Active SLED Opportunity · FLORIDA · COUNTY OF COLLIER, FL
AI Summary
Sealed bids are requested for the construction of the Naples Park 103rd & 104th Avenues North Public Utilities Renewal Review Project, involving replacement of water, wastewater, and stormwater systems. Bids are due May 15, 2026, with a project budget of $17.8M. A non-mandatory pre-bid conference is scheduled for April 9, 2026, in Naples, FL.
Sealed bids for the construction of Naples Park 103rd & 104th Avenues North Public Utilities Renewal Review will be received electronically until 3:00 P.M. LOCAL TIME, on the 15th day of May 2026 on the County’s on-line bidding system: https://procurement.opengov.com/portal/collier-county-fl. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $17,848,277.00.
A non-mandatory pre-bid conference shall be held at the Procurement Services Division, 3295 Tamiami Trail East Bldg C-2, Conference Room A, Naples, Florida at 10:00 a.m. LOCAL TIME on the 9th day of April, 2026 at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Prospective bidders must register on https://procurement.opengov.com/portal/collier-county-fl and click Subscribe. Once registered & subscribed, interested parties may obtain a complete set of documents at: https://procurement.opengov.com/portal/collier-county-fl
This project is part of the Naples Park Public Utility Renewal (PUR) Program that includes the replacement of water, wastewater, and stormwater systems that service residents and businesses within Naples Park from 91st Avenue North to 111th Avenue North between Tamiami Trail and Vanderbilt Drive.
Sealed bids for the construction of Naples Park 103rd & 104th Avenues North Public Utilities Renewal Review will be received electronically until 3:00 P.M. LOCAL TIME, on the 15th day of May 2026 on the County’s on-line bidding system: https://procurement.opengov.com/portal/collier-county-fl. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $17,848,277.00.
A non-mandatory pre-bid conference shall be held at the Procurement Services Division, 3295 Tamiami Trail East Bldg C-2, Conference Room A, Naples, Florida at 10:00 a.m. LOCAL TIME on the 9th day of April, 2026 at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Prospective bidders must register on https://procurement.opengov.com/portal/collier-county-fl and click Subscribe. Once registered & subscribed, interested parties may obtain a complete set of documents at: https://procurement.opengov.com/portal/collier-county-fl
The County of Collier, FL is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
| Release Project Date: | March 31, 2026 |
| Pre-Bid Meeting (Non-Mandatory): | April 9, 2026, 10:00am Procurement Services |
| Question Submission Deadline: | May 8, 2026, 5:00pm |
| Proposal Submission Deadline: | May 15, 2026, 3:00pm Procurement Services |
Please see the Attachments section for specifications and attachments.
Zachary Scheid
Contract Administration Specialist
3299 Tamiami Trail East
Naples, FL 34112
Email: zachary.scheid@collier.gov
Phone: (239) 252-1291
Zachary Scheid
Contract Administration Specialist
3299 Tamiami Trail East
Naples, FL 34112
Email: zachary.scheid@collier.gov
Phone: (239) 252-1291
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Construction Bid Instructions have been acknowledged and accepted.
Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.
Please Upload in Excel format.
Bidder MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal.
http://dos.myflorida.com/sunbiz/ should be attached with your submittal. All the documents submitted by a corporation must be executed in the corporate name by the president, a vice president, or a duly authorized representative. The signatory must appear on Sunbiz, if not, attach a Resolution or Certificate of Authority.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (Limerock base 104th Ave North): Item #3.10b: Road Restoration - Limerock base (6 or 8-inch) In the roadway restoration detail it shows 8" of base for North/South Streets. Is there a quantity available for the amount of 8-inch and 6-inch base to be used?
A: Per the detail, the 8” base is to be used for the full width of the north-south streets. Remaining pavement has a 6” subbase.
Q (No subject): There are line items for private property tree replacement. Can you please provide a species and size requirement for this line item?
A: Measurement and Payment section 1.17 defines the type and size of trees required for Private Property Tree Replacement.
Q (Vibration Monitoring): Please clarify the County’s requirements regarding vibration monitoring for this project. Specifically, we request confirmation on whether vibration monitoring is to be performed by the County or by the Contractor, and under which specifications, standards, or contract documents (e.g., technical specifications, special provisions, reference standards) the vibration monitoring is to be conducted. Additionally, please identify any applicable thresholds, monitoring methodologies, reporting requirements, and responsible parties associated with vibration monitoring, if required.
A: Page 1 of Specification Section III (Payment subsection E. (c.)) specifies weekly reporting of vibration monitoring from the contractor to the CEI, EOR and County. Measurement and Payment Section 1.8(B) defines the third-party requirement and specifies applicable standards. Special Project Provisions #47 (page 6 of Section IV) specifies the contractor is responsible for providing a third-party professional, methodologies and reporting requirements.
Q (No subject): Can you provide any type of flow rates and peak hours for the sanitary system discharge?
A: The flow rates within individual segments of the Collier County’s existing sanitary sewer system vary and per the Contract Documents. It is the Contractor’s responsibility to maintain the wastewater collection system in operation at all times including bypass pumping, plugs, and pumper/vacuum trucks as necessary. However, provided below is an estimate of the flow rates based on approximate population within the project area and industry standard peaking factors that may be experienced within the sanitary sewer gravity system along 103rd Avenue, 104th Avenue, and 8th Street (at 103/104th Avenue). The flows below do not include possible inflow and infiltration. ESTIMATED Flow Rates: 1. 103/104th Avenues - Average Daily Flow (gpm): 18, Peak Hour Flow (gpm): 73 2. 8th Street (at 103/104th Avenue) - Average Daily Flow (gpm): 150, Peak Hour Flow (gpm): 530
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.