ 30.00$ 55,470.00$ 25.00$ 46,225.00$ c. Gravel or Dirt 143 SY 10.00$ 1,430.00$ 8.00$ 1,144.00$ 30.00$ 4,290.00$ 10.00$ 1,430.00$ 10.00$ 1,430.00$ 10.00$ 1,430.00$ ALT-22 Remove & Store Existing Brick Driveways 315 SY 20.25$ 6,378.75$ 30.00$ 9,450.00$ 26.00$ 8,190.00$ 21.50$ 6,772.50$ 20.00$ 6,300.00$ 45.00$ 14,175.00$ ALT-23 Replace Driveways a. Concrete 1,682 SY 85.00$ 142,970.00$ 90.00$ 151,380.00$ 78.00$ 131,196.00$ 72.00$ 121,104.00$ 95.00$ 159,790.00$ 115.00$ 193,430.00$ b. Brick 171 SY 40.00$ 6,840.00$ 100.00$ 17,100.00$ 126.00$ 21,546.00$ 128.50$ 21,973.50$ 155.00$ 26,505.00$ 150.00$ 25,650.00$ c. Asphalt 150 SY 75.00$ 11,250.00$ 110.00$ 16,500.00$ 137.00$ 20,550.00$ 67.00$ 10,050.00$ 208.00$ 31,200.00$ 100.00$ 15,000.00$ ALT-24 Driveway Coating & Finishes 160 SY 25.00$ 4,000.00$ 130.00$ 20,800.00$ 31.00$ 4,960.00$ 53.50$ 8,560.00$ 95.00$ 15,200.00$ 85.00$ 13,600.00$ ALT-28 Install New 5' Wide Concrete Sidewalk 1,909 SY 80.00$ 152,720.00$ 118.00$ 225,262.00$ 69.00$ 131,721.00$ 59.45$ 113,490.05$ 95.00$ 181,355.00$ 65.00$ 124,085.00$ ALT-30 Clearing and Grubbing 1 LS 25,000.00$ 25,000.00$ 40,000.00$ 40,000.00$ 26,032.00$ 26,032.00$ 340,000.30$ 340,000.30$ 70,000.00$ 70,000.00$ 34,500.00$ 34,500.00$ ALT-31 Earthwork 1 LS 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 9,993.00$ 9,993.00$ 276,462.00$ 276,462.00$ 110,000.00$ 110,000.00$ 97,500.00$ 97,500.00$ ALT-32 Private Property Tree Removal 30 EA 150.00$ 4,500.00$ 800.00$ 24,000.00$ 604.00$ 18,120.00$ 925.00$ 27,750.00$ 2,150.00$ 64,500.00$ 750.00$ 22,500.00$ ALT-33 Private Property Tree Replacement 30 EA 250.00$ 7,500.00$ 900.00$ 27,000.00$ 403.00$ 12,090.00$ 1,400.00$ 42,000.00$ 2,650.00$ 79,500.00$ 1,750.00$ 52,500.00$ 526,418.75$ 699,681.00$ 509,713.00$ 1,055,810.00$ 911,190.00$ 771,445.00$ 82,000.00$ 154,000.00$ 166,876.00$ 174,930.00$ 180,000.00$ 105,247.25$ 450,500.00$ 424,800.00$ 776,996.00$ 429,220.00$ 942,000.00$ 587,000.00$ 28,000.00$ 12,000.00$ 79,944.00$ 11,040.00$ 140,000.00$ 22,000.00$ 526,418.75$ 699,681.00$ 509,713.00$ 1,055,810.00$ 911,190.00$ 771,445.00$ 1,086,918.75$ 1,290,481.00$ 1,533,529.00$ 1,671,000.00$ 2,173,190.00$ 1,485,692.25$ 4,687,836.50$ 4,842,896.00$ 5,384,837.00$ 5,713,900.00$ 6,744,807.00$ 5,301,305.10$ NON-RESPONSIVE YES YES YES YES YES YES ANDREW SITE WORK, LLC Yes/NoYes/No YES YES YES YES YES YES YES YES YES YES YES YES DOUGLAS N. HIGGINS INC. Yes/No QUALITY ENTERPRISES USA, INC.KYLE CONSTRUCTION, INC. YES YES YES YES YES YES Yes/No YES YES YES YES YES YES YES Staff has allocated $200,000.00 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. *Note: The scheduled value for mobilization plus demobilization shall not exceed 5 percent of the Base Bid Project Total. **Note: The scheduled value for mobilization plus demobilization shall not exceed 5 percent of the Bid Alternate Total. ALT-SECTION 5: RESTORATION ALT -SECTION 1 GENERAL: ALT-SECTION 3: DRAINAGE ALT-SECTION 4: WASTEWATER IMPROVEMENTS ALT-SECTION 5: RESTORATION BID ALTERNATE TOTAL: ALT SECTION 2 SUBTOTALS: BID ALTERNATE SUMMARY SunBiz W-9 E-Verify Addendums (2) Immigration Affidavit Certification (Form 11) Licenses: State of Florida Underground Utility AND Excavation Contractor License OR State of Florida General Contractor License Certifications: OSHA Class II Asbestos Worker Certification • OSHA Class II Asbestos Supervisor Course YES *YES YES YES YES YES CASHIERS CHECK COASTAL CONCRETE PRODUCTS, LLC DBA COASTAL SITE DEVELOPMENT Yes/No YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES *YES YES YES YES YES YES YES YES YES YES YES *YES YES BASE BID PLUS BID ALTERNATE TOTAL: YES Bid Schedule Statement of Experience of Bidder (Form 5) List of Major Subcontractors (Form 4) Material Manufacturers (Form 3) Contractors Key Personnel Assigned to Project - (Form 2) Bid Response Form (Form 1) Vendor Declaration Statement (Form 10) Conflict of Interest Affidavit (Form 9) Insurance and Bonding Requirements (Form 8) Bid Bond (Form 7) Trench Safety Act Acknowledgement (Form 6) Opened By: Rita Iglesias Witnessed By: Andres Fuentes Date: July 24, 2025, 3:00 PM EST YES YES YES YES YES YES YES YES YES YES YES NO YES YES YES Opened By: Rita Iglesias Witnessed By: Andres Fuentes Date: July 24, 2025, 3:00 PM EST Page 5483 of 14062 Notice of Recommended Award Solicitation: 24-8277R Title: Carlton Street Sidewalk and Utility Improvements Project Due Date and Time: July 24th, 2025, at 3:00 PM EST Bidders: Company Name City County ST Base Bid Alternate(s) Base Bid + Alternate(s) Responsive /Responsible Kyle Construction, Inc. Naples Collier FL $3,600,917.75 $1,086,918.75 $4,687,836.50 Yes/Yes Douglas N.Higgins Inc. Naples Collier FL $3,552,415.00 $1,290,481.00 $4,842,896.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $3,851,308.00 $1,533,529.00 $5,384,837.00 Yes/Yes Andrew Site Work, LLC Fort Myers Lee FL $4,042,900.00 $1,671,000.00 $5,713,900.00 Yes/Yes Coastal Concrete Products, LLC dba Coastal Site Development Fort Myers Lee FL $4,571,617.00 $2,173,190.00 $6,744,807.00 No/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Bidder For Award: On June 6, 2025, the Procurement Services Division issued a Construction Invitation to Bid (ITB) No. 24-8277R, Carlton Street Sidewalk and Utility Improvements Project, to three thousand two hundred and two (3,202) vendors. On June 16, 2025, a non-mandatory bid meeting was held offering prospective bidders an opportunity to participate. One thousand two hundred and seven (1,207) viewed the bid package, and the County received five (5) bids by July 24, 2025, the submission deadline. Staff reviewed the bids received and determined four (4) bidders were deemed responsive and responsible as shown above. Coastal Concrete Products, LLC dba Coastal Site Development was deemed non-responsive for not adhering to the 5% threshold for line-item 1: Mobilization/Demobilization as part of the requirements of the solicitation. Staff determined that Kyle Construction, Inc., is the lowest responsive and responsible bidder. Staff recommend the contract be awarded to Kyle Construction, Inc., the lowest responsive and responsible bidder, based on the award of the Base Bid Project Total + Alternates for a total of $4,687,836.50. In addition to the total bid amount, staff has allocated $200,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 67FDC4DE-54E2-4026-8F53-A94D91439D27 10/10/2025 10/10/2025 10/10/2025 Page 5484 of 14062 2350 Stanford Court Naples, FL 34112 (239) 434-0333 www.johnsonengineering.com 9/53. October 8, 2025 Lis Carrasquel, P.E. Public Utilities Engineering & Project Management Transportation Engineering Division 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 RE: Bid No. 24-8277R - Carlton Street Sidewalk and Utility Improvements Low Bidder: Kyle Construction Inc. Dear Ms. Carrasquel: The bid opening for the above-referenced project took place on July 24, 2025. Collier County provided the results of the bid opening to Johnson Engineering on August 7, 2025. Johnson Engineering performed an evaluation of the results, and our recommendation is contained herein. Collier County received five (5) bids by the deadline established on the Invitation to Bid. Four (4) bids were deemed responsive by Collier County Procurement Services. The bids listed below are from lowest to highest: FIRM BASE BID PLUS BID ALTERNATE TOTAL Kyle Construction Inc. $4,687,836.50 Douglas N. Higgins, Inc. $4,842,896.00 Quality Enterprises USA, Inc. $5,384,837.00 Andrew Sitework, LLC $5,713,900.00 Coastal Concrete Products, LLC dba Coastal Site Development Non-Responsive For comparison purposes, Johnson Engineering, LLC provided Collier County with an Opinion of Probable Construction Cost of approximately $5,301,305.10. Following the opening, Collier County prepared a Bid Tabulation, which was used to do a bid analysis and check for mathematical errors. Based on the information provided, no mathematical errors appear to have been found, and the results show Kyle Construction, Inc. as the lowest responsive bid if awarding Base Bid Plus Bid Alternates. Verification of the reference information provided by Kyle Construction, Inc. was requested from each of the references provided with the bid. A total of ten (10) references were returned. See attached for each response. Based upon our review, the Base Bid Plus Bid Alternates bidder, Kyle Construction, Inc., appears to be a responsive & responsible bid, and demonstrates the experience requirements in the Supplemental Qualifications of Bidders. Subject to concurrence with Collier County’s Procurement Services Division, and the contractor furnishing the appropriate bonding and other required insurances, we recommend the selection of Kyle Construction, Inc. by Collier County for the intended work contained within the bid documents based on the bid solicitation lowest responsive Base Bid Plus Bid Alternates bidder selection criteria. Should you have any questions, or require additional information, please let me know. Sincerely, JOHNSON ENGINEERING, LLC Joshua Hildebrand, P.E., PTOE Project Engineer SINCE 1946 Page 5485 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 8/07/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Goodland + Belair WM Project Location: Collier County Project Description: Water Main Installation Completion Date: 06/2021 Contract Value: $330,000 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E. Naples, FL 34112 Phone: (239) 601-1290 Owner’s Contact Person: Diana Dueri, PMP E-Mail: diana.dueri@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/ No Changes 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 issues 7. Additional comments: 8/12/2025 Page 5486 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 8/07/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Naples Airport WM Replacement Project Location: Naples, FL Project Description: Install 12” Water Main + Service Hydrants Completion Date: 01/2022 Contract Value: $200,000 Project Owner/Title: City of Naples Owner’s Address: 295 Riverside Dr., Naples, FL Phone: (239) 213-5003 Owner’s Contact Person: Bob Middleton E-Mail: rmiddleton@naplesgov.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. No changes. 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. 7. Additional comments: If I recall, we selected Kyle Construction through the City’s pre-approved underground contractors list. Page 5487 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 8/07/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Pelican Ridge Water Main Project Location: Pelican Ridge Dr., Naples, FL Project Description: 8” Water Main Replacement 2900LF Completion Date: 10/2021 Contract Value: $670,000 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E. Naples, FL 34112 Phone: (239) 285-7850 Owner’s Contact Person: Anthony Dimeglio E-Mail: Anthony.Dimeglio@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/ No changes 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 issues 7. Additional comments: 8/12/2025 Page 5488 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 8/07/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Trail Blvd Phase 2 + 3 Project Location: Trail Blvd, Naples, FL Project Description: 8” Water Main Replacement Completion Date: 12/2023 Contract Value: $1,400,000 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E. Naples, FL 34112 Phone: (239) 253-0125 Owner’s Contact Person: Pam Libby E-Mail: Pam.libby@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) The project was completed in a timely manner and within budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes the submittal process was satisfactorily completed on time as requested. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes Kyle Construction completed the process in compliance with the plans provided and the utility standards manual requirements. 4. Did the process run smoothly? Were there any changes? Describe below. Yes the project went smoothly. Minor changes were required that were worked out in the field. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Kyle had some delays in getting the final invoice turned in but overall it went fine. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There have been no warranty issues to date for this project. 7. Additional comments: Page 5489 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 8/07/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Trail Blvd Phase 4 WM Project Location: Trail Blvd, Collier County, FL Project Description: 8” Watermain Replacement / Appurtenances Completion Date: 11/2023 Contract Value: $543,965 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E. Naples, FL 34112 Phone: (239) 601-1290 Owner’s Contact Person: Diana Dueri, PMP E-Mail:Diana.Dueri@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/ No changes 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 issues 7.Additional comments: 8/12/2025 Page 5490 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 9/25/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: 91st & 92nd Ave Water Main Replacement Project Location: Collier County, FL Project Description: Approximately 2,900 LF of 8” Water main replacement. New series, hydrants, connections, etc. Remove old a/c main. Completion Date: 2014/2015 Contract Value: $1,210,000 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E. Naples, FL 34112 Phone: (239) 253-0215 Owner’s Contact Person: Pam Libby E-Mail: Pam.libby@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes Kyle Construction completed the job on time and within budget. Rarely has this company requested a change order on any project I have been involved with them on. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes – all submittals were provided as requested. Most of the submittals came from Ferguson’s as they provided all parts. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes – the final product was satisfactory and built according to our Utility Standards Manual. 4. Did the process run smoothly? Were there any changes? Describe below. The neighborhood residents were challenging and put up as many roadblocks as possible, but Kyle Construction was able to work with them to get the project completed. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Kyle did complete all required closeout documents. It did take a little more time than other projects to get all the required information back. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Kyle Construction always responds quickly to any issue that arises on their projects. There were only minor issues on this project. 7. Page 5491 of 14062 Additional comments: Kyle Construction is one of our major contractors performing emergency response to the Water, Wastewater, Facilities and Parks and Recreation for all utility issues. They do a great job and always get the jobs done as requested. Page 5492 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 9/25/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Golden Gate City Transmission Main Improvements Phase 2 Project Location: Collier County, FL Project Description: Elite Concrete (specified concrete sub-contractor) form & pour approx. 3,500 LF of sidewalks along Green Blvd. in Collier County Completion Date: Blank Contract Value: $158,274.00 (Sidewalk cost per contract with prime vendor. Elite was a subcontractor) Project Owner/Title: Collier County Utilities Owner’s Address: 3339 Tamiami Trail E., Suite 145 Naples, FL 34112 Phone: (239) 380-4617 Owner’s Contact Person: Liz Gosselin E-Mail: liz.gosselin@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. No Changes. 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: Page 5493 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 9/25/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Murex Dr. Storm Replacement Project Location: Naples, FL Project Description: Approx. 1,620 LF of 15” Storm drain and associated structures. Swale reclamation as well. Completion Date: 8/2024 Contract Value: $200,000 Project Owner/Title: City of Naples Owner’s Address: 295 Riverside Circle Naples, FL 34102 Phone: (239) 213-5003 Owner’s Contact Person: Bob Middleton, Public Works Director E-Mail: rmiddleton@naplesgov.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: Page 5494 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 9/25/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Naples South Water Main Replacement Project Location: Collier County, FL Project Description: Approx. 5,700 LF of 8” Water Main Replacement. Approx. 4,510 LF of 6” Water Main Replacement, associated water services, fire hydrants, etc. Completion Date: 10/2017 Contract Value: $1,335,024.06 Project Owner/Title: Collier County Owner’s Address: 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 Phone: (239) 252-2583 Owner’s Contact Person: Benjamin Bullert E-Mail: Benjamin.Bullert@collier.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. There was three (3) Owner directed change orders included on this project. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No. 7. Additional comments: Page 5495 of 14062 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 24-8277R Reference Check by: Josh Hildebrand, P.E., PTOE Solicitation Title: Carlton Street Sidewalk and Utility Improvements Date: 9/25/2025 Bidder’s Name: Kyle Construction, INC. Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, LLC REFERENCED PROJECT: Project Name: Royal Harbor Phase 2 & 3 Water Main Replacement Project Location: Naples, FL Project Description: Approx. 6,000 LF of 8” water main replacement with services, hydrants, connections, etc. Completion Date: 06/07/2016 Contract Value: $ Project Owner/Title: City of Naples Owner’s Address: 295 Riverside Dr., Naples, FL Phone: (239) 877-7690 Owner’s Contact Person: Brad Bennett E-Mail: brbennett@naplesgov.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, as I recall the job 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? NA 7. Additional comments: Page 5496 of 14062