Agenda Item: 15(b) |
Prepared By: Justin Martin, PE, Director |
Business: City Council Item |
Department: Public Works |
Subject:
Title
Rejection of the Lowest Bidder, R.J. Engineering Construction Corp., Under City Ordinance Sec. 2-260(a)(1) and (10), and Award of Contract to the Second Lowest Responsive and Responsible Bidder, Infinity Construction, LLC., for the Construction of the Sand Hill Shared Use Path Project for $604,603.75 - Justin Martin, P.E., Director, Public Works
Body
BACKGROUND:
The City of Marco Island continues to advance its Bicycle and Pedestrian Master Plan, adopted in 2009, and reaffirmed by Resolution 24-10, through the planned construction of an 8-foot-wide concrete pathway along Sand Hill Street, beginning at the Leland Way intersection and ending in Winterberry Drive. The project scope includes drainage improvements, exfiltration trenches to improve water quality, driveway adjustments, signage, and pavement markings.
The project was publicly advertised, and the City received eight (8) bids. The apparent low bid of $468,898.21 was evaluated in accordance with City Ordinance Sec. 2-260(a)(1) and (10), regarding contractor responsibility and capability. Following reference checks and prior performance documentation, City staff issued a Notice of Intent to Reject the low bid for failure to demonstrate responsibility/capability. Following that action, and consistent with City procurement procedures and Florida law governing the award to the lowest responsive and responsible bidder, staff proceeded to issue a Notice of Intent to Award to Infinite Construction, LLC, as the second-lowest bidder, identified as the lowest responsive and responsible bidder.
Bidder |
Bid Total, including Contingency |
RJ Engineering Construction Corp. |
$468,898.21 |
Infinite Construction LLC |
$604,603.75 |
Andrew Sitework |
$619,624.00 |
Southern Striping Solutions, LLC (Collier Pave) |
$634,251.97 |
On Point Contracting Company, LLC |
$639,865.00 |
American Design Engineering Construction, Inc. |
$681,783.00 |
Sun Civil, LLC |
$729,780.83 |
Quality Enterprises USA, Inc. |
$747,058.00 |
City staff reviewed all bids and determined that RJ Engineering did not meet the required responsibility/capability based on reference checks and prior performance records. Accordingly, staff recommends rejecting RJ Engineering’s bid pursuant to City Code 2-260(a)(1), (10) and awarding the construction contract to the second-lowest bidder, Infinite Construction, in the amount of $604,603.75.
FUNDING SOURCE / FISCAL IMPACT: Funding for the Sand Hill Street Shared Use Path project is in the 2026 Capital Budget accounts 300-5400-5410-606300-25008 and 300-5400-5410-606300-16035.
RECOMMENDATION: Deem RJ Engineering Construction Corp. non-responsive/non-responsible under section 2-260(a)(1), (10) and authorize the award to Infinite Construction, LLC., as the second lowest responsive and responsible bidder for the construction of the Sand Hill Street Shared Use Path Project in the amount of $604,603.75.
POTENTIAL MOTION: “I move to Authorize the City Manager to Deem RJ Engineering Construction Corp. non-responsive/non-responsible under section 2-260(a)(1), (10) and authorize the award to Infinite Construction, LLC., as the second lowest responsive and responsible bidder for the construction of the Sand Hill Street Shared Use Path Project in the amount of $604,603.75.”