Agenda 05/13/2025 Item #11A (Award Invitation to Bid #25-8327 - Vanderbilt Beach Road )5/13/2025
Item # 11.A
ID# 2025-1080
Executive Summary
Recommendation to award Invitation to Bid No. 25-8327, “Vanderbilt Beach Road at Logan Boulevard Intersection
Improvements,” to Quality Enterprises USA, Inc., in the amount of $6,050,000.00, approve an Owner’s Allowance of
$400,000, and authorize the Chairman to sign the attached Agreement. Project No. 60252.
OBJECTIVE: To complete a safety improvement project at the intersection of Vanderbilt Beach Road and Logan
Boulevard that includes installing new mast arms, adding turn lanes, widening the roadway, and replacing and adding
sidewalk.
CONSIDERATIONS: On November 25, 2024, the Procurement Services Division posted Invitation to Bid No. 25-
8327. The County received four bids by the January 16, 2025 deadline as summarized below.
Company Name City County State Total Bid Responsive/
Responsible
Quality Enterprises USA, Inc. Naples Collier FL $6,050,000.00 Yes/Yes
Ajax Paving Industries of Florida North Venice Sarasota FL $6,325,946.50 Yes/Yes
Thomas Marine Construction, Inc. Fort Myers Lee FL $6,889,872.00 Yes/Yes
Preferred Materials, Inc. Tampa Hillsboroug
h
FL $9,962,894.05 Yes/Yes
Staff reviewed the bids and found all bidders responsive and responsible, with Quality Enterprises USA, Inc. (“QE”)
being the lowest, responsive and responsible bidder. Staff is recommending that QE be awarded the attached
Agreement in the total bid amount of $6,050,000.00. In addition to the total bid amount, staff has allocated $400,000.00
as an Owner’s Allowance, which is only to be used for unforeseen conditions and at the Owner’s direction, if necessary.
The County’s consulting engineer firm, AtkinsRéalis, evaluated QE’s references and found them acceptable to conclude
that QE has the requisite experience and success on work of a similar magnitude, and is a qualified contractor with the
skill, business standing, and ability to complete the work as required under the terms of the Agreement. QE’s low bid of
$6,050,000.00 is 12% lower than the Engineer’s “Opinion of Probable Cost,” which estimated the project’s cost at
$6,875,616.80. The Procurement Services Division concluded bidding was competitive and representative of market
conditions.
This item is consistent with the Collier County strategic plan, with the objective to design and maintain an effective
transportation system to reduce traffic congestion and improve the mobility of our residents and visitors.
FISCAL IMPACT: The total funding required for this contract is $6,450,000. Funding in the amount of $2,123,696.86
is currently available within the Transportation Capital Fund (3081) and Road Construction Gas Tax Fund (3083), in the
Vanderbilt Beach Road at Logan Boulevard Project (60252). The source of funding is general funds and gas taxes.
Budget amendments totaling $4,326,303.14 are necessary to reallocate the funding needed to award the construction
contract and owner’s allowance. The allocation between both funds is shown below:
Funding Source Amount
Transportation Capital Fund (3081) $2,455,255.01
Road Construction Gas Tax Fund
(3083)
$1,871,048.13
Total $4,326,303.14
GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the Long-Range Transportation Plan
and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major
roadway system at an acceptable Level of Service.
Page 561 of 5243
5/13/2025
Item # 11.A
ID# 2025-1080
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATIONS: That the Board award ITB No. 25-8327, “Vanderbilt Beach Road at Logan Boulevard
Intersection Improvements,” to Quality Enterprises USA, Inc., in the amount of $6,050,000.00, approve an Owner’s
Allowance of $400,000.00, authorize any necessary budget amendments, and authorize the Chairman to sign the
attached Agreement.
PREPARED BY: Katherine Chachere, RLA, Project Manager III (Licensed), Transportation Engineering Division
ATTACHMENTS:
1. 25-8327 DELORA_signed
2. 25-8327 - NORA signed
3. 25-8327 - Bid Tabulation
4. 25-8327 - Bid Schedule - Quality Enterprises USA, Inc.
5. 25-8327 COI in Compliance Packet
6. 25-8327 VendorSigned_Quality
7. BCC 5-13-25 VBR at Logan Presentation
8. 3081 to 60252 from multiple projects
9. 3083 to 60252 from multiple projects
Page 562 of 5243
02/07/2025
Procurement Strategist
Collier County Procurement Services
3295 Tamiami Trail East
Naples, FL 34112-5361
RE: AtkinsRéalis Letter of Recommended Award
Solicitation No. 25-8327 Vanderbilt Beach Road at Logan Blvd Intersection Improvements
Dear Ms. Iglesias:
Bids were received for the above-referenced project by Collier County on 1/16/2025. AtkinsRéalis Jason
Hodges has completed our review of the bid submitted by the lowest bidder for this project, and we are
pleased to provide the following award recommendation. The scope of the Vanderbilt Beach Road at Logan
Blvd Intersection Improvement project includes adding turn lanes to the intersection, widening the roadway,
replacing and adding sidewalk, and installing new mast arms at the intersection.
Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Quality
Enterprises USA, Inc. with a bid of $6,050,000.00. Jason Hodges was provided with the bid schedule for
Quality Enterprises USA. Quality Enterprises USA, Inc. bid is approximately 12% lower than the Engineer’s
Opinion of Probable Construction Cost (OPC) of $6,875,616.80.
References were provided, and the completed Vendor Reference Check Logs for each reference are attached
hereto. The project references provided by Quality Enterprises USA, Inc. were all contacted, Jason Hodges
determined the references contain suCicient relevant experience with similar projects to demonstrate the
required successful experience to complete the project.
Quality Enterprises USA, Inc. is a corporation formed in 2009 in the State of Florida and has been authorized
to transact business in the State of Florida since 2009. Quality Enterprises USA, Inc. is registered with the
Florida Department of Business and Professional Regulation as a Construction Business which registrations
are current and active.
The Engineer has not worked previously with Quality Enterprises USA, Inc. However, based on the favorable
performance reviews provided on the Vendor Reference Logs and its licensing, it appears that it is a qualified
firm to conduct the requested work. Based on the above information, Jason Hodges recommends Quality
Enterprises USA, Inc. be awarded the Vanderbilt Beach Road at Logan Blvd Intersection Improvement project
in the amount of $6,050,000.00.
Should there be any questions, please feel free to contact our oCice.
Sincerely,
Jason M. Hodges, PE
Engineer of Record
AtkinsRéalis
Page 563 of 5243
VENDOR REFERENCE CHECK LOG
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
Solicitation No.: 25-8327 Reference Check by: Alex Carlson
Solicitation Title:
Vanderbilt Beach Road at Logan
BoulevardIntersec.on Improvements
Date:
02/06/2025
Bidder’s Name: Quality Enterprises USA, Inc. Phone: 407-806-4236
Design Entity: AtkinsRéalis
REFERENCED PROJECT:
Project Name:
Design-Build I-75 & Collier
Boulevard Utility Relocation
Project Location:
Naples, FL
Project Description: Installation of utilities and restoration of roads and sidewalks
Completion Date: 09/2021 Contract Value: $14,962,500
Project Owner/Title: Collier County
Owner’s Address:
3339 Tamiami Tr. E., Naples,
FL 34112
Phone:
239-315-2181
Owner’s Contact
Person:
Shon Fandrich
E-Mail:
Shon.Fandrich@
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. There were minor changes as is the case on most construction projects.
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?
We did have a stick of pipe break after the warranty period expired. There was over 20,000 feet of pipe
successfully installed and no additional issues are known to date.
7. Additional comments:
Page 564 of 5243
VENDOR REFERENCE CHECK LOG
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
Solicitation No.: 25-8327 Reference Check by: Alex Carlson
Solicitation Title:
Vanderbilt Beach Road at Logan
BoulevardIntersection Improvements
Date:
02/06/2025
Bidder’s Name: Quality Enterprises USA, Inc. Phone: 407-806-4236
Design Entity: AtkinsRéalis
REFERENCED PROJECT:
Project Name:
Big Corkscrew Regional Park
Phase 2A Access Rd
Project Location:
Naples, FL
Project Description:
Construction of new 2 mile roadway with storm piping, utilities, curb, sidewalk,paving
and electrical conduit for future lighting
Completion Date: 11/2024 Contract Value: $9,028,810
Project Owner/Title: Collier County
Owner’s Address:
3339 Tamiami Tr. E., Naples,
FL 34112
Phone:
239-269-0629
Owner’s Contact
Person:
Tony Barone
E-Mail:
Tony.Barone@
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.
Very smooth, only owner initiated changes.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
6. Any warranty issues since closeout? Were they responded to and performed satisfactorily?
No
7. Additional comments:
They did a good job. I recommend.
Page 565 of 5243
VENDOR REFERENCE CHECK LOG
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
Solicitation No.: 25-8327 Reference Check by: Alex Carlson
Solicitation Title:
Vanderbilt Beach Road at Logan
BoulevardIntersec.on Improvements
Date:
02/06/2025
Bidder’s Name: Quality Enterprises USA, Inc. Phone: 407-806-4236
Design Entity: AtkinsRéalis
REFERENCED PROJECT:
Project Name:
Design-Build Logan-
Immokalee Force Main
Project Location:
Naples, FL
Project Description: Installation of utilities and restoration of roads and sidewalks
Completion Date: 07/2021 Contract Value: $9,858,072
Project Owner/Title: Collier County
Owner’s Address:
3339 Tamiami Tr. E., Naples,
FL 34112
Phone:
239-877-8338
Owner’s Contact
Person:
Zamira DelToro
E-Mail:
Zamira.Deltoro@
colliercountyfl.gov
1. Was project completed timely and within budget? (If not, provide detail)
Yes, the project was completed on time and within budget.
2. Was the submittal/review process performed satisfactorily? (If not, provide detail)
Yes, the submittals and review process were performed satisfactorily.
3. Was the construction process performed satisfactorily? (If not, provide detail)
Yes, the construction process was carried out satisfactorily.
4. Did the process run smoothly? Were there any changes? Describe below.
Yes, the process ran smoothly. No changes were made to the project.
5. Was the contract closeout process performed satisfactorily? (If not, provide detail)
Yes, the contract closeout process was completed satisfactorily.
6. Any warranty issues since closeout? Were they responded to and performed satisfactorily?
Yes, the contractor responded to and addressed the issues satisfactorily.
7. Additional comments:
None.
Page 566 of 5243
VENDOR REFERENCE CHECK LOG
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
Solicitation No.: 25-8327 Reference Check by: Alex Carlson
Solicitation Title:
Vanderbilt Beach Road at Logan
Boulevard Intersection
Improvements
Date:
02/06/2025
Bidder’s Name: Quality Enterprises USA, Inc. Phone: 407-806-4236
Design Entity: AtkinsRéalis
REFERENCED PROJECT:
Project Name:
San Marco Rd and
Heathwood Dr
Stormwater
Improvements
Project
Location:
Marco Island, FL
Project
Description:
Installation of 1,800 LF of storm piping ranging in size from 18” to 42” diameter
Completion Date:
07/2022
Contract
Value:
$1,705,923
Project
Owner/Title:
City of Marco Island
Owner’s Address:
50 Bald Eagle Dr., Marco
Island, FL 34145
Phone:
239-825-9554
Owner’s Contact
Person:
Mike Daniel
E-Mail:
MDANIEL@CityOfMarcoIsland.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 issues
Page 567 of 5243
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
7. Additional comments:
Will Rehire, excellent work and management
Page 568 of 5243
Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20
VENDOR REFERENCE CHECK LOG
Solicitation No.: 25-8327 Reference Check by: Alex Carlson
Solicitation Title:
Vanderbilt Beach Road at Logan
BoulevardIntersec.on Improvements
Date:
02/06/2025
Bidder’s Name: Quality Enterprises USA, Inc. Phone: 407-806-4236
Design Entity: AtkinsRéalis
REFERENCED PROJECT:
Project Name:
Marco Shores Alternative
Water and Sewer Project
Project
Location:
Marco Island, FL
Project Description: Installation of utilities and restoration of roads and sidewalks
Completion Date: 01/2020 Contract Value: $9,089,175
Project Owner/Title: City of Marco Island
Owner’s Address:
50 Bald Eagle Dr., Marco
Island, FL 34145
Phone:
239-825-9554
Owner’s Contact
Person:
Mike Daniel
E-Mail:
MDANIEL@
CITYOFMARCOISLAND.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 Issues
7. Additional comments:
Will Rehire
Page 569 of 5243
Notice of Recommended Award
Solicitation: 25-8327 Title: Vanderbilt Beach Road at Logan Boulevard Intersection Improvements
Due Date and Time: January 16, 2025, at 3:00 PM EST
Respondents:
Company Name City County State Total Bid Amount Responsive/Responsible
Quality Enterprises USA, Inc. Naples Collier FL $6,050,000.00 Yes/Yes
Ajax Paving Industries of Florida, LLC North
Venice
Sarasota FL $6,325,946.50 Yes/Yes
Thomas Marine Construction, Inc. Fort
Myers
Lee FL $6,889,872.00 Yes/Yes
Preferred Materials, Inc. Tampa Hillsborough FL $9,962,894.05 Yes/Yes
Utilized Local Vendor Preference: Yes No N/A
Recommended Vendor(s) For Award:
On November 25, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25-
8327, Vanderbilt Beach Road at Logan Boulevard Intersection Improvements, to two thousand five hundred and
forty-two (2,542) vendors. Eight hundred and sixty-four (864) viewed the bid package, and the County received
four (4) bids by January 16, 2025, the submission deadline.
Staff reviewed the bids received, and all bidders were deemed responsive and responsible as shown above.
Staff determined that Quality Enterprises USA, Inc., is the lowest responsive and responsible bidder.
Staff recommends the contract be awarded to Quality Enterprises USA, Inc., the lowest responsive and
responsible bidder, based on the award of the total bid amount of $6,050,000. In addition to the total bid
amount, staff has allocated $400,000.00 in Owner’s Allowance, for Owner’s use as directed.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Docusign Envelope ID: 8AA72273-C810-4E12-846C-D22F743A0A63
2/27/2025
2/27/2025
2/27/2025
Page 570 of 5243
Project Manager: Mark McCleary
Procurement Strategist: Rita Iglesias
Notifications Sent: 2,542
Viewed: 864
Bids Received: 4
ITEM NO. DESCRIPTION UNIT QTY UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL UNIT COST TOTAL
0101 1 MOBILIZATION LS 1 800,000.00$ 800,000.00$ 638,800.00$ 638,800.00$ 871,900.00$ 871,900.00$ 1,433,800.00$ 1,433,800.00$ 615,764.23$ 615,764.23$
0102 1 MAINTENANCE OF TRAFFIC LS 1 225,000.00$ 225,000.00$ 615,800.00$ 615,800.00$ 374,550.00$ 374,550.00$ 846,050.00$ 846,050.00$ 801,352.77$ 801,352.77$
0102 14 TRAFFIC CONTROL OFFICER HR 192 92.00$ 17,664.00$ 123.00$ 23,616.00$ 115.00$ 22,080.00$ 110.10$ 21,139.20$ 59.87$ 11,495.04$
0102 71 13 TEMPORARY BARRIER, F&I, LOW PROFILE, CONCRETE LF 588 79.00$ 46,452.00$ 69.00$ 40,572.00$ 58.00$ 34,104.00$ 80.90$ 47,569.20$ 37.80$ 22,226.40$
0102 71 23 TEMPORARY BARRIER, RELOCATE, LOW PROFILE, CONCRETE LF 720 28.00$ 20,160.00$ 19.00$ 13,680.00$ 18.00$ 12,960.00$ 24.75$ 17,820.00$ 12.13$ 8,733.60$
0102 104 TEMPORARY SIGNALIZATION AND MAINTENANCE, INTERSECTION ED 900 15.00$ 13,500.00$ 52.00$ 46,800.00$ 50.00$ 45,000.00$ 49.80$ 44,820.00$ 24.81$ 22,329.00$
0102 107 1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE, INTERSECTION ED 900 15.00$ 13,500.00$ 1.25$ 1,125.00$ 1.00$ 900.00$ 23.25$ 20,925.00$ 12.05$ 10,845.00$
0104 10 3 SEDIMENT BARRIER LF 5,055 3.00$ 15,165.00$ 1.20$ 6,066.00$ 2.00$ 10,110.00$ 1.30$ 6,571.50$ 1.92$ 9,705.60$
0104 15 SOIL TRACKING PREVENTION DEVICE EA 4 3,944.00$ 15,776.00$ 6,025.00$ 24,100.00$ 7,750.00$ 31,000.00$ 10,175.00$ 40,700.00$ 3,527.48$ 14,109.92$
0104 18 INLET PROTECTION SYSTEM EA 14 181.00$ 2,534.00$ 188.00$ 2,632.00$ 189.00$ 2,646.00$ 206.45$ 2,890.30$ 174.14$ 2,437.96$
0107 1 LITTER REMOVAL AC 84 151.00$ 12,684.00$ 69.00$ 5,796.00$ 100.00$ 8,400.00$ 51.65$ 4,338.60$ 20.36$ 1,710.24$
0107 2 MOWING AC 84 185.00$ 15,540.00$ 69.00$ 5,796.00$ 150.00$ 12,600.00$ 51.65$ 4,338.60$ 20.93$ 1,758.12$
0110 1 1 CLEARING & GRUBBING AC 10 12,596.00$ 125,960.00$ 15,320.00$ 153,200.00$ 18,500.00$ 185,000.00$ 42,900.00$ 429,000.00$ 63,158.08$ 631,580.80$
0110 4 10 REMOVAL OF EXISTING CONCRETE SY 2,218 51.00$ 113,118.00$ 50.20$ 111,343.60$ 53.50$ 118,663.00$ 89.00$ 197,402.00$ 55.19$ 122,411.42$
0120 1 REGULAR EXCAVATION CY 6,579 42.00$ 276,318.00$ 25.10$ 165,132.90$ 30.00$ 197,370.00$ 102.25$ 672,702.75$ 36.95$ 243,094.05$
0120 2 2 BORROW EXCAVATION, TRUCK MEASURE CY 6,280 42.00$ 263,760.00$ 36.40$ 228,592.00$ 45.00$ 282,600.00$ 102.25$ 642,130.00$ 81.73$ 513,264.40$
0160 4 TYPE B STABILIZATION SY 6,726 10.00$ 67,260.00$ 37.65$ 253,233.90$ 35.00$ 235,410.00$ 87.00$ 585,162.00$ 23.46$ 157,791.96$
0285 701 OPTIONAL BASE, GROUP 1 SY 622 39.00$ 24,258.00$ 56.50$ 35,143.00$ 35.00$ 21,770.00$ 93.60$ 58,219.20$ 30.92$ 19,232.24$
0285 702 OPTIONAL BASE, GROUP 2 SY 176 54.00$ 9,504.00$ 157.00$ 27,632.00$ 65.00$ 11,440.00$ 98.20$ 17,283.20$ 54.95$ 9,671.20$
0285 709 OPTIONAL BASE, GROUP 9 SY 5,714 78.00$ 445,692.00$ 104.00$ 594,256.00$ 55.00$ 314,270.00$ 104.45$ 596,827.30$ 42.21$ 241,187.94$
0327 70 6 MILLING 1.5" AVG. DEPTH SY 30,711 6.00$ 184,266.00$ 4.35$ 133,592.85$ 8.00$ 245,688.00$ 6.55$ 201,157.05$ 4.86$ 149,255.46$
0334 1 53 SUPERPAVE ASPHALT CONCRETE TRAFFIC C, PG 76-22 TN 555 315.00$ 174,825.00$ 203.55$ 112,970.25$ 350.00$ 194,250.00$ 288.60$ 160,173.00$ 350.00$ 194,250.00$
0337 7 83
ASPHALT CONCRETE FRICTION COURSE FC-12.5, PG 76-22, 1.5" AVG.
DEPTH TN 2,965 280.00$ 830,200.00$ 227.90$ 675,723.50$ 350.00$ 1,037,750.00$ 288.85$ 856,440.25$ 250.00$ 741,250.00$
0400 0 11 CONCRETE CLASS NS, GRAVITY WALL INDEX 400-011 CY 30 1,841.00$ 55,230.00$ 1,236.30$ 37,089.00$ 805.00$ 24,150.00$ 550.40$ 16,512.00$ 880.05$ 26,401.50$
0425 1351 INLETS, CURB, TYPE P-5, <10'EA 1 8,285.00$ 8,285.00$ 13,305.00$ 13,305.00$ 17,106.00$ 17,106.00$ 19,331.00$ 19,331.00$ 11,156.49$ 11,156.49$
0425 1361 INLETS, CURB, TYPE P-6, <10'EA 1 12,056.00$ 12,056.00$ 14,400.00$ 14,400.00$ 18,750.00$ 18,750.00$ 19,385.00$ 19,385.00$ 10,460.75$ 10,460.75$
0425 1451 INLETS, CURB, TYPE J-5, <10'EA 1 14,150.00$ 14,150.00$ 16,800.00$ 16,800.00$ 21,530.00$ 21,530.00$ 24,475.00$ 24,475.00$ 15,043.13$ 15,043.13$
0425 1533 INLETS, DITCH BOTTOM TYPE C MODIFIED-BACK OF SIDEWALK,J BOT,<10'EA 2 9,362.00$ 18,724.00$ 19,350.00$ 38,700.00$ 18,740.00$ 37,480.00$ 26,550.00$ 53,100.00$ 10,088.68$ 20,177.36$
0425 1541 INLETS, DT BOT, TYPE D,<10'EA 7 5,387.00$ 37,709.00$ 9,010.00$ 63,070.00$ 13,330.00$ 93,310.00$ 10,500.00$ 73,500.00$ 9,243.00$ 64,701.00$
0425 2 91 MANHOLES, J-8, <10'EA 1 11,531.00$ 11,531.00$ 14,500.00$ 14,500.00$ 17,940.00$ 17,940.00$ 22,400.00$ 22,400.00$ 7,761.46$ 7,761.46$
0425 2 93 MANHOLE, PARTIAL EA 1 4,474.00$ 4,474.00$ 12,920.00$ 12,920.00$ 11,330.00$ 11,330.00$ 7,620.00$ 7,620.00$ 5,402.19$ 5,402.19$
0425 5 MANHOLE, ADJUST EA 3 2,517.00$ 7,551.00$ 7,910.00$ 23,730.00$ 2,145.00$ 6,435.00$ 2,100.00$ 6,300.00$ 1,542.59$ 4,627.77$
0425 6 VALVE BOXES, ADJUST EA 1 1,744.00$ 1,744.00$ 4,050.00$ 4,050.00$ 1,015.00$ 1,015.00$ 1,560.00$ 1,560.00$ 660.00$ 660.00$
0430 174 218PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 18" SD LF 24 244.00$ 5,856.00$ 268.00$ 6,432.00$ 500.00$ 12,000.00$ 405.00$ 9,720.00$ 307.40$ 7,377.60$
0430 175 118PIPE CULVERT,OPTIONAL MATERIAL, ROUND, 18"S/CD LF 299 189.00$ 56,511.00$ 245.55$ 73,419.45$ 300.00$ 89,700.00$ 316.25$ 94,558.75$ 171.25$ 51,203.75$
0430 175 130PIPE CULVERT,OPTIONAL MATERIAL, ROUND, 30"S/CD LF 36 416.00$ 14,976.00$ 344.25$ 12,393.00$ 550.00$ 19,800.00$ 564.00$ 20,304.00$ 340.60$ 12,261.60$
0430 175 218PIPE CULVERT,OPTIONAL MATERIAL, OTHER-ELIP/ARCH, 18"S/CD LF 839 221.00$ 185,419.00$ 262.20$ 219,985.80$ 350.00$ 293,650.00$ 360.00$ 302,040.00$ 208.93$ 175,292.27$
0430 984 625MITERED END SECT, OPTIONAL - ELLIPTICAL / ARCH, 18" SD EA 4 2,774.00$ 11,096.00$ 4,140.00$ 16,560.00$ 7,000.00$ 28,000.00$ 7,835.00$ 31,340.00$ 5,507.82$ 22,031.28$
0515 1 1 PIPE HANDRAIL - GUIDERAIL, STEEL LF 228 218.00$ 49,704.00$ 94.15$ 21,466.20$ 188.00$ 42,864.00$ 243.00$ 55,404.00$ 361.11$ 82,333.08$
0520 1 7 CONCRETE CURB & GUTTER, TYPE E LF 1,669 42.00$ 70,098.00$ 29.50$ 49,235.50$ 43.00$ 71,767.00$ 41.30$ 68,929.70$ 30.86$ 51,505.34$
0520 1 10 CONCRETE CURB & GUTTER, TYPE F LF 2,774 42.00$ 116,508.00$ 27.00$ 74,898.00$ 40.00$ 110,960.00$ 38.50$ 106,799.00$ 41.67$ 115,592.58$
0520 70 CONCRETE TRAFFIC SEPARATOR, SPECIAL - VARIABLE SY 115 191.00$ 21,965.00$ 93.50$ 10,752.50$ 152.00$ 17,480.00$ 148.60$ 17,089.00$ 128.84$ 14,816.60$
0522 2 CONCRETE SIDEWALK AND DRIVEWAY, 6" THICK SY 1,610 85.00$ 136,850.00$ 70.60$ 113,666.00$ 95.00$ 152,950.00$ 92.90$ 149,569.00$ 173.90$ 279,979.00$
0527 2 DETECTABLE WARNINGS SF 173 32.00$ 5,536.00$ 37.65$ 6,513.45$ 39.00$ 6,747.00$ 44.70$ 7,733.10$ 45.00$ 7,785.00$
0570 1 2 PERFORMANCE TURF (SOD)SY 12,001 8.00$ 96,008.00$ 6.30$ 75,606.30$ 8.00$ 96,008.00$ 12.00$ 144,012.00$ 5.18$ 62,165.18$
4,655,117.00$ 4,835,095.20$ 5,461,433.00$ 8,159,140.70$ 5,594,192.28$
0630 2 11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 115 26.00$ 2,990.00$ 46.10$ 5,301.50$ 44.00$ 5,060.00$ 30.00$ 3,450.00$ 18.36$ 2,111.40$
0630 2 12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 425 73.00$ 31,025.00$ 90.10$ 38,292.50$ 86.00$ 36,550.00$ 136.00$ 57,800.00$ 36.87$ 15,669.75$
0632 7 1
SIGNAL CABLE-NEW OR RECONSTRUCTED INTERSECTION, FURNISH &
INSTALL PI 1 17,586.00$ 17,586.00$ 40,000.00$ 40,000.00$ 38,122.00$ 38,122.00$ 20,035.00$ 20,035.00$ 18,584.85$ 18,584.85$
0632 7 6 SIGNAL CABLE, REMOVE - INTERSECTION PI 1 6,039.00$ 6,039.00$ 1,930.00$ 1,930.00$ 1,845.00$ 1,845.00$ 6,900.00$ 6,900.00$ 1,295.37$ 1,295.37$
0633 1 122 FIBER OPTIC CABLE, F&I, UNDERGROUND, 13-48 FIBERS LF 110 5.00$ 550.00$ 3.25$ 357.50$ 3.00$ 330.00$ 29.00$ 3,190.00$ 4.94$ 543.40$
0633 2 31 FIBER OPTIC CONNECTION, INSTALL, SPLICE EA 4 112.00$ 448.00$ 84.10$ 336.40$ 80.50$ 322.00$ 702.00$ 2,808.00$ 56.46$ 225.84$
0633 2 32 FIBER OPTIC CONNECTION, INSTALL, TERMINATION EA 12 77.00$ 924.00$ 104.20$ 1,250.40$ 100.00$ 1,200.00$ 100.30$ 1,203.60$ 74.32$ 891.84$
0633 6 FIBER OPTIC CABLE LOCATOR DA 100 51.00$ 5,100.00$ 335.10$ 33,510.00$ 320.00$ 32,000.00$ 57.80$ 5,780.00$ 209.43$ 20,943.00$
0633 3 11 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSURE EA 1 1,032.00$ 1,032.00$ 1,630.00$ 1,630.00$ 1,559.00$ 1,559.00$ 2,325.00$ 2,325.00$ 1,155.00$ 1,155.00$
0633 3 16
FIBER OPTIC CONNECTION HARDWARE, F&I, PRETERMINATED PATCH
PANEL EA 1 676.00$ 676.00$ 1,400.00$ 1,400.00$ 1,327.00$ 1,327.00$ 771.00$ 771.00$ 1,666.69$ 1,666.69$
0635 2 11 PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA 7 1,686.00$ 11,802.00$ 1,552.50$ 10,867.50$ 1,484.00$ 10,388.00$ 2,050.00$ 14,350.00$ 1,643.06$ 11,501.42$
0635 2 12 PULL & SPLICE BOX, F&I, 24" x 36" COVER SIZE EA 5 3,416.00$ 17,080.00$ 4,175.00$ 20,875.00$ 3,990.00$ 19,950.00$ 8,035.00$ 40,175.00$ 2,820.46$ 14,102.30$
0635 2 14 PULL & SPLICE BOX, F&I, 17" x 30" COVER SIZE EA 10 1,907.00$ 19,070.00$ 2,355.00$ 23,550.00$ 2,250.00$ 22,500.00$ 2,175.00$ 21,750.00$ 1,388.11$ 13,881.10$
0639 1 111
ELECTRICAL POWER SERVICE, F&I, OVERHEAD, METER FURNISHED BY
POWER COMPANY AS 1 5,118.00$ 5,118.00$ 8,113.00$ 8,113.00$ 7,757.00$ 7,757.00$ 7,300.00$ 7,300.00$ 5,023.83$ 5,023.83$
0639 1 610 ELECTRICAL POWER SERVICE, REMOVE OVERHEAD AS 1 1,783.00$ 1,783.00$ 665.00$ 665.00$ 635.00$ 635.00$ 2,031.00$ 2,031.00$ 1,119.08$ 1,119.08$
0639 2 1 ELECTRICAL SERVICE WIRE, FURNISH & INSTALL LF 30 13.00$ 390.00$ 10.00$ 300.00$ 10.00$ 300.00$ 15.50$ 465.00$ 9.46$ 283.80$
0639 3 11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNT EA 1 2,363.00$ 2,363.00$ 2,350.00$ 2,350.00$ 2,250.00$ 2,250.00$ 2,700.00$ 2,700.00$ 1,369.36$ 1,369.36$
0646 1 11 ALUMINUM SIGNALS POLE, FURNISH & INSTALL PEDESTAL EA 8 3,486.00$ 27,888.00$ 4,000.00$ 32,000.00$ 3,766.00$ 30,128.00$ 3,970.00$ 31,760.00$ 3,161.32$ 25,290.56$
0646 1 60 ALUMINUM SIGNALS POLE, REMOVE EA 3 2,041.00$ 6,123.00$ 387.00$ 1,161.00$ 370.00$ 1,110.00$ 2,325.00$ 6,975.00$ 465.11$ 1,395.33$
0649 2 605
STEEL CCTV POLE, REMOVE POLE-COMPLETE/DEEP FOUNDATION
REMOVAL, BOLT ON ATTACHMENT EA 4 29,622.00$ 118,488.00$ 34,200.00$ 136,800.00$ 32,700.00$ 130,800.00$ 33,750.00$ 135,000.00$ 13,800.00$ 55,200.00$
0649 21 10 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 60'EA 2 113,821.00$ 227,642.00$ 110,200.00$ 220,400.00$ 105,340.00$ 210,680.00$ 148,000.00$ 296,000.00$ 110,353.97$ 220,707.94$
0649 21 15 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 70'EA 2 119,387.00$ 238,774.00$ 121,235.00$ 242,470.00$ 115,910.00$ 231,820.00$ 151,500.00$ 303,000.00$ 120,997.13$ 241,994.26$
0650 1 14
VEHICULAR TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1
WAY AS 22 2,293.00$ 50,446.00$ 1,955.00$ 43,010.00$ 1,869.00$ 41,118.00$ 2,611.00$ 57,442.00$ 2,497.92$ 54,954.24$
0653 1 11 PEDESTRIAN SIGNAL, FURNISH & INSTALL COUNTDOWN, 1 WAY AS 8 1,202.00$ 9,616.00$ 1,050.00$ 8,400.00$ 1,000.00$ 8,000.00$ 1,570.00$ 12,560.00$ 1,202.37$ 9,618.96$
0660 1 109 LOOP DETECTOR INDUCTIVE, F&I, TYPE 9 EA 8 672.00$ 5,376.00$ 475.00$ 3,800.00$ 454.00$ 3,632.00$ 765.00$ 6,120.00$ 421.07$ 3,368.56$
0660 2 101 LOOP ASSEMBLY, FURNISH & INSTALL, TYPE A AS 17 1,841.00$ 31,297.00$ 1,930.00$ 32,810.00$ 1,844.00$ 31,348.00$ 2,100.00$ 35,700.00$ 1,380.00$ 23,460.00$
0660 3 11
VEHICLE DETECTION SYSTEM-MICROWAVE, FURNISH & INSTALL CABINET
EQUIPMENT EA 1 12,221.00$ 12,221.00$ 11,820.00$ 11,820.00$ 11,300.00$ 11,300.00$ 15,750.00$ 15,750.00$ 13,070.79$ 13,070.79$
0660 3 12
VEHICLE DETECTION SYSTEM-MICROWAVE, FURNISH & INSTALL ABOVE
GROUND EQUIPMENT EA 2 13,619.00$ 27,238.00$ 14,350.00$ 28,700.00$ 13,717.00$ 27,434.00$ 15,500.00$ 31,000.00$ 12,458.14$ 24,916.28$
0663 1 111
SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, CABINET
ELECTRONICS EA 1 11,242.00$ 11,242.00$ 10,925.00$ 10,925.00$ 10,444.00$ 10,444.00$ 19,125.00$ 19,125.00$ 10,207.72$ 10,207.72$
0663 1 112 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, DETECTOR EA 4 3,935.00$ 15,740.00$ 3,095.00$ 12,380.00$ 2,959.00$ 11,836.00$ 6,400.00$ 25,600.00$ 3,562.70$ 14,250.80$
0665 1 12 PEDESTRIAN DETECTOR, FURNISH & INSTALL, ACCESSIBLE EA 8 2,267.00$ 18,136.00$ 2,195.00$ 17,560.00$ 2,100.00$ 16,800.00$ 4,000.00$ 32,000.00$ 2,552.43$ 20,419.44$
0670 5 111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTION AS 1 72,570.00$ 72,570.00$ 62,100.00$ 62,100.00$ 59,357.00$ 59,357.00$ 82,700.00$ 82,700.00$ 72,222.03$ 72,222.03$
0670 5 600 TRAFFIC CONTROLLER ASSEMBLY, REMOVE CONTROLLER WITH CABINET AS 1 4,026.00$ 4,026.00$ 1,210.00$ 1,210.00$ 1,156.00$ 1,156.00$ 4,585.00$ 4,585.00$ 1,587.86$ 1,587.86$
0682 1 113
ITS CCTV CAMERA, F&I, DOME PTZ ENCLOSURE - PRESSURIZED, IP, HIGH
DEFINITION EA 2 9,229.00$ 18,458.00$ 11,085.00$ 22,170.00$ 10,598.00$ 21,196.00$ 10,500.00$ 21,000.00$ 9,019.23$ 18,038.46$
0684 1 4 MANAGED FIELD ETHERNET SWITCH, RELOCATE EA 1 604.00$ 604.00$ 1,883.00$ 1,883.00$ 1,800.00$ 1,800.00$ 8,000.00$ 8,000.00$ 772.45$ 772.45$
0700 5 22
INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL, OVERHEAD MOUNT,
12-18 SF EA 4 6,051.00$ 24,204.00$ 4,182.00$ 16,728.00$ 3,998.00$ 15,992.00$ 10,600.00$ 42,400.00$ 9,646.62$ 38,586.48$
1,044,065.00$ 1,097,055.80$ 1,048,046.00$ 1,359,750.60$ 960,430.19$
0700 1 111
SINGLE COLUMN GROUND SIGN ASSEMBLY, F&I GROUND MOUNT, LESS
THAN 12 SF EA 17 544.00$ 9,248.00$ 760.00$ 12,920.00$ 984.00$ 16,728.00$ 900.00$ 15,300.00$ 567.97$ 9,655.49$
0700 1 500 SINGLE COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 4 121.00$ 484.00$ 270.00$ 1,080.00$ 391.00$ 1,564.00$ 560.00$ 2,240.00$ 331.66$ 1,326.64$
0700 1 600 SINGLE COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 2 97.00$ 194.00$ 94.15$ 188.30$ 130.00$ 260.00$ 340.00$ 680.00$ 44.67$ 89.34$
0706 1 3 RAISED PAVEMENT MARKERS TYPE B EA 397 6.00$ 2,382.00$ 5.35$ 2,123.95$ 5.00$ 1,985.00$ 6.25$ 2,481.25$ 4.37$ 1,734.89$
0710 90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 50,932.00$ 50,932.00$ 34,300.00$ 34,300.00$ 32,800.00$ 32,800.00$ 10,000.00$ 10,000.00$ 49,044.49$ 49,044.49$
0711 11 123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 1,262 5.00$ 6,310.00$ 4.10$ 5,174.20$ 4.00$ 5,048.00$ 4.55$ 5,742.10$ 3.79$ 4,782.98$
0711 11 124
THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" FOR DIAGONAL OR
CHEVRON LF 222 6.00$ 1,332.00$ 6.15$ 1,365.30$ 6.00$ 1,332.00$ 6.90$ 1,531.80$ 6.66$ 1,478.52$
0711 11 125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP BAR OR
CROSSWALK LF 1,056 8.00$ 8,448.00$ 8.20$ 8,659.20$ 7.50$ 7,920.00$ 9.25$ 9,768.00$ 6.53$ 6,895.68$
0711 11 141
THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE/ 6-10 GAP
EXTENSION, 6"GM 2 6,060.00$ 12,120.00$ 3,140.00$ 6,280.00$ 3,000.00$ 6,000.00$ 3,300.00$ 6,600.00$ 2,909.73$ 5,819.46$
0711 11 160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 60 258.00$ 15,480.00$ 203.50$ 12,210.00$ 195.00$ 11,700.00$ 290.00$ 17,400.00$ 194.61$ 11,676.60$
0711 11 170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 89 103.00$ 9,167.00$ 82.85$ 7,373.65$ 79.00$ 7,031.00$ 131.00$ 11,659.00$ 85.01$ 7,565.89$
0711 11 224
THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR
CHEVRON LF 438 6.00$ 2,628.00$ 5.65$ 2,474.70$ 5.50$ 2,409.00$ 8.00$ 3,504.00$ 6.06$ 2,654.28$
0711 16 101 THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SOLID, 6"GM 4 7,829.00$ 31,316.00$ 6,450.00$ 25,800.00$ 6,165.00$ 24,660.00$ 9,960.00$ 39,840.00$ 6,123.37$ 24,493.48$
0711 16 102 THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SOLID, 8"GM 1 10,212.00$ 10,212.00$ 8,600.00$ 8,600.00$ 8,220.00$ 8,220.00$ 13,275.00$ 13,275.00$ 10,268.77$ 10,268.77$
0711 16 131
THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SKIP, 6", 10-30
SKIP OR 3-9 LANE DROP GM 2 6,060.00$ 12,120.00$ 1,613.00$ 3,226.00$ 1,542.00$ 3,084.00$ 2,500.00$ 5,000.00$ 1,396.21$ 2,792.42$
0711 16 201 THERMOPLASTIC, STANDARD-OTHER SURFACES, YELLOW, SOLID, 6"GM 2 7,829.00$ 15,658.00$ 6,045.00$ 12,090.00$ 5,779.00$ 11,558.00$ 9,960.00$ 19,920.00$ 5,706.07$ 11,412.14$
0711 16 231 THERMOPLASTIC, STANDARD-OTHER SURFACES, YELLOW, SKIP, 6"GM 1 6,060.00$ 6,060.00$ 1,512.50$ 1,512.50$ 1,446.00$ 1,446.00$ 4,300.00$ 4,300.00$ 2,057.13$ 2,057.13$
194,091.00$ 145,377.80$ 143,745.00$ 169,241.15$ 153,748.20$
0630 2 11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 1,174 12.00$ 14,088.00$ 31.00$ 36,394.00$ 30.00$ 35,220.00$ 24.00$ 28,176.00$ 18.36$ 21,554.64$
0630 2 12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 163 33.00$ 5,379.00$ 40.00$ 6,520.00$ 38.00$ 6,194.00$ 136.00$ 22,168.00$ 36.87$ 6,009.81$
0635 2 11 PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA 10 1,730.00$ 17,300.00$ 2,760.00$ 27,600.00$ 2,639.00$ 26,390.00$ 2,050.00$ 20,500.00$ 1,643.06$ 16,430.60$
0715 1 14 LIGHTING CONDUCTORS, F&I, INSULATED, NO. 1 TO NO. 0 LF 5,574 11.00$ 61,314.00$ 7.55$ 42,083.70$ 7.00$ 39,018.00$ 12.40$ 69,117.60$ 4.50$ 25,083.00$
0715 5 31
LUMINAIRE & BRACKET ARM-ALUMINUM, F&I, NEW LUMINAITRE AND ARM
ON NEW/EXISTING POLE EA 4 3,162.00$ 12,648.00$ 3,500.00$ 14,000.00$ 3,347.00$ 13,388.00$ 4,000.00$ 16,000.00$ 2,940.00$ 11,760.00$
0715 68 000 LIGHT POLE COMPLETE, RELOCATE EA 10 4,293.00$ 42,930.00$ 11,750.00$ 117,500.00$ 11,231.00$ 112,310.00$ 11,400.00$ 114,000.00$ 8,300.00$ 83,000.00$
0715 500 1
POLE CABLE DISTRIBUTION SYSTEM, FURNISH AND INSTALL,
CONVENTIONAL EA 4 767.00$ 3,068.00$ 1,080.00$ 4,320.00$ 1,032.00$ 4,128.00$ 1,200.00$ 4,800.00$ 852.02$ 3,408.08$
156,727.00$ 248,417.70$ 236,648.00$ 274,761.60$ 167,246.13$
6,050,000.00$ 6,325,946.50$ 6,889,872.00$ 9,962,894.05$ 6,875,616.80$
Vanderbilt Beach Road at Logan Blvd Intersection Improvements
Construction ITB No. 25-8327
Bid Tabulation
Quality Enterprises USA, Inc.
GRAND TOTAL:
SIGNALIZATION
SIGNALIZATION SUBTOTAL:
SIGNING & PAVEMENT MARKING
SIGNING & PAVEMENT MARKING SUBTOTAL:
LIGHTING
LIGHTING SUBTOTAL:
Thomas Marine Construction, Inc.
ROADWAY
Preferred Materials, Inc.
Ajax Paving Industries of Florida LLC
Yes/No
Thomas Marine Construction, Inc.
Yes/No
Preferred Materials, Inc.
Yes/No
Yes
Yes
Yes Yes
*Staff has allocated $400,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid
any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.
Roadway Subtotal:
Ajax Paving Industries of Florida LLC ENGINEER
Conflict of Interest Affidavit (Form 9)
Vendor Declaration Statement (Form 10)
Immigration Affidavit Certification (Form 11)
Addendums (2)
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
E-Verify Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
W-9
SunBiz
(General Contractor OR Building Contractor) License
Quality Enterprises USA, Inc.
Yes/No
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Bid Schedule
Bid Response Form (Form 1)
Contractors Key Personnel Assigned to Project - (Form 2)
Material Manufacturers (Form 3)
List of Major Subcontractors (Form 4)
Statement of Experience of Bidder (Form 5)
Trench Safety Act Acknowledgement (Form 6)
Bid Bond (Form 7)
Insurance and Bonding Requirements (Form 8)
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
Opened By: Rita Iglesias
Witnessed By: Barbara Lance
Date: 1/16/2025 3:00 PM EST
Page 571 of 5243
Quality Enterprises USA, Inc.
Bid Schedule
Vanderbilt Beach Road at Logan Blvd Intersection Improvements
Construction ITB No. 25-8327
Bid Schedule
ITEM NO.DESCRIPTION UNIT QTY UNIT COST TOTAL
ROADWAY
0101 1 MOBILIZATION LS 1 $800,000.00 $800,000.00
0102 1 MAINTENANCE OF TRAFFIC LS 1 $225,000.00 $225,000.00
0102 14 TRAFFIC CONTROL OFFICER HR 192 $92.00 $17,664.00
0102 71 13 TEMPORARY BARRIER, F&I, LOW PROFILE, CONCRETE LF 588 $79.00 $46,452.00
0102 71 23 TEMPORARY BARRIER, RELOCATE, LOW PROFILE, CONCRETE LF 720 $28.00 $20,160.00
0102 104 TEMPORARY SIGNALIZATION AND MAINTENANCE, INTERSECTION ED 900 $15.00 $13,500.00
0102 107 1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE, INTERSECTION ED 900 $15.00 $13,500.00
0104 10 3 SEDIMENT BARRIER LF 5,055 $3.00 $15,165.00
0104 15 SOIL TRACKING PREVENTION DEVICE EA 4 $3,944.00 $15,776.00
0104 18 INLET PROTECTION SYSTEM EA 14 $181.00 $2,534.00
0107 1 LITTER REMOVAL AC 84 $151.00 $12,684.00
0107 2 MOWING AC 84 $185.00 $15,540.00
0110 1 1 CLEARING & GRUBBING AC 10 $12,596.00 $125,960.00
0110 4 10 REMOVAL OF EXISTING CONCRETE SY 2,218 $51.00 $113,118.00
0120 1 REGULAR EXCAVATION CY 6,579 $42.00 $276,318.00
0120 2 2 BORROW EXCAVATION, TRUCK MEASURE CY 6,280 $42.00 $263,760.00
0160 4 TYPE B STABILIZATION SY 6,726 $10.00 $67,260.00
0285 701 OPTIONAL BASE, GROUP 1 SY 622 $39.00 $24,258.00
0285 702 OPTIONAL BASE, GROUP 2 SY 176 $54.00 $9,504.00
0285 709 OPTIONAL BASE, GROUP 9 SY 5,714 $78.00 $445,692.00
0327 70 6 MILLING 1.5" AVG. DEPTH SY 30,711 $6.00 $184,266.00
0334 1 53 SUPERPAVE ASPHALT CONCRETE TRAFFIC C, PG 76-22 TN 555 $315.00 $174,825.00
0337 7 83 ASPHALT CONCRETE FRICTION COURSE FC-12.5, PG 76-22, 1.5" AVG. DEPTH TN 2,965 $280.00 $830,200.00
0400 0 11 CONCRETE CLASS NS, GRAVITY WALL INDEX 400-011 CY 30 $1,841.00 $55,230.00
0425 1351 INLETS, CURB, TYPE P-5, <10'EA 1 $8,285.00 $8,285.00
0425 1361 INLETS, CURB, TYPE P-6, <10'EA 1 $12,056.00 $12,056.00
0425 1451 INLETS, CURB, TYPE J-5, <10'EA 1 $14,150.00 $14,150.00
0425 1533 INLETS, DITCH BOTTOM TYPE C MODIFIED-BACK OF SIDEWALK,J BOT,<10'EA 2 $9,362.00 $18,724.00
0425 1541 INLETS, DT BOT, TYPE D,<10'EA 7 $5,387.00 $37,709.00
0425 2 91 MANHOLES, J-8, <10'EA 1 $11,531.00 $11,531.00
0425 2 93 MANHOLE, PARTIAL EA 1 $4,474.00 $4,474.00
0425 5 MANHOLE, ADJUST EA 3 $2,517.00 $7,551.00
0425 6 VALVE BOXES, ADJUST EA 1 $1,744.00 $1,744.00
0430 174 218 PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 18" SD LF 24 $244.00 $5,856.00
0430 175 118 PIPE CULVERT,OPTIONAL MATERIAL, ROUND, 18"S/CD LF 299 $189.00 $56,511.00
0430 175 130 PIPE CULVERT,OPTIONAL MATERIAL, ROUND, 30"S/CD LF 36 $416.00 $14,976.00
0430 175 218 PIPE CULVERT,OPTIONAL MATERIAL, OTHER-ELIP/ARCH, 18"S/CD LF 839 $221.00 $185,419.00
0430 984 625 MITERED END SECT, OPTIONAL - ELLIPTICAL / ARCH, 18" SD EA 4 $2,774.00 $11,096.00
0515 1 1 PIPE HANDRAIL - GUIDERAIL, STEEL LF 228 $218.00 $49,704.00
0520 1 7 CONCRETE CURB & GUTTER, TYPE E LF 1,669 $42.00 $70,098.00
0520 1 10 CONCRETE CURB & GUTTER, TYPE F LF 2,774 $42.00 $116,508.00
0520 70 CONCRETE TRAFFIC SEPARATOR, SPECIAL - VARIABLE SY 115 $191.00 $21,965.00
0522 2 CONCRETE SIDEWALK AND DRIVEWAY, 6" THICK SY 1,610 $85.00 $136,850.00
0527 2 DETECTABLE WARNINGS SF 173 $32.00 $5,536.00
0570 1 2 PERFORMANCE TURF (SOD)SY 12,001 $8.00 $96,008.00
Roadway Subtotal: $4,655,117.00
SIGNALIZATION
0630 2 11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 115 $26.00 $2,990.00
0630 2 12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 425 $73.00 $31,025.00
0632 7 1 SIGNAL CABLE-NEW OR RECONSTRUCTED INTERSECTION, FURNISH & INSTALL PI 1 $17,586.00 $17,586.00
0632 7 6 SIGNAL CABLE, REMOVE - INTERSECTION PI 1 $6,039.00 $6,039.00
0633 1 122 FIBER OPTIC CABLE, F&I, UNDERGROUND, 13-48 FIBERS LF 110 $5.00 $550.00
0633 2 31 FIBER OPTIC CONNECTION, INSTALL, SPLICE EA 4 $112.00 $448.00
0633 2 32 FIBER OPTIC CONNECTION, INSTALL, TERMINATION EA 12 $77.00 $924.00
0633 6 FIBER OPTIC CABLE LOCATOR DA 100 $51.00 $5,100.00
0633 3 11 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSURE EA 1 $1,032.00 $1,032.00
0633 3 16 FIBER OPTIC CONNECTION HARDWARE, F&I, PRETERMINATED PATCH PANEL EA 1 $676.00 $676.00
0635 2 11 PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA 7 $1,686.00 $11,802.00
0635 2 12 PULL & SPLICE BOX, F&I, 24" x 36" COVER SIZE EA 5 $3,416.00 $17,080.00
0635 2 14 PULL & SPLICE BOX, F&I, 17" x 30" COVER SIZE EA 10 $1,907.00 $19,070.00
0639 1 111
ELECTRICAL POWER SERVICE, F&I, OVERHEAD, METER FURNISHED BY POWER
COMPANY AS 1 $5,118.00 $5,118.00
0639 1 610 ELECTRICAL POWER SERVICE, REMOVE OVERHEAD AS 1 $1,783.00 $1,783.00
0639 2 1 ELECTRICAL SERVICE WIRE, FURNISH & INSTALL LF 30 $13.00 $390.00
0639 3 11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNT EA 1 $2,363.00 $2,363.00
0646 1 11 ALUMINUM SIGNALS POLE, FURNISH & INSTALL PEDESTAL EA 8 $3,486.00 $27,888.00
0646 1 60 ALUMINUM SIGNALS POLE, REMOVE EA 3 $2,041.00 $6,123.00
0649 2 605
STEEL CCTV POLE, REMOVE POLE-COMPLETE/DEEP FOUNDATION REMOVAL,
BOLT ON ATTACHMENT EA 4 $29,622.00 $118,488.00
0649 21 10 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 60'EA 2 $113,821.00 $227,642.00
0649 21 15 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 70'EA 2 $119,387.00 $238,774.00
0650 1 14 VEHICULAR TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1 WAY AS 22 $2,293.00 $50,446.00
0653 1 11 PEDESTRIAN SIGNAL, FURNISH & INSTALL COUNTDOWN, 1 WAY AS 8 $1,202.00 $9,616.00
0660 1 109 LOOP DETECTOR INDUCTIVE, F&I, TYPE 9 EA 8 $672.00 $5,376.00
0660 2 101 LOOP ASSEMBLY, FURNISH & INSTALL, TYPE A AS 17 $1,841.00 $31,297.00
0660 3 11
VEHICLE DETECTION SYSTEM-MICROWAVE, FURNISH & INSTALL CABINET
EQUIPMENT EA 1 $12,221.00 $12,221.00
0660 3 12
VEHICLE DETECTION SYSTEM-MICROWAVE, FURNISH & INSTALL ABOVE
GROUND EQUIPMENT EA 2 $13,619.00 $27,238.00
0663 1 111
SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, CABINET
ELECTRONICS EA 1 $11,242.00 $11,242.00
0663 1 112 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, DETECTOR EA 4 $3,935.00 $15,740.00
0665 1 12 PEDESTRIAN DETECTOR, FURNISH & INSTALL, ACCESSIBLE EA 8 $2,267.00 $18,136.00
0670 5 111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTION AS 1 $72,570.00 $72,570.00
0670 5 600 TRAFFIC CONTROLLER ASSEMBLY, REMOVE CONTROLLER WITH CABINET AS 1 $4,026.00 $4,026.00
0682 1 113
ITS CCTV CAMERA, F&I, DOME PTZ ENCLOSURE - PRESSURIZED, IP, HIGH
DEFINITION EA 2 $9,229.00 $18,458.00
0684 1 4 MANAGED FIELD ETHERNET SWITCH, RELOCATE EA 1 $604.00 $604.00
0700 5 22
INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL, OVERHEAD MOUNT, 12-18
SF EA 4 $6,051.00 $24,204.00
SIGNALIZATION SUBTOTAL: $1,044,065.00
Page 572 of 5243
Quality Enterprises USA, Inc.
Bid Schedule
SIGNING & PAVEMENT MARKING
0700 1 111
SINGLE COLUMN GROUND SIGN ASSEMBLY, F&I GROUND MOUNT, LESS THAN 12
SF EA 17 $544.00 $9,248.00
0700 1 500 SINGLE COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 4 $121.00 $484.00
0700 1 600 SINGLE COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 2 $97.00 $194.00
0706 1 3 RAISED PAVEMENT MARKERS TYPE B EA 397 $6.00 $2,382.00
0710 90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $50,932.00 $50,932.00
0711 11 123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 1262 $5.00 $6,310.00
0711 11 124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" FOR DIAGONAL OR CHEVRON LF 222 $6.00 $1,332.00
0711 11 125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP BAR OR
CROSSWALK LF 1056 $8.00 $8,448.00
0711 11 141
THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE/ 6-10 GAP
EXTENSION, 6"GM 2 $6,060.00 $12,120.00
0711 11 160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 60 $258.00 $15,480.00
0711 11 170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 89 $103.00 $9,167.00
0711 11 224
THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR
CHEVRON LF 438 $6.00 $2,628.00
0711 16 101 THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SOLID, 6"GM 4 $7,829.00 $31,316.00
0711 16 102 THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SOLID, 8"GM 1 $10,212.00 $10,212.00
0711 16 131
THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SKIP, 6", 10-30 SKIP OR
3-9 LANE DROP GM 2 $6,060.00 $12,120.00
0711 16 201 THERMOPLASTIC, STANDARD-OTHER SURFACES, YELLOW, SOLID, 6"GM 2 $7,829.00 $15,658.00
0711 16 231 THERMOPLASTIC, STANDARD-OTHER SURFACES, YELLOW, SKIP, 6"GM 1 $6,060.00 $6,060.00
SIGNING & PAVEMENT MARKING SUBTOTAL: $194,091.00
LIGHTING
0630 2 11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 1,174 $12.00 $14,088.00
0630 2 12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 163 $33.00 $5,379.00
0635 2 11 PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA 10 $1,730.00 $17,300.00
0715 1 14 LIGHTING CONDUCTORS, F&I, INSULATED, NO. 1 TO NO. 0 LF 5,574 $11.00 $61,314.00
0715 5 31
LUMINAIRE & BRACKET ARM-ALUMINUM, F&I, NEW LUMINAITRE AND ARM ON
NEW/EXISTING POLE EA 4 $3,162.00 $12,648.00
0715 68 000 LIGHT POLE COMPLETE, RELOCATE EA 10 $4,293.00 $42,930.00
0715 500 1 POLE CABLE DISTRIBUTION SYSTEM, FURNISH AND INSTALL, CONVENTIONAL EA 4 $767.00 $3,068.00
LIGHTING SUBTOTAL: $156,727.00
TOTAL BID AMOUNT:$6,050,000.00
*Staff has allocated $400,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to
accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a
guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through
Change Order with proper documentation of Time and Materials supporting the change.
Page 573 of 5243
INSURANCE REQUIREMENTS COVERSHEET
Project Name
Vendor Name
Solicitation/Contract No.
Attachments
Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s)
Comments
Attachments Approved by Risk Management Division
Approval:
Page 574 of 5243
Collier County Florida
Insurance and Bonding Requirements
Insurance / Bond Type Required Limits
1.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/
2. Employer’s Liability $_1,000,000__ single limit per occurrence
3.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. The General Aggregate Limit Shall
be endorsed to apply per project. This shall include Premises and Operations;
Independent Contractors; Products and Completed Operations and Contractual
Liability.
4. 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.
5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage,
Owned/Non-owned/Hired; Automobile Included
6. Other insurance as
noted:
Watercraft $__________ Per Occurrence
United States Longshoreman's and Harborworker's Act coverage shall be
maintained where applicable to the completion of the work.
$ __________ Per Occurrence
Maritime Coverage (Jones Act) shall be maintained where applicable to the
completion of the work.
$__________ Per Occurrence
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.
$ __________ Per Occurrence
Pollution $ __________ Per Occurrence
Professional Liability $ ___________ Per claim & in the aggregate
Umbrella/ Excess Coverage $1,000,000 Per Occurrence
Valuable Papers Insurance $__________ Per Occurrence
Cyber Liability $__________ Per Occurrence
Technology Errors & Omissions $__________ Per Occurrence
Page 575 of 5243
Page 576 of 5243
Page 577 of 5243
Page 578 of 5243
Page 579 of 5243
Page 580 of 5243
Page 581 of 5243
Page 582 of 5243
Page 583 of 5243
Page 584 of 5243
Page 585 of 5243
Page 586 of 5243
Page 587 of 5243
Page 588 of 5243
Page 589 of 5243
Page 590 of 5243
Page 591 of 5243
Page 592 of 5243
Page 593 of 5243
Page 594 of 5243
Page 595 of 5243
Page 596 of 5243
Page 597 of 5243
Page 598 of 5243
Page 599 of 5243
Page 600 of 5243
Page 601 of 5243
Page 602 of 5243
Page 603 of 5243
Page 604 of 5243
Page 605 of 5243
Page 606 of 5243
Page 607 of 5243
Page 608 of 5243
Page 609 of 5243
Page 610 of 5243
Page 611 of 5243
Page 612 of 5243
Page 613 of 5243
Page 614 of 5243
Page 615 of 5243
Page 616 of 5243
Page 617 of 5243
Page 618 of 5243
Page 619 of 5243
Page 620 of 5243
Page 621 of 5243
Page 622 of 5243
Page 623 of 5243
Page 624 of 5243
Page 625 of 5243
Page 626 of 5243
Page 627 of 5243
Page 628 of 5243
Page 629 of 5243
Page 630 of 5243
Page 631 of 5243
Page 632 of 5243
Page 633 of 5243
Page 634 of 5243
Page 635 of 5243
Page 636 of 5243
Page 637 of 5243
Page 638 of 5243
Page 639 of 5243
Page 640 of 5243
Page 641 of 5243
Page 642 of 5243
Page 643 of 5243
Page 644 of 5243
Page 645 of 5243
Page 646 of 5243
Page 647 of 5243
Page 648 of 5243
Page 649 of 5243
Page 650 of 5243
Page 651 of 5243
Page 652 of 5243
Page 653 of 5243
Page 654 of 5243
Page 655 of 5243
Page 656 of 5243
Page 657 of 5243
Page 658 of 5243
Page 659 of 5243
Page 660 of 5243
Page 661 of 5243
Page 662 of 5243
Page 663 of 5243
Page 664 of 5243
Page 665 of 5243
Page 666 of 5243
Page 667 of 5243
Page 668 of 5243
Page 669 of 5243
Page 670 of 5243
Page 671 of 5243
Page 672 of 5243
Page 673 of 5243
Page 674 of 5243
Page 675 of 5243
Page 676 of 5243
Page 677 of 5243
Page 678 of 5243
Page 679 of 5243
Page 680 of 5243
Page 681 of 5243
Page 682 of 5243
Page 683 of 5243
Page 684 of 5243
Page 685 of 5243
Page 686 of 5243
Page 687 of 5243
Page 688 of 5243
Page 689 of 5243
Page 690 of 5243
Page 691 of 5243
Page 692 of 5243
Page 693 of 5243
Page 694 of 5243
Page 695 of 5243
Page 696 of 5243
Page 697 of 5243
Page 698 of 5243
Page 699 of 5243
Page 700 of 5243
Page 701 of 5243
Page 702 of 5243
Page 703 of 5243
Page 704 of 5243
Jay Ahmad, P.E.
Director, Transportation Engineering
VANDERBILT BEACH RD. AND LOGAN BLVD. INTERSECTION IMPROVEMENTS 1
Recommendation to award Invitation to Bid No. 25-8327,
“Vanderbilt Beach Road at Logan Boulevard Intersection
Improvements,” to Quality Enterprises USA, Inc. in the
amount of $6,050,000.00, approve an Owner’s Allowance
of $400,000, and authorize the Chairman to sign the
attached Agreement for Project No. 60252.
ITB No. 25-8327 Vanderbilt Beach Road at Logan
Boulevard Intersection Improvements
Transportation Management Services Department
Transportation Engineering Division
Page 705 of 5243
Project Location Map
2VANDERBILT BEACH RD. AND LOGAN BLVD. INTERSECTION IMPROVEMENTS
Transportation Management Services Department
Transportation Engineering Division
Page 706 of 5243
2
Project Summary
The project scope includes Traffic Signal
& Roadway Safety Improvements:
•Hardening the signal from span wire
to mast arms;
•Free-right turn lanes on all four
corners;
•Converting existing pavement into a
second left turn lane on VBR to go
south on Logan Blvd.;
•Widening lanes on Logan Blvd. south
to receive the turning traffic.
VANDERBILT BEACH RD. AND LOGAN BLVD. INTERSECTION IMPROVEMENTS
Transportation Management Services Department
Transportation Engineering Division
Page 707 of 5243
Project Improvements
4VANDERBILT BEACH RD. AND LOGAN BLVD. INTERSECTION IMPROVEMENTS
Transportation Management Services Department
Transportation Engineering Division
Page 708 of 5243
Jay Ahmad, P.E.
Director, Transportation Engineering
5
Recommendation
VANDERBILT BEACH RD. AND LOGAN BLVD. INTERSECTION IMPROVEMENTS
.
Transportation Management Services Department
Transportation Engineering Division
That the Board award ITB No. 25-8327, “Vanderbilt Beach Road at
Logan Boulevard Intersection Improvements,” to Quality Enterprises
USA, Inc. in the amount of $6,050,000.00, approve an Owner’s
Allowance of $400,000.00, and authorize the Chairman to sign the
attached Agreement.
Page 709 of 5243