Active SLED Opportunity · FLORIDA · COUNTY OF COLLIER, FL

    Collier Area Transit Bus Stop Improvements

    Issued by County of Collier, FL
    countyRFQCounty of Collier, FLSol. 234792
    Open · 20d remaining
    DAYS TO CLOSE
    20
    due May 13, 2026
    PUBLISHED
    Apr 22, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Collier County seeks a qualified vendor for improvements at four bus stops including concrete work, curb and sidewalk installation, grading, and installation of shelters and amenities. The project requires compliance with FDOT and ADA standards, permit management, traffic control, and stormwater pollution prevention. Submission includes pricing and insurance documentation.

    Opportunity details

    Solicitation No.
    234792
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    April 22, 2026
    Due Date
    May 13, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    County of Collier, FL

    Description

    The purpose of this solicitation is to award to the lowest, qualified, and responsive vendor for “Four Bus Stop Improvements” within various locations, throughout Collier County, as specified in design plans.

    Background

    The purpose of this solicitation is to award to the lowest, qualified, and responsive vendor for “Four Bus Stop Improvements” within various locations, throughout Collier County, as specified in design plans.

    The proposed Project shall consist of the improvements to existing bus stops identified herein. Each site is unique and is to be constructed as per the design plans prepared by Capital Consulting.

    The project shall include but not be limited to the following items: Concrete work (removal and installation); Curb and sidewalk removal/installation; Excavation and grading; handrail, bus shelters, and amenities installation; Bus Stop sign relocation and installation; minor drainage work, and other miscellaneous work. All work must comply with the Florida Building Code and the Florida Department of Transportation (FDOT) Accessing Transit Design Handbook for Florida Passenger Facilities and the Collier County Right of Way Permitting.

    This project includes all work depicted on the plans to be completed; however, there is no guarantee all bus stops will be upgraded, improved, or rehabilitated. The following bid tabulation is meant as a representation to the quantification of work to be completed, does not guarantee award of all sites.

    The awardee must provide all the necessary items, tools, hardware, resources, materials, etc. to complete all project tasks fully and properly. Any type of railing necessary shall be purchased by the awardee, such as guiderail, guardrail, handrail, etc.  The County will provide the shelter, and amenities (trash can, bike rack and bench) which will need to be picked up, transported, and installed by the awardee.

    Must provide all necessary documentation, sketches, etc. required for permits. The County will pay permit fees but any fees in regards to extending the permits, additional inspections and/or any fees above the standard permitting fees will be the responsibility of the contractor, for all necessary permits.

    The awarded contractor will receive a purchase order for work.

    Project Details

    • Reference ID: QQ-2026-101
    • Department: Transportation Management Services
    • Department Head: Trinity Scott (Department Head)

    Evaluation Criteria

    • Scope of Work

      All work shall be supplied and completed in accordance with the FDOT Transit Design Handbook 2013 and 2017 updates, the latest edition of the Florida Building Code, FDOT 2019-20 Standard Plans, and the latest edition of the ADA Accessibility Guidelines for Transportation Facilities, and all Collier County standards and policies as revised to date, all the latest editions shall be adhered to.

       

      Construction

      Contractor shall diligently work on each project site without interruption or leaving project partially completed. The contractor must provide a Maintenance of Traffic plan for each site to ensure sidewalk closures and detours are planned and implemented. Shall also show any necessary lane closures. The Contractor will be required to follow Manual on Uniform Traffic Control Devices (MUTCD) guidelines and Florida Department of Transportation (FDOT) Maintenance of Traffic (MOT) policies. The contractor shall safe up the area after each workday is complete to avoid unsafe conditions for pedestrians, vehicular traffic, and passengers. The Contractor shall be responsible for obtaining and maintaining equipment and material and material storage yards beyond that required at the site. All work areas shall be maintained in a safe and clean manner, including at the end of each day. This shall include but not be limited to daily sweeping when warranted of pavement areas along the roadway and leaving all Right-of Way areas in which they are working at in safe conditions at end of workday.

       

      The contractor is responsible for furnishing all labor, tools, equipment and material. Contractor shall be responsible for coordinating all survey construction layouts. Contractor shall coordinate with all utilities for location of existing facilities prior to construction.

       

      Contractor shall maintain stormwater pollution prevention until completion of construction. Contractor should utilize silt fences, catch basin inlet devices, etc. as required. Contractor shall be responsible for maintenance of all Stormwater protection throughout construction and its subsequent removal. Contractor must keep all open stormwater areas free of debris and cleaned each day prior to leaving work site.

       

      Clearing and grubbing shall include the removal of asphalt, concrete, road base, storm structure pipes, vegetation, landscape materials, plants, trees, lighting and conduit, curb & gutter, sidewalk inlet tops, and fence not covered by any other pay items. All clearing and grubbing debris shall be removed from the job site and disposed appropriately by the CONTACTOR at no additional cost to the COUNTY. Construction shall comply with the latest edition of FDOT Standard Specifications for Road and Bridge Construction, FDOT Design standards, and Americans with Disabilities Standards for Accessible Design. Contractor shall follow the Collier County standard construction processes and procedures as outlined in said document. A Maintenance of Traffic (MOT) plan will be required for each site showing MOT to be used during construction, with sidewalk closures and detours and lane closures. Lane closures of FDOT roads are only permitted at night unless special approval is obtained by contractor from FDOT.

       

      Payment for any item of work shall be full compensation for the following:

       

      Excavation, stabilization, sheeting, harnessing, bracing and backfilling. Clearing and grubbing shall include only the work areas of the site. Contractor shall be responsible for restoring all areas disturbed by his work. All disturbed areas shall be sodded to match existing or landscaped accordingly.

       

      All testing requirements are needed to meet the specifications or applicable permit requirements. Compact Density test is required, with documentation to be submitted. Concrete mix must match as specified in the plans and specifications must be provided for approval by the Engineer of record. Approval/acceptance of all sites by the County to include but not limited to the permitting offices and FDOT on the state highway system as applicable.

       

      Safety precautions, traffic management, damages arising from the nature of the work and action of the elements, or any    unforeseen difficulties encountered during the prosecution of the work until acceptance by COUNTY is the responsibility of the contractor.

       

      Final grading and cleanup. All grading that exceeds the existing slope, or is too steep adjacent to pathways, sidewalks or any facility in which passengers or pedestrians will use need to have railing installed for fall protection, as necessary. The final grade should not be a trip hazard or too steep for pedestrians. If the new grade requires any railing type for pedestrian or vehicular safety, it will be the contractor’s responsibility to purchase and install to ensure that the site is safe for pedestrian and vehicular use and to ensure that permitting inspection is satisfied.

       

      Contractor is responsible for all incidental work normally associated with the item of work.

       

      This is a lump sum project per bus stop ID with all work to be complete per project plans, drawings, and specifications.

       

      Mobilization/Demobilization: Measurement for mobilization/demobilization shall be by Lump Sum for the project and shall not exceed 10% of the amount for the Base Bid. The work shall include, but not be limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site and for the establishment of temporary offices, installation of temporary safety equipment and first aid supplies, sanitary and other facilities. The cost of bonds and insurance and any other pre-construction expenses necessary for the start of the work, excluding the cost of construction materials, shall be included.

       

      Erosion Control Devices: Work shall include all labor, materials, and equipment necessary for implementation of the Erosion Control Devices. This shall include initial installation of stormwater pollution barriers, maintenance of barriers, inlet protection systems, their removal upon completion of work, all necessary inspection and repairing and associated monitoring and closeout documentation.

       

      Demolition, Clearing, Grubbing and Grading: Measurement and Payment shall be lump sum for clearing, demolition, grubbing and excavating and grading of the proposed site to the elevations shown. It shall include all labor, materials, and         equipment necessary to clear and remove existing concrete and other unsuitable materials and grade the site. Vegetation         and unsuitable materials shall be removed from the site and disposed of properly by the contractor.

       

      Maintenance of Traffic: Measurement and Payment shall be lump sum for the maintenance of traffic to improve each of the sites. Sidewalk closure will be required at each site with barricades at all entrances/exists for the sidewalk segment. A recommended route shall be labeled at the sidewalk closure signs to redirect pedestrian traffic. Lane closure locations will require proper maintenance of traffic.

       

      Construction of Bus Stop Improvements: Measurement and Payment shall be lump sum for the construction of the bus stop improvements. Improvements will include concrete sidewalk and curb installation, removal of detectable warnings and replacement where necessary, sign relocation, guiderail installation, and fence installation. It shall include all necessary labor, material, and equipment for grading, compacting, and completion of work for the required items.

       

      Plans and specifications prepared by Capital Consulting and identified as follows and included within the Request for Quotes. Contractor is responsible for reviewing all the bus stop sites and verifying the quantities and proposed work as per plans.

             

      The project shall include but not limited to:

      •      Permit process for both County and State and any other as applicable.

      •      Attendance to all on-site or off-site project meetings with the County Project Manager

      •      Painting of the curb in green and yellow CAT logo (logo stencil to be borrowed from County)

      •      Pick up and transport the shelters and amenities provided by County from storage facility (8300 Radio Road) to the site and erect the shelter using the necessary equipment. Any different anchor bolts or epoxy shall be the contractor’s responsibility. Any existing shelter and amenities that need to be returned to Collier Area Transit.

      •      Relocation of bus stop sign during construction and final placement.

      •      All disturbed areas shall be restored to the same conditions as prior to construction or better. All disturbed areas shall be sodded within one week of final grading. Sod shall be watered and maintained to ensure establishment and to satisfy right-of-way permitting inspection.

             •      Construction of each site as per plan

       

      This project will be subject to Davis Bacon Act. All documentation, including any sub-contractors, shall be submitted in a timely manner and kept up to date as needed. Any changes in sub-contractors after award must be submitted in writing to the County for approval, along with the required grant documentation. The awarded contractor is responsible for ensuring that all grant compliance requirements are met by all subs and well as the primary contractor. The awarded contractor must attend meetings with the resident compliance officer as needed. Failure to meet the grant requirements may be cause for non-payment of work.

       

      Prior to the commencement of the work, Contractor shall review the existing conditions at the project sites as it relates to the bus stop improvement work in these specifications and confirm that such work (to the best of this Contractors knowledge) as described in the scope of work, specifications and plans are in compliance with such code, laws, rules, regulation, requirements and existing conditions at the project site, and are also complete and workable.  All material needed to be acquired by the contractor must be done in a timely manner and lead times for materials shall be reviewed at time of quoting. Any material in which the lead time at time of quote is known to have a delay, must be communicated during Q&A, and must accompany a solution to ensure the project can be completed in a timely manner. Should it later appear during performance of the work that contrary to this Contractor’s judgement at the time prior to commence of the work, that any alternation, addition, or omission be required in the work shown or described in the plans, drawings, specification, scope of work etc. the contractor must bring to the attention to the Engineer of Record and the County to discuss how to proceed. All changes must be approved prior to work being done.

       

      This Contractor will be fully responsible for all, coordination, and layout of this work. All layouts must be in accordance to the plans.

    • Worker’s Compensation

      Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements

      Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/

    • Employer’s Liability

      $500,000 single limit per occurrence

    • Commercial General Liability (Occurrence Form) patterned after the current ISO form

      Bodily Injury and Property Damage

      $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability.  This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability.

    • Indemnification

      To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 

    • Automobile Liability

      $500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included

    • Watercraft

       $TBD Per Occurrence

    • United States Longshoreman's and Harborworker's Act

      United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work.

       $TBD Per Occurrence 

    • Maritime Coverage (Jones Act)

      Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work.

      $TBD Per Occurrence

    • Aircraft Liability

      Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement.

      $TBD Per Occurrence

    • Pollution

      $TBD Per Occurrence

    • Professional Liability

      $TBD Per claim & in the aggregate

    • Project Professional Liability

      $TBD Per Occurrence 

    • Valuable Papers Insurance

      $TBD Per Occurrence 

    • Cyber Liability

      $TBD Per Occurrence 

    • Technology Errors & Omissions

      $TBD Per Occurrence 

    • Additional Information
      1. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet.  The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions.
      2. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly.
      3. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County.  The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read:  For any and all work performed on behalf of Collier County.
      4. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112
      5. Thirty (30) Days Cancellation Notice required.
      6. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor.  Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings.  All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division.
      7. Professional Services and/or Consulting Services may require professional liability insurance. 
      8. Environmental services, repairs, construction and/or hazardous materials projects may require pollution insurance.

    Submission Requirements

    • Pricing Proposal (required)
    • Vendor's Insurance Statement (required)

      By confirming, we understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award. 

    • Vendor is fully licensed to complete this work. By confirming this, we confirm our company is fully licensed to complete the scope of work. (required)
    • Upload the following with your bid: (1) W-9, (2) E-Verify MOU or company profile from e-verify.gov, and (3) Sunbiz record showing the entity is active. (required)
    • Insurance Requirement (required)
    • Watercraft (required)

       $ __________ Per Occurrence

    • United States Longshoreman's and Harborworker's Act Coverage (required)

      $ __________ Per Occurrence

    • Maritime Coverage (Jones Act) (required)

      $ __________ Per Occurrence

    • Aircraft Liability (required)

      $ __________ Per Occurrence

    • Pollution (required)

       $ __________ Per Occurrence 

    • Professional Liability (required)

      $ ___________ Per claim & in the aggregate

    • Project Professional Liability (required)

       $__________ Per Occurrence

    • Valuable Papers Insurance (required)

      $__________ Per Occurrence

    • Cyber Liability (required)

       $__________ Per Occurrence

    • Technology Errors & Omissions (required)

      $__________ Per Occurrence

    • Employer's Liability (required)

       $ __________ single limit per occurrence

    • Aggregate - Commercial General Liability for Bodily Injury Liability and Property Damage Liability (required)

      $_________ aggregate

    • Single Limit - Commercial General Liability for Bodily Injury Liability and Property Damage Liability (required)

      $________ single limit per occurrence

    • Automobile Liability (required)

      $________ Each Occurrence

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Is this a grant-funded quote? (required)

      If this is a grant-funded quote, please make sure that the approval process is updated to accommodate the grants department's approval. 

      You can invite the grant department to upload relevant attachments by clicking on "Invite" and then adding the relevant user with edit access. 

    Key dates

    1. April 22, 2026Published
    2. May 13, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.