Loading...
Agenda 08/12/2025 Item #16B 1 (ITB #24-8275 to Quality Enterprises USA, Inc.)8/12/2025 Item # 16.B.1 ID# 2025-1937 Executive Summary Recommendation to approve the award of Invitation to Bid No. 24-8275 “Corkscrew Road (CR850) Safety Improvements (LAP),” to Quality Enterprises USA, Inc., in the amount of $2,293,535.23, approve an Owner’s Allowance of $200,000, and authorize the Chairman to sign the attached Agreement (Project 60233, Funds 1841, 3081, and 3083). OBJECTIVE: To construct safety improvements on 1.15 miles of Corkscrew Road (CR850), widening lanes from 10' to 11' and adding 2-foot-wide paved shoulders on both sides of the roadway from the Lee County curve (Station 145+14.46) to the Collier County curve (Station 203+50.10), with funding assistance from the Florida Department of Transportation (“FDOT”) Local Agency Program (“LAP”). CONSIDERATIONS: On May 28, 2024 (Agenda Item 16.B.7), the Board approved an FDOT LAP construction agreement in the amount of $2,100,000 (see Resolution No. 2024-93). Since the submittal of the application, construction costs have continued to rise. On January 14, 2025 (Agenda Item 16.B.9), the Board approved a Supplemental Agreement with FDOT reallocating $120,000 from Construction Engineering Inspection (“CEI”) activities to construction, increasing the total reimbursement to $2,220,000 (see Resolution No. 2025-11). FDOT is authorized to contract with other governmental agencies to develop, design, and construct transportation facilities and to reimburse these governmental agencies for services provided to the traveling public. The FDOT LAP, administered at the FDOT district level, is the mechanism used to complete a prioritized project from FDOT’s Five-Year Work Program. Collier County is LAP certified, and the Transportation Management Services Department staff will be responsible for the administration of the project’s construction phase. In-house staff will be responsible for federal and FDOT grant compliance. On December 19, 2024, the Procurement Services Division issued Invitation to Bid No. 24-8275, Corkscrew Road (CR850) Safety Improvements (LAP), to two thousand six-hundred and forty-seven (2,647) contractors. One thousand three hundred and seventy-six (1,376) contractors viewed the bid package, and the County received five bids by the March 20, 2025, submission deadline: Company Name City County State Base Amount Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL $2,293,535.23 Yes/Yes Thomas Marine Construction, Inc. Fort Myers Lee FL $2,384,135.90 Yes/Yes OHLA USA, Inc. Fort Myers Lee FL $3,054,025.07 Yes/Yes Preferred Materials, Inc. Tampa Hillsboroug h FL $3,202,443.31 Yes/Yes AJAX Paving Industries of Florida LLC North Venice Sarasota FL $3,704,316.99 Yes/Yes Staff determined that Quality Enterprises USA, Inc. (“QE”), with a bid of $2,293,535.23, is the lowest, responsive, and responsible bidder. AIM Engineering & Surveying, Inc. reviewed QE’s bid schedule and found that QE's bid exceeds the Engineer’s Opinion of Probable Construction Cost of $1,748,848.00 by roughly 30%. AIM concluded that the Page 513 of 3949 8/12/2025 Item # 16.B.1 ID# 2025-1937 increase is consistent with current market conditions, where ongoing fluctuations in materials and labor costs continue to impact construction pricing industry-wide. Staff included an Owner’s Allowance in the amount of $200,000 for unanticipated costs, including but not limited to unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the Owner’s Allowance will be only as directed by the County, if necessary, and subject to the terms of the attached Agreement with proper documentation required for any work authorized and performed under the allowance. This item is consistent with the Collier County strategic plan 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 $2,493,535.23 including $200,000 for the Owner’s Allowance. An additional $331,104.23 is required to issue a Work Order to Johnson Engineering under contract 22- 8054 for the required Construction, Engineering, and Inspection (CEI) oversight. And, an additional $40,628.50 is required to open a Purchase Order for Angie Brewer for required CEI Resident Compliance Specialist (RCS) oversight. Funding in the amount of $2,219,912.50 is currently available within the Transportation Grant Fund (1841), Project 60233, and $75,125.82 is available in Transportation Capital Fund (3081) and Road Construction Gas Tax – Capital Fund (3083), Project 60233. Budget amendments in the amount of $570,229.65 are required to reallocate funds from projects within the Transportation Capital Fund (3081) to Project 60233, to award the construction contract and open the Purchase Order. The funding sources for this project are grant funds from Federal Highway Administration (FHWA); whereby, these grant dollars are passed through the FDOT via the LAP agreement, gas tax, and general funds. GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel, Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To approve the award of Invitation to Bid No. 24-8275 “Corkscrew Road (CR850) Safety Improvements (LAP),” to Quality Enterprises USA, Inc. in the amount of $2,293,535.23, approve an Owner’s Allowance of $200,000, and authorize the Chairman to sign the attached Agreement. (Project 60233, Funds 1841, 3081, and 3083). PREPARED BY: Katherine Chachere, Project Manager III (Lic), Transportation Engineering Division ATTACHMENTS: 1. 24-8275 Corkscrew Contract Award BA 2. 24-8275 Quality VS 3. 24-8275 - DELORA 4.28.2025 4. 24-8275 - NORA Signed 5. 24-8275 Bid Tabulation 6. 24-8275 Quality COI Page 514 of 3949 Page 515 of 3949 Page 516 of 3949 Page 517 of 3949 Page 518 of 3949 Page 519 of 3949 Page 520 of 3949 Page 521 of 3949 Page 522 of 3949 Page 523 of 3949 Page 524 of 3949 Page 525 of 3949 Page 526 of 3949 Page 527 of 3949 Page 528 of 3949 Page 529 of 3949 Page 530 of 3949 Page 531 of 3949 Page 532 of 3949 Page 533 of 3949 Page 534 of 3949 Page 535 of 3949 Page 536 of 3949 Page 537 of 3949 Page 538 of 3949 Page 539 of 3949 Page 540 of 3949 Page 541 of 3949 Page 542 of 3949 Page 543 of 3949 Page 544 of 3949 Page 545 of 3949 Page 546 of 3949 Page 547 of 3949 Page 548 of 3949 Page 549 of 3949 Page 550 of 3949 Page 551 of 3949 Page 552 of 3949 Page 553 of 3949 Page 554 of 3949 Page 555 of 3949 Page 556 of 3949 Page 557 of 3949 Page 558 of 3949 Page 559 of 3949 Page 560 of 3949 Page 561 of 3949 Page 562 of 3949 Page 563 of 3949 Page 564 of 3949 Page 565 of 3949 Page 566 of 3949 Page 567 of 3949 Page 568 of 3949 Page 569 of 3949 Page 570 of 3949 Page 571 of 3949 Page 572 of 3949 Page 573 of 3949 Page 574 of 3949 Page 575 of 3949 Page 576 of 3949 Page 577 of 3949 Page 578 of 3949 Page 579 of 3949 Page 580 of 3949 Page 581 of 3949 Page 582 of 3949 Page 583 of 3949 Page 584 of 3949 Page 585 of 3949 Page 586 of 3949 Page 587 of 3949 Page 588 of 3949 Page 589 of 3949 Page 590 of 3949 Page 591 of 3949 Page 592 of 3949 Page 593 of 3949 Page 594 of 3949 Page 595 of 3949 Page 596 of 3949 Page 597 of 3949 Page 598 of 3949 Page 599 of 3949 Page 600 of 3949 Page 601 of 3949 Page 602 of 3949 Page 603 of 3949 Page 604 of 3949 Page 605 of 3949 Page 606 of 3949 Page 607 of 3949 Page 608 of 3949 Page 609 of 3949 Page 610 of 3949 Page 611 of 3949 Page 612 of 3949 Page 613 of 3949 Page 614 of 3949 Page 615 of 3949 Page 616 of 3949 Page 617 of 3949 Page 618 of 3949 Page 619 of 3949 Page 620 of 3949 Page 621 of 3949 Page 622 of 3949 Page 623 of 3949 Page 624 of 3949 Page 625 of 3949 Page 626 of 3949 Page 627 of 3949 Page 628 of 3949 Page 629 of 3949 Page 630 of 3949 Page 631 of 3949 Page 632 of 3949 Page 633 of 3949 Page 634 of 3949 Page 635 of 3949 Page 636 of 3949 Page 637 of 3949 Page 638 of 3949 Page 639 of 3949 Page 640 of 3949 Page 641 of 3949 Page 642 of 3949 Page 643 of 3949 Page 644 of 3949 Page 645 of 3949 Page 646 of 3949 Page 647 of 3949 Page 648 of 3949 Page 649 of 3949 Page 650 of 3949 Page 651 of 3949 Page 652 of 3949 Page 653 of 3949 Page 654 of 3949 Page 655 of 3949 Page 656 of 3949 Page 657 of 3949 Page 658 of 3949 Page 659 of 3949 Page 660 of 3949 Page 661 of 3949 Page 662 of 3949 Page 663 of 3949 Page 664 of 3949 Page 665 of 3949 Page 666 of 3949 Page 667 of 3949 Page 668 of 3949 Page 669 of 3949 Page 670 of 3949 Page 671 of 3949 Page 672 of 3949 Page 673 of 3949 Page 674 of 3949 Page 675 of 3949 Page 676 of 3949 Page 677 of 3949 Page 678 of 3949 Page 679 of 3949 Page 680 of 3949 Page 681 of 3949 Page 682 of 3949 Page 683 of 3949 Page 684 of 3949 Page 685 of 3949 Page 686 of 3949 Page 687 of 3949 Page 688 of 3949 Page 689 of 3949 Page 690 of 3949 Page 691 of 3949 Page 692 of 3949 Page 693 of 3949 Page 694 of 3949 Page 695 of 3949 Page 696 of 3949 Page 697 of 3949 Page 698 of 3949 Page 699 of 3949 Page 700 of 3949 Page 701 of 3949 Page 702 of 3949 Page 703 of 3949 Page 704 of 3949 Page 705 of 3949 Page 706 of 3949 Page 707 of 3949 Page 708 of 3949 Page 709 of 3949 Page 710 of 3949 Page 711 of 3949 Page 712 of 3949 Page 713 of 3949 Page 714 of 3949 Page 715 of 3949 Page 716 of 3949 Page 717 of 3949 Page 718 of 3949 Page 719 of 3949 Page 720 of 3949 Page 721 of 3949 Page 722 of 3949 Page 723 of 3949 Page 724 of 3949 Page 725 of 3949 Page 726 of 3949 Page 727 of 3949 Page 728 of 3949 AIM Engineering & Surveying, Inc. Successfully providing our clients and the community with quality planning, engineering and surveying since 1980. Corporate Office 2161 Fowler Street Suite 100 Fort Myers, FL 33901 239-332-4569 800-226-4569 www.aimengr.com Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 4/28/2025 RE: Design Entity Letter of Recommended Award Solicitation No. 24-8275 Corkscrew Road (CR850) Safety Improvements (LAP) Greetings: On March 20, 2025, Collier County received bids for the Corkscrew Road (CR850) Safety Improvements project. AIM Engineering & Surveying, Inc. has completed an evaluation of the bid submitted by the apparent low bidder, and we offer the following recommendation for award. This project encompasses approximately 1.15 miles of roadway improvements, including milling, resurfacing, shoulder stabilization, as well as associated drainage items, new pavement markings, signage, and site restoration. Following Collier County Procurement’s review of the bid tabulation, it was determined that Quality Enterprises USA, Inc., with a bid amount of $2,293,535.23, is the lowest responsive bidder. AIM Engineering & Surveying, Inc. reviewed Quality Enterprises' bid schedule. Their bid exceeds the Engineer’s Opinion of Probable Construction Cost of $1,748,848.00 by roughly 30%. This increase is consistent with current market conditions, where ongoing fluctuations in materials and labor costs continue to impact construction pricing industry-wide. Vendor references were provided by Quality Enterprises USA, Inc., and AIM contacted all listed references. The feedback received confirms the firm's satisfactory performance on similar projects and supports their capability to execute the proposed work. Quality Enterprises USA, Inc. maintains active licenses with the Florida Department of Business and Professional Regulation as both a Certified Building Contractor and a Certified Underground Utility & Excavation Contractor. AIM Engineering & Surveying, Inc. has a history of working with Quality Enterprises on infrastructure projects across Southwest Florida and has found their performance to be reliable and professional. Considering our experience, the reference responses, and their valid licensure, we find Quality Enterprises USA, Inc. to be a qualified contractor for this scope of work. Therefore, AIM Engineering & Surveying, Inc. recommends that Collier County award the Corkscrew Road (CR850) Safety Improvements project to Quality Enterprises USA, Inc. in the amount of $2,293,535.23. If you have any questions, please contact our office at your convenience. AIM Engineering & Surveying, Inc. Daniel Schroeder, PE, MSE, PMP Page 729 of 3949 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: GEN No. 24-8275 Reference Check by: John Wagenhoffer, EI Solicitation Title: Corkscrew Road (CR850) Safety Improvements (LAP Date: 3/20/2025 Bidder’s Name: Quality Enterprise USA, INC. Phone: 239-435-7200 Design Entity: AIM Engineering & Surveying, Inc. REFERENCED PROJECT: Project Name: Big Corkscrew Regional Park Phase 2A Access Road Project Location: Naples, FL Project Description: Construction of new 2-mil 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. 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 problems 7. Additional comments: Performed well. Recommend. Page 730 of 3949 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: GEN No. 24-8275 Reference Check by: John Wagenhoffer, EI Solicitation Title: Corkscrew Road (CR850) Safety Improvements (LAP Date: 3/20/2025 Bidder’s Name: Quality Enterprise USA, INC. Phone: 239-435-7200 Design Entity: AIM Engineering & Surveying, Inc. REFERENCED PROJECT: Project Name: Design Build I-75 & Collier Blvd. Utility Relocation Project Location: Naples, FL Project Description: Installation of utilities and restoration of roads and sidewalks. Completion Date: 9/2021 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. Project was run smoothly, minor changes were needed that only used authorized project allowance. 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? There was a warranty issue after closeout. Preliminary evaluation determined a pipe was improperly bedded (potentially placed on rock) and subsequently broke. Final evaluation determined the pipe was properly bedded and there are no warranty issues at this time. 7. Additional comments: Page 731 of 3949 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: GEN No. 24-8275 Reference Check by: John Wagenhoffer, EI Solicitation Title: Corkscrew Road (CR850) Safety Improvements (LAP Date: 3/20/2025 Bidder’s Name: Quality Enterprise USA, INC. Phone: 239-435-7200 Design Entity: AIM Engineering & Surveying, Inc. 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: 7/2021 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. 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, the process ran smoothly. There were no significant 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? Yes, there have been warranty issues, and they were addressed and resolved satisfactorily. 7. Additional comments: Page 732 of 3949 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: GEN No. 24-8275 Reference Check by: John Wagenhoffer, EI Solicitation Title: Corkscrew Road (CR850) Safety Improvements (LAP Date: 3/20/2025 Bidder’s Name: Quality Enterprise USA, INC. Phone: 239-435-7200 Design Entity: AIM Engineering & Surveying, Inc. 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: 1/2020 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. The only changes were owner-driven. 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: Very satisfied with Quality Enterprises. Page 733 of 3949 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: GEN No. 24-8275 Reference Check by: John Wagenhoffer, EI Solicitation Title: Corkscrew Road (CR850) Safety Improvements (LAP) Date: 3/20/2025 Bidder’s Name: Quality Enterprise USA, INC. Phone: 239-435-7200 Design Entity: AIM Engineering & Surveying, Inc. 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: 7/2022 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. 7. Additional comments: Very satisfied with Quality Enterprises. Page 734 of 3949 Notice of Recommended Award Solicitation: 24-8275 Title: Corkscrew Road (CR850) Safety Improvements (LAP) Due Date and Time: March 20, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Base Bid Alternate Total Bid Amount Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL $2,293,535.23 $348,500.00 $2,449,335.23 Yes/Yes Thomas Marine Construction, Inc. Ft Myers Lee FL $2,384,135.90 $266,500.00 $2,429,235.90 Yes/Yes OHLA USA, Inc. Ft Myers Collier FL $3,054,025.07 $362,891.00 $3,178,132.07 Yes/Yes Preferred Materials, Inc. Tampa Hillsborough FL $3,202,443.31 $689,620.00 $3,641,963.31 Yes/Yes AJAX Paving Industries of Florida LLC North Venice Sarasota FL $3,704,316.99 $358,299.00 $3,747,407.99 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On December 19, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24- 8275, Corkscrew Road (CR850) Safety Improvements (LAP), to two thousand six hundred and forty-seven (2,647) vendors. One thousand three hundred and seventy-six (1,376) viewed the bid package, and the County received five (5) bids by March 20, 2025, the submission deadline. Staff reviewed the bids received, and six (5) 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 Base Bid for a total of $2,293,535.23. Staff elected not to award the alternate. In addition to the total bid amount, staff has allocated $200,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: C2A1367E-00F6-4023-B3CB-52BD2FD834F0 5/2/2025 5/2/2025 5/2/2025 Page 735 of 3949 Project Manager: Michael Tisch Procurement Strategist: Rita IglesiasNotifications Sent: 2,647Viewed: 1,376Bids Received: 5No. FDOT REF. PAY ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST1.1101-1 MOBILIZATION LS 1 380,536.00$ 380,536.00$ 150,500.00$ 150,500.00$ 340,000.00$ 340,000.00$ 308,200.00$ 308,200.00$ 397,864.70$ 397,864.70$ 220,000.00$ 220,000.00$ 1.2102-1 MAINTENANCE OF TRAFFIC LS 1 84,824.00$ 84,824.00$ 259,300.00$ 259,300.00$ 335,000.00$ 335,000.00$ 390,200.00$ 390,200.00$ 753,300.75$ 753,300.75$ 260,000.00$ 260,000.00$ 1.3104-10-3 SEDIMENT BARRIER (SILT FENCE) LF 759 6.00$ 4,554.00$ 2.00$ 1,518.00$ 5.56$ 4,220.04$ 6.45$ 4,895.55$ 6.45$ 4,895.55$ 2.42$ 1,836.78$ 1.4104-11 FLOATING TURBIDITY BARRIER LF 134 17.00$ 2,278.00$ 12.00$ 1,608.00$ 46.32$ 6,206.88$ 16.05$ 2,150.70$ 16.05$ 2,150.70$ 17.81$ 2,386.54$ 1.5110-1-1 CLEARING & GRUBBING LS 1 52,311.00$ 52,311.00$ 153,000.00$ 153,000.00$ 350,000.00$ 350,000.00$ 87,000.00$ 87,000.00$ 30,012.80$ 30,012.80$ 50,211.00$ 50,211.00$ 1.6120-1 REGULAR EXCAVATION CY 299 50.00$ 14,950.00$ 70.00$ 20,930.00$ 177.54$ 53,084.46$ 186.00$ 55,614.00$ 70.65$ 21,124.35$ 13.37$ 3,997.63$ 1.7120-6 EMBANKMENT CY 3511 76.00$ 266,836.00$ 56.00$ 196,616.00$ 142.25$ 499,439.75$ 149.00$ 523,139.00$ 69.35$ 243,487.85$ 40.00$ 140,440.00$ 1.8121-70 FLOWABLE FILL CY 173 348.00$ 60,204.00$ 344.00$ 59,512.00$ 562.87$ 97,376.51$ 717.00$ 124,041.00$ 353.20$ 61,103.60$ 452.13$ 78,218.49$ 1.9160-4 STABILIZATION SY 9036 9.00$ 81,324.00$ 29.50$ 266,562.00$ 10.69$ 96,594.84$ 11.20$ 101,203.20$ 81.95$ 740,500.20$ 7.31$ 66,053.16$ 1.10285-709 OPTIONAL BASE GROUP 9 (LIMEROCK LBR 100) SY 4100 47.00$ 192,700.00$ 54.00$ 221,400.00$ 58.24$ 238,784.00$ 61.00$ 250,100.00$ 76.88$ 315,208.00$ 41.78$ 171,298.00$ 1.11286-1 TURNOUT CONST. TRANSITION (GRAVEL/DIRT) SY 250 197.00$ 49,250.00$ 115.00$ 28,750.00$ 260.47$ 65,117.50$ 273.00$ 68,250.00$ 154.10$ 38,525.00$ 75.00$ 18,750.00$ 1.12327-70-5 MILLING EXIST. ASPH. PAVT. (MAINTENANCE) SY 13433 8.00$ 107,464.00$ 4.00$ 53,732.00$ 5.15$ 69,179.95$ 8.60$ 115,523.80$ 6.45$ 86,642.85$ 3.60$ 48,358.80$ 1.13327-70-6 MILLING EXIST. ASPH. PAVT. (TURNOUT) SY 105 52.00$ 5,460.00$ 4.00$ 420.00$ 107.04$ 11,239.20$ 101.50$ 10,657.50$ 116.40$ 12,222.00$ 4.00$ 420.00$ 1.14334-1-12 ASPH. CONC. TRAFFIC C (SP-9.5), PG 76-22 TN 1430 221.00$ 316,030.00$ 245.00$ 350,350.00$ 192.47$ 275,232.10$ 158.00$ 225,940.00$ 245.82$ 351,522.60$ 159.89$ 228,642.70$ 1.15334-1-2 TYPE SP-12.5 LEVELING COURSE TN 1150 241.00$ 277,150.00$ 200.00$ 230,000.00$ 171.05$ 196,707.50$ 262.95$ 302,392.50$ 240.96$ 277,104.00$ 170.00$ 195,500.00$ 1.16339-1 MISC. ASPH. PAVT. TN 10 639.00$ 6,390.00$ 187.00$ 1,870.00$ 1,103.67$ 11,036.70$ 1,088.00$ 10,880.00$ 565.74$ 5,657.40$ 359.21$ 3,592.10$ 1.17430-174-218 PIPE CULVERT 14"x23" ERCP, SD LF 160 285.00$ 45,600.00$ 248.00$ 39,680.00$ 443.52$ 70,963.20$ 348.00$ 55,680.00$ 256.66$ 41,065.60$ 200.57$ 32,091.20$ 1.18430-175-230 PIPE CULVERT 24"x38" ERCP, CD LF 70 426.00$ 29,820.00$ 575.00$ 40,250.00$ 1,299.07$ 90,934.90$ 676.00$ 47,320.00$ 593.25$ 41,527.50$ 275.29$ 19,270.30$ 1.19430-982-633 MITERED END SECTION, ELIPTICAL 24"x38", CD EA 4 5,738.00$ 22,952.00$ 5,800.00$ 23,200.00$ 16,797.70$ 67,190.80$ 6,778.00$ 27,112.00$ 6,021.35$ 24,085.40$ 4,150.00$ 16,600.00$ 1.20430-984-625 MITERED END SECTION, ELIPTICAL 14"x23", SD EA 8 3,021.00$ 24,168.00$ 4,500.00$ 36,000.00$ 5,723.54$ 45,788.32$ 5,500.00$ 44,000.00$ 4,674.30$ 37,394.40$ 3,485.09$ 27,880.72$ 1.21570-1-2 PERFORMANCE TURF SY 13696 9.00$ 123,264.00$ 6.00$ 82,176.00$ 3.38$ 46,292.48$ 4.85$ 66,425.60$ 6.40$ 87,654.40$ 4.35$ 59,577.60$ 1.22700-1-11SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SFAS 8 544.00$ 4,352.00$ 500.00$ 4,000.00$ 936.63$ 7,493.04$ 493.00$ 3,944.00$ 995.25$ 7,962.00$ 560.00$ 4,480.00$ 1.23700-1-60 SINGLE POST SIGN, REMOVE AS 9 97.00$ 873.00$ 156.00$ 1,404.00$ 102.73$ 924.57$ 340.00$ 3,060.00$ 109.20$ 982.80$ 53.49$ 481.41$ 1.24700-2-50 MULTI-POST SIGN, GROUND MOUNT, RELOCATE AS 2 4,233.00$ 8,466.00$ 625.00$ 1,250.00$ 1,933.69$ 3,867.38$ 1,250.00$ 2,500.00$ 2,054.70$ 4,109.40$ 6,500.00$ 13,000.00$ 1.25706-1-3 RETRO REFLECTIVE PAVT. MARKERS EA 145 6.00$ 870.00$ 7.50$ 1,087.50$ 4.83$ 700.35$ 5.15$ 746.75$ 5.15$ 746.75$ 4.79$ 694.55$ 1.26710-11-101 PAINT, STD, WHITE, SOLID 6"GM 2.22 3,193.00$ 7,088.46$ 3,500.00$ 7,770.00$ 2,235.83$ 4,963.54$ 2,378.00$ 5,279.16$ 2,375.75$ 5,274.17$ 1,328.60$ 2,949.49$ 1.27710-11-125 PAINT, STD. WHITE, SOLID 24" LF 12 2.00$ 24.00$ 2.00$ 24.00$ 3.63$ 43.56$ 3.85$ 46.20$ 3.85$ 46.20$ 1.98$ 23.76$ 1.28710-11-231 PAINT, STD, YELLOW, SKIP 6" (10-30) GM 1.11 3,193.00$ 3,544.23$ 3,500.00$ 3,885.00$ 725.14$ 804.91$ 771.00$ 855.81$ 770.55$ 855.31$ 580.71$ 644.59$ 1.29711-11-125THERMO, STD-OPEN GRD. ASPH, WHITE SOLID 24"LF 12 7.00$ 84.00$ 7.00$ 84.00$ 8.46$ 101.52$ 8.95$ 107.40$ 9.00$ 108.00$ 6.86$ 82.32$ 1.30711-15-101 THERMO, STD-OPEN GRD, ASPH, WHITE SOLID 6" GM 2.22 7,343.00$ 16,301.46$ 7,800.00$ 17,316.00$ 6,344.91$ 14,085.70$ 6,750.00$ 14,985.00$ 6,742.00$ 14,967.24$ 6,504.05$ 14,438.99$ 1.31711-15-231THERMO, STD-OPEN GRD, ASPH, YELLOW, SKIP 6" (10-30)GM 1.11 5,684.00$ 6,309.24$ 6,250.00$ 6,937.50$ 1,589.24$ 1,764.06$ 1,690.00$ 1,875.90$ 1,688.76$ 1,874.52$ 2,034.54$ 2,258.34$ 1.32546-72-2 GROUND-IN RUMBLE STRIP 8" CYL. GM 2.22 9,222.00$ 20,472.84$ 3,245.00$ 7,203.90$ 9,159.64$ 20,334.40$ 3,792.00$ 8,418.24$ 3,788.40$ 8,410.25$ 3,004.27$ 6,669.48$ 1.33SPECIAL No.1TRANSITION TO EXISTING EOP INCL. ASPHALTCONCRETE, SOD, EARTHWORK, PAVEMENT MARKINGS, CLEARING & GRUBBING, TURNOUT, ETC.LS 1 77,085.00$ 77,085.00$ 115,800.00$ 115,800.00$ 28,552.91$ 28,552.91$ 339,900.00$ 339,900.00$ 85,930.70$ 85,930.70$ 58,000.00$ 58,000.00$ 2,293,535.23$ 2,384,135.90$ 3,054,025.07$ 3,202,443.31$ 3,704,316.99$ 1,748,847.95$ 1.10-Alt285-709 OPTIONAL BASE GROUP 9 TYPE B-12.5 AC LESS ITEM 1.10SY 410085.00$ 348,500.00$ 65.00$ 266,500.00$ 88.51$ 362,891.00$ 168.20$ 689,620.00$ 87.39$ 358,299.00$ 57.64$ 236,324.00$ 2,449,335.23$ 2,429,235.90$ 3,178,132.07$ 3,641,963.31$ 3,747,407.99$ 1,813,873.95$ YESYESYESBid ScheduleYES YES YES YES YESState of Florida Certified Building or General Contract LicenseYES YESYES YES YESYESYESYESYESYESYESYESYESYESYESYESYESYESAjax Paving Industries of Florida LLCYES/NOYESYESYESYESYESYES YESYESYESYESYESYESYESYESYESYESYESYESYES*NOYES*YESYESYESYESYESOHLA USA, Inc. YES/NO*NO*YESYESYESYESYESSunBizYES YESGrants PackageYES YESE-VerifyYES YESW-9YES YESImmigration Affidavit Certification (Form 11)YES YESAddendums (4)YES YESConflict of Interest Affidavit (Form 9)YES YESVendor Declaration Statement (Form 10)YES YESBid Bond (Form 7)YES YESInsurance and Bonding Requirements (Form 8)YES YESStatement of Experience (Form 5)YES YESTrench Safety Act knowledgement (Form 6)YES YESMaterial Manufacturers (Form 3)YES YESList of Major Subcontractors (Form 4)YES YES Bid Response Form (Form 1)YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YESQuality Enterprises USA, Inc.Thomas Marine Construction, Inc.REQUIRED FORMS AND DOCUMENTS YES/NO YES/NO* 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.Quality Enterprises USA, Inc.Thomas Marine Construction, Inc.OHLA USA, Inc.Preferred Materials, Inc.YES/NO Corkscrew Road (CR850) Safety Improvements (LAP) Construction ITB 24-8275 Bid Tabulation Project Number: 66016.26Preferred Materials, Inc.Ajax Paving Industries of Florida LLCENGINEERTotal Base BidTotal Base Bid + AlternatesOpened By: Lisa Oien Witnessed By: Dania Guerrero Date: March 20, 2025, 3:00 PM EST  Page 736 of 3949 06/27/2025 Brown & Brown Insurance Services, Inc. 9617 Gulf Research Ln Suite 202 Ft. Myers FL 33912 Lorie Frost (239) 261-3000 (239) 261-8265 Lorie.Frost@bbrown.com Quality Enterprises USA, Inc 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company Ascot Insurance Company 23752 7/1/25 -10/1/25 Quality A Y Y DT-CO-5Y263932-PHX-25 07/01/2025 10/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 Employee Benefits 2,000,000 B Y Y 810-5Y316801-25-26-G 07/01/2025 10/01/2025 1,000,000 Medical payments 5,000 B 10,000 CUP-5Y325127-25-26 07/01/2025 10/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2025 07/01/2026 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (Incl Cranes)IMMA2410001746-03 07/01/2025 07/01/2026 Blkt limit / Ded: 2%$50,000,000 Ded: 2% / 5% Cranes $500,000 Install Floater Project Lmt $200,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 737 of 3949 Quality Enterprises USA, Inc 00642837 Brown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Lexington Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #015136706 Eff: 07/01/2025-07/01/2026 F: Indemnity National Ins - Secondary Excess Liability: $3MIL Occurrence and $3MIL Aggregate Excess of $2MIL #XS0001651 24 Eff: 07/01/2025-10/01/2025 G: Ascot Specialty - Third Excess Liabililty layer: $5MIL Occurrence $5MIL Aggregate Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2025-10/01/2025 H: Homsite Assurance -Fourth Excess Liabillity layer: $5MIL Occurence $5MIL Aggregate Excess of $10MIL #CXP-036064-00 Eff: 07/01/2025-10/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 738 of 3949