Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 10/14/2025 Item #16C 4 (Awarding RFQ #20-7800 for the rehabilitation of Pump Station 308.06 to Quality Enterprises USA, Inc.)
10/14/2025 Item # 16.C.4 ID# 2025-3607 Executive Summary Recommendation that the Board, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Request for Quote under Agreement No. 20-7800 to Quality Enterprises USA, Inc., for the Rehabilitation of Pump Station 308.06 project, in the amount of $685,819, approve an Owner’s Allowance of $105,000, and authorize the Chair to sign the attached Work Order. (Project Number 70141) OBJECTIVE: The public purpose of this project is to rehabilitate utility infrastructure to current standards, while meeting the demand for service, protecting public health and safety, maintaining compliance, and providing a proactive environmental protection approach. This item concerns the rehabilitation of existing Wastewater Pump Station 308.06. CONSIDERATIONS: The proposed scope of work for Rehabilitation of Pump Station 308.06 is consistent with the FY2026 Capital Improvement Project Budget approved by the Board on September 18, 2025. The Collier County Water Sewer District (“CCWSD”) established GIS-based integrated Enterprise Asset Management (“EAM”) to routinely evaluate assets and conditions in the field. EAM is utilized to prioritize critical infrastructure replacements, rehabilitation, and repairs prior to failure which reduces the risk of non-compliance with State/federal permits and essential service outages. The project is located at 1570 Shadowlawn Drive. Pump Station 308.06 serves as the submaster for the area north of Davis Boulevard to Rock Creek, and from Airport-Pulling Road to Brookside. The station is over 33 years old and has reached the end of its useful life. The scope of work for this improvement project will include: • Demolition of existing wet well lid, piping, existing valve vault, and valve vault piping. • Temporary bypass pumping system. • New concrete wet well lid with hatch. • Repair of existing wet well bottom and wet well lining • Furnish and install a new control panel/electrical panel and new pumps. • Furnish and install new wet well piping, vent/pump out combination, above-ground discharge piping/valves, and a new pump out on discharge piping, and a new below-grade pump out. • New concrete discharge piping/electrical panel pad • Final force main connection • New concrete wall and fence around the pump station site • Site is being raised to meet the recent FEMA flood elevations • New concrete driveway • New electrical Platform • Final grading, restoration, and installation of gravel fill • Pump station start-up and testing The improvements will: (1) update the pump station to meet current CCWSD standards in a coordinated manner that will not interrupt sewer service, (2) improve the performance and reliability of the sewer system in the community, and (3) improve safety during routine maintenance by Wastewater Division staff. On May 14, 2025, the County distributed a Request for the Quotation for the Pump Station 308.06 Rehabilitation project to the eight contractors under the County’s Fixed-Term Underground Contractor Services Agreement No. 20-7800. Six contractors submitted a quote to the County by the June 12, 2025, deadline as summarized in the table below. Vendor Total Bid Amount Project’s Allowance Project’s Total Quality Enterprises USA, Inc. $685,819.00 $105,000.00 $790,819.00 Kyle Construction Inc. $729,500.00 $105,000.00 $834,500.00 Haskins Inc. $764,214.53 $105,000.00 $869,214.53 Page 2974 of 6526 10/14/2025 Item # 16.C.4 ID# 2025-3607 Coastal Site Development $801,000.00 $105,000.00 $906,000.00 Douglas N. Higgins, Inc. $813,160.00 $105,000.00 $918,160.00 Mitchell & Stark $1,064,590.00 $105,000.00 $1,169,590.00 No bid was received from PWC Joint Venture, LLC, and no response was received from Southwest Utility Systems, Inc. Quality Enterprises USA, Inc. (“QE”) submitted the lowest bid quote for the project in the amount of $790,819, which includes an Owner’s Allowance of $105,000. QE was incorporated in 1969 and has its office in Naples. QE specializes in underground utility and excavation construction projects and has successfully completed numerous projects for the County. County staff and its engineering consultant, Bowman Gulf Coast LLC (“Bowman”), reviewed QE’s lowest quote and determined it to be fair and reasonable. QE’s quote is 19 percent lower than the engineer’s cost estimate. In its August 20, 2025, letter recommending the award to QE (Attachment No. 3), Bowman references QE’s satisfactory performance and warranty record on similar utility-related projects. Accordingly, Bowman recommends awarding the project to QE as the lowest responsive and qualified contractor. The RFQ specifications informed bidders that there may be unforeseen conditions associated with the project. An Owner’s Allowance of $105,000 ($80,000 for Unforeseen Work, and $25,000 for Florida Power & Light work) is included in the quote for the project. The owner-directed project allowance of $80,000 for unanticipated costs includes, but is not limited to, repairs due to structural deterioration and/or replacement of defective mechanical equipment and deficient electrical components that might not be known at the time of project award. Use of any allowance funds will be billed in accordance with the County’s Procurement Ordinance and terms of the Agreement. Agreement No. 20-7800 requires QE to provide Payment and Performance Bonds for projects exceeding $200,000. Those bonds are included in the backup documentation. This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual Update and Inventory Report (AUIR) and other planning tools that establish and implement plans for availability and adequacy of public facilities and remain in compliance with all regulatory requirements. FISCAL IMPACT: Funding in the amount of $790,819 is available in the Wastewater User Fee Capital Project Fund (4014), Project 70141. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities, and to remain in compliance with all regulatory programs. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: That the Board of County Commissioners, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Request for Quote under Agreement No. 20-7800 to Quality Enterprises USA, Inc., for the Rehabilitation of Pump Station 308.06 project, in the amount of $685,819, approve an Owner’s Allowance of $105,000, and authorize the Chairman to sign the attached Work Order. (Project Number 70141) PREPARED BY: Matthew Fortune, PMP, Project Manager III, Public Utilities Department, Engineering and Project Management Division. Page 2975 of 6526 10/14/2025 Item # 16.C.4 ID# 2025-3607 ATTACHMENTS: 1. Attachment 1. PS 308.06 - QE Work Order and Quote Signed 2. Attachment 1a. QE Bid Extension & Delegation of Authority 3. Attachment 2. PS 308.06- Bid Tabulation and Vendor Quotes 4. Attachment 3. PS 308.06 - Recommendation Letter 5. Attachment 4. PS 308.06 - P&P Bonds 6. Attachment 5. 20-7800_QualityEnterprises_Contract 7. Attachment 6. RFQ 20-7800 - PS 308_06 Rehabilitation 8. Attachment 7. COI - July 1, 2025 - July 1, 2026 9. ACORD Form 20250928-102552-96 Page 2976 of 6526 Page 2977 of 6526 Page 2978 of 6526 Page 2979 of 6526 Page 2980 of 6526 Page 2981 of 6526 Page 2982 of 6526 Page 2983 of 6526 Page 2984 of 6526 Page 2985 of 6526 Page 2986 of 6526 Southwest Utility Systems, Inc. (NO RESPONSE) PWC Joint Venture (NO BID) ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE 1 Mobilization/Demobilization (NOT TO EXCEED 10% BID)1 LS $90,000.00 $90,000.00 $68,579.00 $68,579.00 $65,000.00 $65,000.00 $71,500.00 $71,500.00 $50,000.00 $50,000.00 $66,000.00 $66,000.00 $75,000.00 $75,000.00 $0.00 $0.00 2 Preconstruction Audio/Video Recording 1 LS $3,000.00 $3,000.00 $1,817.00 $1,817.00 $800.00 $800.00 $6,500.00 $6,500.00 $5,000.00 $5,000.00 $4,000.00 $4,000.00 $3,750.00 $3,750.00 $0.00 $0.00 3 Survey Layout and Record Drawings 1 LS $12,000.00 $12,000.00 $6,661.00 $6,661.00 $5,500.00 $5,500.00 $16,250.00 $16,250.00 $7,500.00 $7,500.00 $9,000.00 $9,000.00 $10,300.00 $10,300.00 $0.00 $0.00 4 Stormwater Pollution Plan 1 LS $3,000.00 $3,000.00 $931.00 $931.00 $500.00 $500.00 $6,500.00 $6,500.00 $5,000.00 $5,000.00 $9,000.00 $9,000.00 $5,000.00 $5,000.00 $0.00 $0.00 5 Bypass Pumping During Construction 1 LS $120,000.00 $120,000.00 $39,660.00 $39,660.00 $85,000.00 $85,000.00 $91,000.00 $91,000.00 $55,000.00 $55,000.00 $30,000.00 $30,000.00 $85,350.00 $85,350.00 $0.00 $0.00 $228,000.00 $117,648.00 $156,800.00 $191,750.00 $122,500.00 $118,000.00 $179,400.00 $0.00 $0.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE 6 General Site Clearing & Grubbing 1 LS $15,000.00 $15,000.00 $3,259.00 $3,259.00 $4,500.00 $4,500.00 $6,200.00 $6,200.00 $27,500.00 $27,500.00 $18,000.00 $18,000.00 $15,000.00 $15,000.00 $0.00 $0.00 7 Asphalt Driveway Removal 1 LS $5,000.00 $5,000.00 $2,019.00 $2,019.00 $2,500.00 $2,500.00 $16,970.03 $16,970.03 $15,000.00 $15,000.00 $20,000.00 $20,000.00 $6,000.00 $6,000.00 $0.00 $0.00 8 Wetwell and Vault Demolition 1 LS $60,000.00 $60,000.00 $29,905.00 $29,905.00 $11,500.00 $11,500.00 $15,500.00 $15,500.00 $35,000.00 $35,000.00 $18,000.00 $18,000.00 $25,000.00 $25,000.00 $0.00 $0.00 9 Electrical Service/Components Demolition 1 LS $5,000.00 $5,000.00 $4,845.00 $4,845.00 $4,500.00 $4,500.00 $5,200.00 $5,200.00 $7,500.00 $7,500.00 $4,000.00 $4,000.00 $9,400.00 $9,400.00 $0.00 $0.00 $85,000.00 $40,028.00 $23,000.00 $43,870.03 $85,000.00 $60,000.00 $55,400.00 $0.00 $0.00 $0.00 $0.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE 10 Install Owner Provided Submersible Pumps 1 LS $90,000.00 $90,000.00 $12,588.00 $12,588.00 $20,500.00 $20,500.00 $27,000.00 $27,000.00 $65,000.00 $65,000.00 $18,000.00 $18,000.00 $271,200.00 $271,200.00 $0.00 $0.00 11 Furnish and Install Discharge Piping and Valves 1 LS $55,000.00 $55,000.00 $76,795.00 $76,795.00 $78,000.00 $78,000.00 $83,325.00 $83,325.00 $85,000.00 $85,000.00 $124,000.00 $124,000.00 $91,600.00 $91,600.00 $0.00 $0.00 12 Furnish and Install Concrete Wetwell Top Slab with Hatch 1 LS $35,000.00 $35,000.00 $9,281.00 $9,281.00 $10,500.00 $10,500.00 $8,737.09 $8,737.09 $19,500.00 $19,500.00 $43,000.00 $43,000.00 $19,700.00 $19,700.00 $0.00 $0.00 13 Furnish and Install Emergency Pump Out Pipe 1 LS $8,000.00 $8,000.00 $10,584.00 $10,584.00 $7,500.00 $7,500.00 $17,282.91 $17,282.91 $9,500.00 $9,500.00 $9,000.00 $9,000.00 $33,700.00 $33,700.00 $0.00 $0.00 14 Furnish and Install Vent/Pump Out Piping 1 LS $10,000.00 $10,000.00 $6,297.00 $6,297.00 $5,500.00 $5,500.00 $8,031.44 $8,031.44 $12,500.00 $12,500.00 $9,000.00 $9,000.00 $7,400.00 $7,400.00 $0.00 $0.00 15 Wetwell Bottom Repair 1 LS $12,000.00 $12,000.00 $13,307.00 $13,307.00 $18,000.00 $18,000.00 $26,895.41 $26,895.41 $6,500.00 $6,500.00 $12,000.00 $12,000.00 $16,200.00 $16,200.00 $0.00 $0.00 16 Furnish and Install Wetwell Liner 1 LS $20,000.00 $20,000.00 $45,403.00 $45,403.00 $45,000.00 $45,000.00 $17,930.28 $17,930.28 $45,000.00 $45,000.00 $26,000.00 $26,000.00 $44,000.00 $44,000.00 $0.00 $0.00 17 Furnish and Install Miscellaneous Concrete Pads 1 LS $10,000.00 $10,000.00 $2,906.00 $2,906.00 $10,500.00 $10,500.00 $6,240.78 $6,240.78 $9,500.00 $9,500.00 $14,000.00 $14,000.00 $24,800.00 $24,800.00 $0.00 $0.00 18 Furnish and Install Access Platform 1 LS $25,000.00 $25,000.00 $33,981.00 $33,981.00 $55,000.00 $55,000.00 $22,850.00 $22,850.00 $28,500.00 $28,500.00 $28,000.00 $28,000.00 $8,500.00 $8,500.00 $0.00 $0.00 19 Furnish and install Discharge Piping Pad 1 LS $5,000.00 $5,000.00 $2,906.00 $2,906.00 $5,500.00 $5,500.00 $12,481.56 $12,481.56 $6,500.00 $6,500.00 $5,000.00 $5,000.00 $14,950.00 $14,950.00 $0.00 $0.00 20 Connect to Existing Force Main 1 LS $7,000.00 $7,000.00 $21,137.00 $21,137.00 $21,000.00 $21,000.00 $22,402.40 $22,402.40 $17,500.00 $17,500.00 $22,000.00 $22,000.00 $29,300.00 $29,300.00 $0.00 $0.00 21 Furnish and Install Equipment Mounting Rack (Located by Wetwell)1 LS $5,000.00 $5,000.00 $17,562.00 $17,562.00 $6,500.00 $6,500.00 $18,850.00 $18,850.00 $11,500.00 $11,500.00 $5,000.00 $5,000.00 $20,950.00 $20,950.00 $0.00 $0.00 22 Furnish and Install Electrical Components (Electrical Control Panel Furnished by Owner)1 LS $90,000.00 $90,000.00 $110,551.00 $110,551.00 $87,000.00 $87,000.00 $75,725.00 $75,725.00 $55,000.00 $55,000.00 $132,000.00 $132,000.00 $73,000.00 $73,000.00 $0.00 $0.00 23 Furnish and Install Antenna 1 LS $40,000.00 $40,000.00 $53,288.00 $53,288.00 $41,000.00 $41,000.00 $23,400.00 $23,400.00 $32,500.00 $32,500.00 $28,000.00 $28,000.00 $36,000.00 $36,000.00 $0.00 $0.00 24 Furnish and Install New Electrical Service to Site 1 LS $15,000.00 $15,000.00 $7,249.00 $7,249.00 $10,000.00 $10,000.00 $7,780.50 $7,780.50 $15,500.00 $15,500.00 $14,000.00 $14,000.00 $8,590.00 $8,590.00 $0.00 $0.00 25 Pump Station Electrical and Telemetry Startup and Testing 1 LS $6,000.00 $6,000.00 $7,662.00 $7,662.00 $15,000.00 $15,000.00 $2,340.00 $2,340.00 $12,500.00 $12,500.00 $9,000.00 $9,000.00 $4,000.00 $4,000.00 $0.00 $0.00 $433,000.00 $431,497.00 $436,500.00 $381,272.37 $432,000.00 $498,000.00 $703,890.00 $0.00 $0.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE 26 Furnish and Install Concrete Wall 1 LS $40,000.00 $40,000.00 $35,900.00 $35,900.00 $35,000.00 $35,000.00 $36,959.43 $36,959.43 $65,000.00 $65,000.00 $74,000.00 $74,000.00 $43,000.00 $43,000.00 $0.00 $0.00 27 Furnish and Install Site Fence & Gates 1 LS $35,000.00 $35,000.00 $24,887.00 $24,887.00 $28,000.00 $28,000.00 $26,000.00 $26,000.00 $25,000.00 $25,000.00 $28,000.00 $28,000.00 $27,000.00 $27,000.00 $0.00 $0.00 28 Furish and Install Concrete Driveway 1 LS $25,000.00 $25,000.00 $9,081.00 $9,081.00 $10,700.00 $10,700.00 $40,703.90 $40,703.90 $22,000.00 $22,000.00 $19,000.00 $19,000.00 $16,300.00 $16,300.00 $0.00 $0.00 29 Furnish and Install Stone Surface 1 LS $12,000.00 $12,000.00 $5,813.00 $5,813.00 $4,500.00 $4,500.00 $3,250.00 $3,250.00 $4,500.00 $4,500.00 $8,080.00 $8,080.00 $4,800.00 $4,800.00 $0.00 $0.00 30 Furnish and Install Stormwater CB, MES and Piping 1 LS $20,000.00 $20,000.00 $20,965.00 $20,965.00 $35,000.00 $35,000.00 $40,408.80 $40,408.80 $45,000.00 $45,000.00 $8,080.00 $8,080.00 $34,800.00 $34,800.00 $0.00 $0.00 $132,000.00 $96,646.00 $113,200.00 $147,322.13 $161,500.00 $137,160.00 $125,900.00 $0.00 $0.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE 31 Owner Directed Aloowance for Unforeseen Work 1 TM $80,000.00 $80,000.00 80000 80000 $80,000.00 $80,000.00 $80,000.00 80000 $80,000.00 80000 $80,000.00 $80,000.00 $80,000.00 $80,000.00 $0.00 $0.00 32 Owner Directed Allowance for FPL Upgrades 1 TM $25,000.00 $25,000.00 25000 25000 $25,000.00 $25,000.00 $25,000.00 25000 $25,000.00 25000 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $0.00 $0.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $0.00 $0.00 $228,000.00 $117,648.00 $156,800.00 $191,750.00 $122,500.00 $118,000.00 $179,400.00 $0.00 $0.00 $85,000.00 $40,028.00 $23,000.00 $43,870.03 $85,000.00 $60,000.00 $55,400.00 $0.00 $0.00 $433,000.00 $431,497.00 $436,500.00 $381,272.37 $432,000.00 $498,000.00 $703,890.00 $0.00 $0.00 $132,000.00 $96,646.00 $113,200.00 $147,322.13 $161,500.00 $137,160.00 $125,900.00 $0.00 $0.00 $878,000.00 $685,819.00 $729,500.00 $764,214.53 $801,000.00 $813,160.00 $1,064,590.00 $0.00 $0.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $105,000.00 $0.00 $0.00 $983,000.00 $790,819.00 $834,500.00 $869,214.53 $906,000.00 $918,160.00 $1,169,590.00 $0.00 $0.00 Coastal Total Construction Cost was submitted at $639,000. Bid contained error in total. Corrected Total Construction Cost is $801,000 and Project Total is $906,000. QE Total Construction Cost was $687,240. There was a mathematical error on Mobilization. Corrected Total Construction Cost is $685,819 and Project Total is $790,819. No response was received from Southwest Utility Systems, inc. SECTION 3 - PUMP STATION SECTION 4 - SITEWORK SECTION 3 - SUBTOTAL SECTION 4 - SUBTOTAL REVISED (8/20/2025) COST SUMMARY SECTION 1 - GENERAL CONDITIONS SECTION 1 - GENERAL CONDITIONS SECTION 2 - DEMOLITION COUNTY PUBLIC UTILITIES PUMP STATION 308.06 REHABILITATION BID TABULATION JUNE 2025 SECTION 1 SUBTOTAL Coastal - CSD DN HigginsHaskins Mitchell & starkQE SECTION 2 - SUBTOTAL Kyle Construction EOPC SECTION 5 - ALLOWANCES No bid or No quote was received from PWC Joint Venture/Weiss Construction. NOTES: *Staff has allocated $80,000.00 in Owner's Allowance - for Owner's Use as Directed for unforeseen work. 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. Staff has allocated $25,000.00 in Owner's Allowance for Owner's Use as Directed for FPL services for new electrical power fransformer. Inclusion of the Allowances as part of the Contract Prices is not a guarantee the the Contractor will be paid any portion or the full amount of the Allowances. Ependitures of Owner's Allowances will be made through Change Order with proper documentation of Time and Materials supporting the change. *Note: The scheduled value for mobilization/demobilization shall not exceed 10 percent of the Total Bid Amount. PROJECT TOTAL SECTION 2 - DEMOLITION SECTION 3 - PUMP STATION SECTION 4 - SITE WORK CONSTRUCTION TOTAL SECTION 5 - ALLOWANCES SECTION 5 - SUBTOTAL Page 2987 of 6526 Page 2988 of 6526 Page 2989 of 6526 Page 2990 of 6526 Page 2991 of 6526 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (NOT TO EXCEED 10% BID)1 LS 65,000.00$ $65,000.00 2 Preconstruction Audio/Video Recording 1 LS 800.00$ $800.00 3 Survey Layout and Record Survey 1 LS 5,500.00$ $5,500.00 4 Stormwater Pollution Plan 1 LS 500.00$ $500.00 5 Bypass Pumping During Construction 1 LS 85,000.00$ $85,000.00 $156,800.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 6 General Site Clearing & Grubbing 1 LS 4,500.00$ $4,500.00 7 Asphalt Driveway Removal 1 LS 2,500.00$ $2,500.00 8 Wetwell and Valve Vault Demolition 1 LS 11,500.00$ $11,500.00 9 Electrical Service/Components Demolition 1 LS 4,500.00$ $4,500.00 $23,000.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 10 Install Owner Provided Submersible Pumps 1 LS $20,500.00 $20,500.00 11 Furnish and Install Discharge Piping and Valves 1 LS $78,000.00 $78,000.00 12 Furnish and Install Concrete Wetwell Top Slab with Hatch 1 LS $10,500.00 $10,500.00 13 Furnish and Install Emergency Pump Out Pipe 1 LS $7,500.00 $7,500.00 14 Furnish and Install Vent/Pump Out Piping 1 LS $5,500.00 $5,500.00 15 Wetwell Bottom Repair 1 LS $18,000.00 $18,000.00 16 Furnish and Install Wetwell Liner 1 LS $45,000.00 $45,000.00 17 Furnish and Install Miscellaneous Concrete Pads 1 LS $10,500.00 $10,500.00 18 Furnish and Install Access Platform 1 LS $55,000.00 $55,000.00 19 Furnish and install Discharge Piping Pad 1 LS $5,500.00 $5,500.00 20 Connect to Existing Force Main 1 LS $21,000.00 $21,000.00 21 Furnish and Install Equipment Mounting Rack (Located by Wetwell)1 LS $6,500.00 $6,500.00 22 Furnish and Install Electrical Components (Electrical Control Panel Furnished by Owner)1 LS $87,000.00 $87,000.00 23 Furnish and Install Antenna 1 LS $41,000.00 $41,000.00 24 Furnish and Install New Electrical Service to Site 1 LS $10,000.00 $10,000.00 25 Pump Station Electrical and Telemetry Startup and Testing 1 LS $15,000.00 $15,000.00 $436,500.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 26 Furnish and Install Concrete Wall 1 LS $35,000.00 $35,000.00 27 Furnish and Install Site Fence & Gates 1 LS $28,000.00 $28,000.00 28 Furish and Install Concrete Driveway 1 LS $10,700.00 $10,700.00 29 Furnish and Install Stone Surface 1 LS $4,500.00 $4,500.00 30 Furnish and Install Stormwater CB, MES and Piping 1 LS $35,000.00 $35,000.00 $113,200.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 31 Owner Directed Allowance for Unforeseen Work 1 TM/LS $80,000.00 $80,000.00 32 Owner Directed Allowance for FPL Upgrades 1 TM/LS $25,000.00 $25,000.00 $105,000.00 $156,800.00 $23,000.00 $436,500.00 $113,200.00 $729,500.00 $105,000.00 $834,500.00 *Note: The scheduled value for mobilization/demobilization shall not exceed 10 percent of the Total Bid Amount. *Staff has allocated $80,000.00 in Owner's Allowance - for Owner's Use as Directed for unforeseen work. 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. Staff has also allocated $25,000 in Owner's Allowance for Owner's Use as Directed for FPL services for new electrical power transformer. Inclusion of the Allowances as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowances. Expenditures of Owner's Allowances will be made through Change Order with proper documentation of Time and Materials supporting the change. SECTION 3 - SUBTOTAL SECTION 2 - SUBTOTAL SECTION 3 - PUMP STATION SECTION 4 - SITEWORK SECTION 4 - SUBTOTAL PROJECT TOTAL COST SUMMARY SECTION 1 - GENERAL CONDITIONS SECTION 2 - DEMOLITION SECTION 3 - PUMP STATION SECTION 4 - SITE WORK SECTION 5 - ALLOWANCES SECTION 5 - SUBTOTAL SECTION 5 - ALLOWANCES CONSTRUCTION TOTAL COLLIER COUNTY PUBIC UTILITIES PUMP STATION 308.06 REHABILITATION BID SCHEDULE SECTION 1 - GENERAL CONDITIONS SECTION 2 - DEMOLITION SECTION 1 SUBTOTAL Page 2992 of 6526 Addendum #2 6/4/2025 Date: May 14th, 2025 From: Matthew Fortune, Project Manager II Matthew.Fortune@colliercountyfl.gov To: Potential Quoters Subject: Request for Quotes – RFQ 20-7800 PS 308.06 Rehabilitation Project: Pump Station 308.06 Rehabilitation RFQ Due Date: Thursday, June 12th, 2025 at 5:00PM Thursday, June 5th, 2025, at 5:00 PM Pre-Quote Meeting (Non-Mandatory): N/A Q&A Deadline: Thursday, May 29th, 2025, at 5:00 PM Number of Days to Final Completion: 550 days to substantial + 30 days final = 580 days Documents Provided: 1. RFQ Cover Letter 2. Bid Schedule 3. Supplemental Specifications 4. Bidding Construction Plans 5. Photos 6. Pump station and access easements documents. 7. List of materials to be provided by the County Liquidated Damages: $268.09 per day Payment and Performance Bonds: Required if the quote exceeds $200,000 Your quotation response for this project is due electronically to the Email address listed above no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. We look forward to your participation in this request for information/quotation process. Please return the following documents with your quote: • This RFQ Letter signed by an officer of the Firm. • Bid Schedule Form with quote costs. • Any and all Bid Addendums signed by an officer of the Firm. Firm’s Complete Legal Name Telephone Number / Fax Number Signature Title Print Name Date Haskins Inc 239-947-1846 / 239-947-3857 Vice President Ryan MacPhee 6/12/2025 Page 2993 of 6526 1 ADDENDUM #1 Date: June 2, 2025 To: Interested Bidders From: Matthew Fortune Subject: PS 308.06 Rehabilitation The following changes were made to Request for Quotes – RFQ 20-7800 PS 308.06 Rehabilitation 1. In lieu of the 6” x 6” concrete posts shown for the control /electrical equipment posts and generator receptacle post, a 6” x 6” x 0.25” aluminum post shall be utilized. The aluminum shall be coated wherever in contact with concrete. All bolting to the post shall be with stainless steel thru bolts provided with isolation washer, etc. Page 2994 of 6526 6/12/2025 Haskins Inc. Page 2995 of 6526 1 ADDENDUM #2 Date: June 4, 2025 To: Interested Bidders From: Matthew Fortune Subject: PS 308.06 Rehabilitation The following changes were made to Request for Quotes – RFQ 20-7800 PS 308.06 Rehabilitation Change Made • The RFQ due date has been extended from Thursday, June 5, 2025, @ 5:00 PM to Thursday, June 12, 2025, @ 5:00 PM. Haskins Inc 6/12/2025 Page 2996 of 6526 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (NOT TO EXCEED 10% BID)1 LS $71,500.00 $71,500.00 2 Preconstruction Audio/Video Recording 1 LS $6,500.00 $6,500.00 3 Survey Layout and Record Survey 1 LS $16,250.00 $16,250.00 4 Stormwater Pollution Plan 1 LS $6,500.00 $6,500.00 5 Bypass Pumping During Construction 1 LS $91,000.00 $91,000.00 $191,750.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 6 General Site Clearing & Grubbing 1 LS $6,200.00 $6,200.00 7 Asphalt Driveway Removal 1 LS $16,970.03 $16,970.03 8 Wetwell and Valve Vault Demolition 1 LS $15,500.00 $15,500.00 9 Electrical Service/Components Demolition 1 LS $5,200.00 $5,200.00 $43,870.03 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 10 Install Owner Provided Submersible Pumps 1 LS $27,000.00 $27,000.00 11 Furnish and Install Discharge Piping and Valves 1 LS $83,325.00 $83,325.00 12 Furnish and Install Concrete Wetwell Top Slab with Hatch 1 LS $8,737.09 $8,737.09 13 Furnish and Install Emergency Pump Out Pipe 1 LS $17,282.91 $17,282.91 14 Furnish and Install Vent/Pump Out Piping 1 LS $8,031.44 $8,031.44 15 Wetwell Bottom Repair 1 LS $26,895.41 $26,895.41 16 Furnish and Install Wetwell Liner 1 LS $17,930.28 $17,930.28 17 Furnish and Install Miscellaneous Concrete Pads 1 LS $6,240.78 $6,240.78 18 Furnish and Install Access Platform 1 LS $22,850.00 $22,850.00 19 Furnish and install Discharge Piping Pad 1 LS $12,481.56 $12,481.56 20 Connect to Existing Force Main 1 LS $22,402.40 $22,402.40 21 Furnish and Install Equipment Mounting Rack (Located by Wetwell)1 LS $18,850.00 $18,850.00 22 Furnish and Install Electrical Components (Electrical Control Panel Furnished by Owner)1 LS $75,725.00 $75,725.00 23 Furnish and Install Antenna 1 LS $23,400.00 $23,400.00 24 Furnish and Install New Electrical Service to Site 1 LS $7,780.50 $7,780.50 25 Pump Station Electrical and Telemetry Startup and Testing 1 LS $2,340.00 $2,340.00 $381,272.37 NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 26 Furnish and Install Concrete Wall 1 LS $36,959.43 $36,959.43 27 Furnish and Install Site Fence & Gates 1 LS $26,000.00 $26,000.00 28 Furish and Install Concrete Driveway 1 LS $40,703.90 $40,703.90 29 Furnish and Install Stone Surface 1 LS $3,250.00 $3,250.00 30 Furnish and Install Stormwater CB, MES and Piping 1 LS $40,408.80 $40,408.80 $147,322.13 NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 31 Owner Directed Allowance for Unforeseen Work 1 TM/LS $80,000.00 $80,000.00 32 Owner Directed Allowance for FPL Upgrades 1 TM/LS $25,000.00 $25,000.00 $105,000.00 $191,750.00 $43,870.03 $381,272.37 $147,322.13 $764,214.53 $105,000.00 $869,214.53 *Note: The scheduled value for mobilization/demobilization shall not exceed 10 percent of the Total Bid Amount. *Staff has allocated $80,000.00 in Owner's Allowance - for Owner's Use as Directed for unforeseen work. 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. Staff has also allocated $25,000 in Owner's Allowance for Owner's Use as Directed for FPL services for new electrical power transformer. Inclusion of the Allowances as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowances. Expenditures of Owner's Allowances will be made through Change Order with proper documentation of Time and Materials supporting the change. SECTION 5 - ALLOWANCES CONSTRUCTION TOTAL SECTION 4 - SITE WORK SECTION 3 - PUMP STATION SECTION 2 - DEMOLITION SECTION 1 - GENERAL CONDITIONS PROJECT TOTAL SECTION 3 - PUMP STATION PUMP STATION 308.06 REHABILITATION COLLIER COUNTY PUBIC UTILITIES COST SUMMARY SECTION 5 - SUBTOTAL SECTION 5 - ALLOWANCES SECTION 4 - SUBTOTAL SECTION 4 - SITEWORK SECTION 3 - SUBTOTAL SECTION 2 - SUBTOTAL SECTION 2 - DEMOLITION SECTION 1 SUBTOTAL SECTION 1 - GENERAL CONDITIONS BID SCHEDULE Page 2997 of 6526 Page 2998 of 6526 Page 2999 of 6526 Page 3000 of 6526 $801,000 $906,000 Did not add up correctly Page 3001 of 6526 Page 3002 of 6526 Page 3003 of 6526 Page 3004 of 6526 Page 3005 of 6526 Page 3006 of 6526 Page 3007 of 6526 Page 3008 of 6526 Page 3009 of 6526 Page 3010 of 6526 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (NOT TO EXCEED 10% BID)1 LS 75000 $75,000.00 2 Preconstruction Audio/Video Recording 1 LS 3750 $3,750.00 3 Survey Layout and Record Survey 1 LS 10300 $10,300.00 4 Stormwater Pollution Plan 1 LS 5000 $5,000.00 5 Bypass Pumping During Construction 1 LS 85350 $85,350.00 $179,400.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 6 General Site Clearing & Grubbing 1 LS 15000 $15,000.00 7 Asphalt Driveway Removal 1 LS 6000 $6,000.00 8 Wetwell and Valve Vault Demolition 1 LS 25000 $25,000.00 9 Electrical Service/Components Demolition 1 LS 9400 $9,400.00 $55,400.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 10 Install Owner Provided Submersible Pumps 1 LS $271,200.00 $271,200.00 11 Furnish and Install Discharge Piping and Valves 1 LS $91,600.00 $91,600.00 12 Furnish and Install Concrete Wetwell Top Slab with Hatch 1 LS $19,700.00 $19,700.00 13 Furnish and Install Emergency Pump Out Pipe 1 LS $33,700.00 $33,700.00 14 Furnish and Install Vent/Pump Out Piping 1 LS $7,400.00 $7,400.00 15 Wetwell Bottom Repair 1 LS $16,200.00 $16,200.00 16 Furnish and Install Wetwell Liner 1 LS $44,000.00 $44,000.00 17 Furnish and Install Miscellaneous Concrete Pads 1 LS $24,800.00 $24,800.00 18 Furnish and Install Access Platform 1 LS $8,500.00 $8,500.00 19 Furnish and install Discharge Piping Pad 1 LS $14,950.00 $14,950.00 20 Connect to Existing Force Main 1 LS $29,300.00 $29,300.00 21 Furnish and Install Equipment Mounting Rack (Located by Wetwell)1 LS $20,950.00 $20,950.00 22 Furnish and Install Electrical Components (Electrical Control Panel Furnished by Owner)1 LS $73,000.00 $73,000.00 23 Furnish and Install Antenna 1 LS $36,000.00 $36,000.00 24 Furnish and Install New Electrical Service to Site 1 LS $8,590.00 $8,590.00 25 Pump Station Electrical and Telemetry Startup and Testing 1 LS $4,000.00 $4,000.00 $703,890.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 26 Furnish and Install Concrete Wall 1 LS $43,000.00 $43,000.00 27 Furnish and Install Site Fence & Gates 1 LS $27,000.00 $27,000.00 28 Furish and Install Concrete Driveway 1 LS $16,300.00 $16,300.00 29 Furnish and Install Stone Surface 1 LS $4,800.00 $4,800.00 30 Furnish and Install Stormwater CB, MES and Piping 1 LS $34,800.00 $34,800.00 $125,900.00 ITEM NO.DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 31 Owner Directed Allowance for Unforeseen Work 1 TM/LS $80,000.00 $80,000.00 32 Owner Directed Allowance for FPL Upgrades 1 TM/LS $25,000.00 $25,000.00 $105,000.00 $179,400.00 $55,400.00 $703,890.00 $125,900.00 $1,064,590.00 $105,000.00 $1,169,590.00 CONSTRUCTION TOTAL COLLIER COUNTY PUBIC UTILITIES PUMP STATION 308.06 REHABILITATION BID SCHEDULE SECTION 1 - GENERAL CONDITIONS SECTION 2 - DEMOLITION SECTION 1 SUBTOTAL *Note: The scheduled value for mobilization/demobilization shall not exceed 10 percent of the Total Bid Amount. *Staff has allocated $80,000.00 in Owner's Allowance - for Owner's Use as Directed for unforeseen work. 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. Staff has also allocated $25,000 in Owner's Allowance for Owner's Use as Directed for FPL services for new electrical power transformer. Inclusion of the Allowances as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowances. Expenditures of Owner's Allowances will be made through Change Order with proper documentation of Time and Materials supporting the change. SECTION 3 - SUBTOTAL SECTION 2 - SUBTOTAL SECTION 3 - PUMP STATION SECTION 4 - SITEWORK SECTION 4 - SUBTOTAL PROJECT TOTAL COST SUMMARY SECTION 1 - GENERAL CONDITIONS SECTION 2 - DEMOLITION SECTION 3 - PUMP STATION SECTION 4 - SITE WORK SECTION 5 - ALLOWANCES SECTION 5 - SUBTOTAL SECTION 5 - ALLOWANCES Page 3011 of 6526 Caution: This Email has been received from outside the organization - Think before clicking on links, opening attachments, or responding. From:Mark Heath To:Matthew Fortune Subject:RE: RFQ 20-7800 - PS 308.06 Rehabilitation Date:Monday, May 19, 2025 8:29:18 AM Attachments:image001.png image002.png image003.png image004.png image005.png image006.png image007.png EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. We will not be able to bid this at this time………..Thank you! Mark Heath Senior Estimator Weiss Constructors, LLC O: (239) 270-5907 5256 Summerlin Commons Way, Suite 203, Fort Myers FL, 33907 www.weissconstruction.com Building environments where people thrive Confidentiality: This communication may contain confidential privileged information intended for the named recipient(s) only. If you received this by mistake, please destroy it and notify us of the error. Please consider the environment before printing this message. From: Matthew Fortune <Matthew.Fortune@colliercountyfl.gov> Sent: Wednesday, May 14, 2025 10:24 AM To: david@torrescompanies.com; Maguiar@coastalconcreteproducts.com; Mark Heath <mheath@weissconstruction.com>; Wilber Chen <wchen@weissconstruction.com>; Stephen Wise <swise@weissconstruction.com>; Maria Adames <madames@weissconstruction.com>; MikeL@dnhiggins.com; DANH@dnhiggins.com; Tammy Ludwig <tammyl@dnhiggins.com>; Kyleconstinc@Aol.com; Brian Penner (bpenner@mitchellstark.com) <bpenner@mitchellstark.com>; Mike Westhafer <mwesthafer@mitchellstark.com>; Mitchell Penner <mpenner@mitchellstark.com>; jdina@mitchellstark.com; Brett@SWUtility.net; Louis Gaudio (lgaudio@qeusa.com) <lgaudio@qeusa.com>; Mcohen@qeusa.com; DNoble@qeusa.com; rmacphee@haskinsinc.net; Belwell@haskinsinc.net Cc: Shon Fandrich <Shon.Fandrich@colliercountyfl.gov>; Zamira Deltoro <Zamira.Deltoro@colliercountyfl.gov>; David Schmitt <dschmitt@bowman.com>; Jared Mellein <jmellein@bowman.com>; Christopher Reyes <Christopher.Reyes@colliercountyfl.gov>; Anthony Milden <Anthony.Milden@colliercountyfl.gov>; Donna Deeter <Donna.Deeter@colliercountyfl.gov> Subject: RFQ 20-7800 - PS 308.06 Rehabilitation Dear Vendors (Contract 20-7800), We are pleased to invite you to participate in the bidding process for the PS 308.06 Rehabilitation. Due to file size, you will find the documentation to guide your quotation process at the following link: https://www.dropbox.com/scl/fo/csax6mx10asena02ht1oc/AHNSRyJSac77tWkM1zRqBIk? rlkey=2h28m0ui3exgi5qskrev8hwr2&st=o7yvpsdq&dl=0 1. RFQ Letter 2. Bid Form (Excel) – Please note that bid item 1 must not exceed 10% of the bid. 3. Supplemental Specifications 4. Construction Plans 5. Photos of PS 308.06 6. PS 308.06 Access Easement and Utility Easement documents 7. List of materials to be provided by the County Page 3012 of 6526 Please submit your quote via email to Matthew.Fortune@Colliercountyfl.gov by 5:00 PM on Thursday, June 05, 2025. A non-response by this deadline will be considered a decline to bid. If you have any questions regarding this RFQ, kindly email them to Matthew.Fortune@Colliercountyfl.gov by 5:00 PM on Thursday, May 29, 2025. Responses to all inquiries will be provided via email to all vendors. Thank you for your attention to this matter. Matt Fortune Matthew Fortune PMP Project Manager II Public Utilities Engineering & Project Management Office:239-252-5397 Mobile:239-821-6568 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Matthew.Fortune@colliercountyfl.gov Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Page 3013 of 6526 Page 3014 of 6526 Page 3015 of 6526 Page 3016 of 6526 Page 3017 of 6526 Page 3018 of 6526 Page 3019 of 6526 Page 3020 of 6526 Page 3021 of 6526 Page 3022 of 6526 Page 3023 of 6526 Page 3024 of 6526 Page 3025 of 6526 Page 3026 of 6526 Page 3027 of 6526 Page 3028 of 6526 Page 3029 of 6526 Page 3030 of 6526 Page 3031 of 6526 Page 3032 of 6526 Page 3033 of 6526 Page 3034 of 6526 Page 3035 of 6526 Page 3036 of 6526 Page 3037 of 6526 Page 3038 of 6526 Page 3039 of 6526 Page 3040 of 6526 Page 3041 of 6526 Page 3042 of 6526 Page 3043 of 6526 Page 3044 of 6526 Page 3045 of 6526 Page 3046 of 6526 Page 3047 of 6526 Page 3048 of 6526 Page 3049 of 6526 Page 3050 of 6526 Page 3051 of 6526 Page 3052 of 6526 Page 3053 of 6526 Page 3054 of 6526 Page 3055 of 6526 Page 3056 of 6526 Page 3057 of 6526 Page 3058 of 6526 Page 3059 of 6526 Page 3060 of 6526 Page 3061 of 6526 From:Matthew Fortune To:david@torrescompanies.com; Maguiar@coastalconcreteproducts.com; mheath@weissconstruction.com; wchen@weissconstruction.com; swise@weissconstruction.com; madames@weissconstruction.com; MikeL@dnhiggins.com; DANH@dnhiggins.com; Tammy Ludwig; Kyleconstinc@Aol.com; Brian Penner (bpenner@mitchellstark.com); Mike Westhafer; Mitchell Penner; jdina@mitchellstark.com; Brett@SWUtility.net; Louis Gaudio (lgaudio@qeusa.com); Mcohen@qeusa.com; DNoble@qeusa.com; rmacphee@haskinsinc.net; Belwell@haskinsinc.net Cc:Shon Fandrich; Zamira Deltoro; David Schmitt; Jared Mellein; Christopher Reyes; Anthony Milden; Donna Deeter Subject:RFQ 20-7800 - PS 308.06 Rehabilitation Date:Wednesday, May 14, 2025 10:23:57 AM Attachments:1. RFQ -20-7800 RFQ Letter - PS 308.06 Rehabilitation.pdf CountyLogo-FullColor_948165c4-9665-41b4-9162-fbb16abff557.png Facebook_0522f546-5e75-4698-95f9-f15590a3defe.png Instagram_a8da4774-4b5b-4ad1-8d23-20e69b3b605d.png X-Twitter_8d678efc-bd14-44ce-97cf-7fbab1003b00.png Youtube_0078f7f1-7789-4afd-a015-50689fe1f99b.png 311IconforSignature_87c558eb-83f5-449b-87c1-3cc5ac8b0859.png Dear Vendors (Contract 20-7800), We are pleased to invite you to participate in the bidding process for the PS 308.06 Rehabilitation. Due to file size, you will find the documentation to guide your quotation process at the following link: https://www.dropbox.com/scl/fo/csax6mx10asena02ht1oc/AHNSRyJSac77tWkM1zRqBIk? rlkey=2h28m0ui3exgi5qskrev8hwr2&st=o7yvpsdq&dl=0 1. RFQ Letter 2. Bid Form (Excel) – Please note that bid item 1 must not exceed 10% of the bid. 3. Supplemental Specifications 4. Construction Plans 5. Photos of PS 308.06 6. PS 308.06 Access Easement and Utility Easement documents 7. List of materials to be provided by the County Please submit your quote via email to Matthew.Fortune@Colliercountyfl.gov by 5:00 PM on Thursday, June 05, 2025. A non-response by this deadline will be considered a decline to bid. If you have any questions regarding this RFQ, kindly email them to Matthew.Fortune@Colliercountyfl.gov by 5:00 PM on Thursday, May 29, 2025. Responses to all inquiries will be provided via email to all vendors. Thank you for your attention to this matter. Matt Fortune Matthew Fortune PMP Project Manager II Public Utilities Engineering & Project Management Office:239-252-5397 Mobile:239-821-6568 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Matthew.Fortune@colliercountyfl.gov Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Page 3062 of 6526 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 3063 of 6526 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 3064 of 6526 09/26/2025 Brown & Brown Insurance Services, Inc. 9617 Gulf Research Ln Suite 202 Ft. Myers FL 33912 Lorie Frost (239) 274-1440 (239) 278-5306 Lorie.Frost@bbrown.com Quality Enterprises USA, Inc. Quality Environment Co. Inc. 3494 Shearwater Street Naples FL 34117 Arch Insurance Company 11150 Ascot Specialty Insurance Company 23752 Ascot Insurance Company 23752 Lexington Insurance Company 19437 Indemnity National Insurance Company 18468 25-26 COI-Quality Enterp A Y Y ZAGLB1055500 10/01/2025 10/01/2026 5,000,000 100,000 10,000 5,000,000 10,000,000 10,000,000 A Y Y ZACAT9343100 10/01/2025 10/01/2026 5,000,000 PIP 10,000 B ESXS2410003621-02 10/01/2025 10/01/2026 5,000,000 5,000,000 A Y Y ZAWCI1097200 10/01/2025 10/01/2026 1,000,000 1,000,000 1,000,000 C Inland Marine/Contractors Equip. Leased/Rented (Incl Cranes)IMMA2510001746-03 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 [Job #: Job Type: All Jobs] 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 3065 of 6526 Quality Enterprises USA, Inc.Brown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes D: Lexington Insurance Co - Pollution Liability / Professional Liability: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #015136706 Eff: 07/01/2025-07/01/2026 E: Indemnity National Ins - Secondary Excess Liability: $5MIL XS of $10MIL #XS0001651 25 Eff: 10/01/2025-10/01/2026 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 3066 of 6526