Agenda 10/28/2025 Item #16B 6 (Purchase Order under Agreenent #21-7842 "Roadway Contractors")10/28/2025
Item # 16.B.6
ID# 2025-4263
Executive Summary
Recommendation to approve the issuance of a Purchase Order under Agreement No. 21-7842, “Roadway Contractors,”
to authorize construction of the Rattlesnake Hammock Road at Augusta Boulevard Intersection Improvements, in the
amount of $521,103, to Quality Enterprises USA, Inc. (Project 60016)
OBJECTIVE: To construct a directional median at the intersection of Rattlesnake Hammock Road and Augusta/Royal
Wood Blvd. limiting turning movements onto Rattlesnake Hammock Road. The proposed modifications will prohibit
left turns from Augusta Blvd. and Royal Wood Blvd. onto Rattlesnake Hammock Road, allowing right turns only from
these roads.
CONSIDERATIONS: On August 15, 2025, the Transportation Engineering Division sent a “Request for Quotes”
(RFQ) to all five qualified contractors by email, utilizing Contract #21-7842. The county received three bids by the
August 29, 2025, deadline. Two contractors declined to bid.
1. Quality Enterprises USA, Inc. $521,103.00
2. Coastal Concrete Products, LLC $528,609.00
3. Ajax Paving Industries of Florida LLC $531,274.25
4. Preferred Materials, Inc. NO QUOTE – EMAIL
5. Pavement Maintenance LLC. NO QUOTE – EMAIL
Staff reviewed the bids and determined that Quality Enterprises USA, Inc. (QE), was the lowest responsive and
responsible bidder. QE’s quote is 41.8% lower than the engineer’s “Opinion of Probable Cost” of $843,267 for the
project. Accordingly, county staff recommend awarding the work order to Quality Enterprises USA, Inc., for $491,103
with a $30,000 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 contract cost is $521,103. Cost will be shared by Transportation Capital and Landscape
Services. Funding is available for this project within the Growth Management Transportation Capital Fund (3081).
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.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and
legality and requires a majority vote for approval. -JAK
RECOMMENDATIONS: To approve the issuance of a Purchase Order under Agreement No. 21-7842, “Roadway
Contractors,” to authorize construction of the Rattlesnake Hammock Road at Augusta Boulevard Intersection
Improvements, in the amount of $521,103, to Quality Enterprises USA, Inc.
PREPARED BY: Prepared by: Katherine Chachere, Project Manager III (Lic.), Transportation Engineering Division
ATTACHMENTS:
1. QE Bonds
2. 60016.56 RSH at Augusta Attachments
Page 1664 of 3380
Page 1665 of 3380
Page 1666 of 3380
Page 1667 of 3380
Page 1668 of 3380
Page 1669 of 3380
Page 1670 of 3380
Page 1671 of 3380
Page 1672 of 3380
60016.56 Rattlesnake Hammock at
Augusta Blvd. Intersection Safety
Improvement Project
List of Exhibits:
1. Bid Tabulation & Summary
2. RFQ Email to Vendors
3. Lowest Bidder Quote - QE
4. Notification of Intent to Award Email
5. Bidder Quote - Coastal Concrete
6. Bidder Quote - Ajax
7. No Bid Notice (Email) - PMI
8. No Bid Notice (Email) - Preferred Materials
9. Preliminary Bid Results Email
Page 1673 of 3380
ROADWAY:
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
101-1 MOBILIZATION LS 1 $132,268.00 $132,268.00 28,500.00$ $28,500.00 $81,639.90 $81,639.90 $140,000.00 $140,000.00
102-1 MAINTENANCE OF TRAFFIC LS 1 $27,695.00 $27,695.00 24,500.00$ $24,500.00 $82,706.42 $82,706.42 $100,000.00 $100,000.00
110-1-1 STANDARD CLEARING & GRUBBING LS 1 $7,942.00 $7,942.00 22,500.00$ $22,500.00 $27,085.51 $27,085.51 $50,000.00 $50,000.00
120-1 EXCAVATION CY 315 $72.00 $22,680.00 75.00$ $23,625.00 $72.23 $22,752.45 $235.00 $74,025.00
120-6 EMBANKMENT CY 93 $103.00 $9,579.00 175.00$ $16,275.00 $54.17 $5,037.81 $200.00 $18,600.00
245-7-15 OPTIONAL BASE GROUP 15 (9" THICK, BLACK BASE ONLY) SY 673 $121.00 $81,433.00 120.00$ $80,760.00 $100.27 $67,481.71 $200.00 $134,600.00
327-70-1 MILLING EXISTING PAVEMENT (1" THICK AVE.) (1' MIN WIDE) SY 848 $13.00 $11,024.00 25.00$ $21,200.00 $14.11 $11,965.28 $22.00 $18,656.00
334-1-12 SUPERPAVE ASPH. CONC. TYPE SP 12.5 (TRAFFIC C, 2" THICK) TN 58 $282.00 $16,356.00 340.00$ $19,720.00 $402.37 $23,337.46 $500.00 $29,000.00
337-7-42 ASPH. CONC. FRICTION COURSE 9.5 (TRAFFIC C, 1") (INC 1" RESURF.) , PG 76-22 TN 47 $368.00 $17,296.00 800.00$ $37,600.00 $518.09 $24,350.23 $500.00 $23,500.00
425-6 VALVE BOXES, ADJUST EA 2 $442.00 $884.00 1,800.00$ $3,600.00 $481.52 $963.04 $7,000.00 $14,000.00
520-1-10 CONCRETE CURB & GUTTER TYPE "F" LF 700 $41.00 $28,700.00 55.00$ $38,500.00 $26.48 $18,536.00 $65.00 $45,500.00
520-1-77 CONCRETE CURB & GUTTER TYPE "E" LF 359 $43.00 $15,437.00 55.00$ $19,745.00 $28.89 $10,371.51 $65.00 $23,335.00
526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 171 $181.00 $30,951.00 175.00$ $29,925.00 $222.70 $38,081.70 $180.00 $30,780.00
700-1-11-(SBA) SIGN, SINGLE POST (W/ SPECIAL, SLIP BASE ASSEMBLY) EA 2 $2,092.00 $4,184.00 900.00$ $1,800.00 $662.09 $1,324.18 $800.00 $1,600.00
700-1-60 SIGN , SINGLE COLUMN, (REMOVED) EA 2 $116.00 $232.00 200.00$ $400.00 $240.76 $481.52 $450.00 $900.00
700-3-101 SIGN PANEL, (SIGN PANEL ONLY ON STOP 2 SIGNS) EA 2 $291.00 $582.00 550.00$ $1,100.00 $421.33 $842.66 $400.00 $800.00
705-11-3 DELINEATOR, FLEXIBLE (2.375"X48") (HIGH VISIBILITY MEDIAN) WHITE EA 2 $87.00 $174.00 350.00$ $700.00 $240.76 $481.52 $500.00 $1,000.00
706-1-3 RAISED PAVEMENT MARKER (INCL. ISLANE NOSE) (INCL. B/D RED/WHITE) (B/D YELLOW/YELLOW) EA 99 $6.00 $594.00 12.00$ $1,188.00 $4.82 $477.18 $20.00 $1,980.00
710-12-19 PAINTED PAVEMENT MARKINGS (DURABLE PIANT-WHITE ) ( ISLAND NOSE) SY 4 $29.00 $116.00 22.00$ $88.00 $12.04 $48.16 $20.00 $80.00
710-12-29 PAINTED PAVEMENT MARKINGS (DURABLE PAINT-YELLOW) (ISALND NOSE) SY 3 $29.00 $87.00 22.00$ $66.00 $12.04 $36.12 $20.00 $60.00
711-11-121 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 6" WHITE) LF 546 $1.00 $546.00 7.00$ $3,822.00 $2.05 $1,119.30 $8.00 $4,368.00
711-11-122 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 8" WHITE) LF 677 $2.00 $1,354.00 7.00$ $4,739.00 $2.73 $1,848.21 $10.00 $6,770.00
711-11-123 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 12" WHITE) LF 407 $5.00 $2,035.00 11.00$ $4,477.00 $4.03 $1,640.21 $15.00 $6,105.00
711-11-124 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 18" WHITE) LF 264 $6.00 $1,584.00 12.00$ $3,168.00 $6.04 $1,594.56 $10.00 $2,640.00
711-11-125 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 24" WHITE) LF 27 $7.00 $189.00 13.00$ $351.00 $8.07 $217.89 $20.00 $540.00
711-11-141 THERMOPLASTIC PAVEMENT MARKINGS, (2'-4' GUIDE LINE / 6'-10' GAP EXTENSION LINE) (6" WHITE) LF 397 $1.00 $397.00 6.00$ $2,382.00 $2.05 $813.85 $8.00 $3,176.00
711-11-160 THERMOPLASTIC PAVEMENT MARKINGS, (PAVEMENT MESSAGES) EA 6 $232.00 $1,392.00 550.00$ $3,300.00 $132.42 $794.52 $180.00 $1,080.00
711-11-170 THERMOPLASTIC PAVEMENT MARKINGS, (DIRECTIONAL ARRROW) EA 11 $93.00 $1,023.00 250.00$ $2,750.00 $72.23 $794.53 $225.00 $2,475.00
711-11-221 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 6" YELLOW) LF 1,226 $1.00 $1,226.00 7.00$ $8,582.00 $1.93 $2,366.18 $4.00 $4,904.00
711-11-224 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 18" YELLOW) LF 195 $6.00 $1,170.00 12.00$ $2,340.00 $6.04 $1,177.80 $11.00 $2,145.00
711-11-241 THERMOPLASTIC PAVEMENT MARKINGS, ( 2'-4' GUIDE LINE / 6'-10' GAP EXTENSION LINE) ( 6" YELLOW) LF 225 $1.00 $225.00 6.00$ $1,350.00 $1.93 $434.25 $8.00 $1,800.00
711-17 REMOVE EXISTING PAVEMENT MARKINGS LS 1 $2,325.00 $2,325.00 6,500.00$ $6,500.00 $1,504.75 $1,504.75 $1,000.00 $1,000.00
$421,680.00 $415,553.00 $432,306.41 $745,419.00
LANDSCAPE & IRRIGATION REMEDIATION:
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 REMOVE & DISPOSE OF EXISTING LANDSCAPE & IRRIGATION COMPONENTS IN LIMIT OF WORK
(APPX. 12,500 SF)LS 1 $7,397.00 $7,397.00 9,000.00$ $9,000.00 7,343.18$ $7,343.18 $6,000.00 $6,000.00
2
EXISTING IRRIGATION SLEEVE LOCATIONS: ELECTRONICALLY LOCATE AND EXCAVATE TO EXPOSE
END OF EXISTING IRRIGATION SLEEVES AND CONFIRM SLEEVES ARE OPEN FOR USE. TO INCLUDE
ALL LABOR & EQUIPMENT HOURS REQUIRED TO DO THIS WORK. OR LOCATE EXISTING SLEEVE
ENDS: POTHOLE TO VERIFY ENDS, MARK LOCATIONS WITH PVC PIPE
LS 1 $2,013.00 $2,013.00 2,350.00$ $2,350.00 1,998.31$ $1,998.31 $2,000.00 $2,000.00
3 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID
COPPER, INSULATED SUITABLE FOR DIRECT BURIAL - RED LF 550 $1.00 $550.00 1.20$ $660.00 1.02$ $561.00 $2.00 $1,100.00
4 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID
COPPER, INSULATED SUITABLE FOR DIRECT BURIAL - WHITE LF 550 $1.00 $550.00 1.20$ $660.00 1.02$ $561.00 $2.00 $1,100.00
5 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID
COPPER, INSULATED SUITABLE FOR DIRECT BURIAL - GREEN LF 550 $1.00 $550.00 1.20$ $660.00 1.02$ $561.00 $2.00 $1,100.00
6 3" HDPE CLASS 160 SDR11 EXTRA MOLECULAR STRENGTH HDPE MAINLINE IRRIGATION PIPE FOR
SLEEVE EXTENSION UNDER THE PROPOSED ROADWAY.LF 350 $11.00 $3,850.00 12.00$ $4,200.00 10.46$ $3,661.00 $35.00 $12,250.00
7
REMOVE EXISTING VALVES & REPLACE WITH 1.50" VALVES: TORO 220G-27-06, 1.50" 220 SERIES
BRASS ELECTRIC AC SOLENOID VALVE WITH PRESSURE REGULATOR, 1.50" " PVC SCH. 80
ISOLATION BALL VALVE ALL IN MCLEAN HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12".
LID TO READ "IRRIGATION". TO INCLUDE JUMBO SIZE 6" HT. VALVE BOX EXTENSIONS AS NEEDED.
REMOVED VALVES TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY.
EA 4 $2,722.00 $10,888.00 3,000.00$ $12,000.00 2,702.53$ $10,810.12 $2,250.00 $9,000.00
8 1-1/4" PVC GRAY CONDUIT PIPE FOR WIRING SLEEVE. LF 550 $5.00 $2,750.00 5.50$ $3,025.00 4.86$ $2,673.00 $6.00 $3,300.00
9 3" CLASS 200 PVC MAINLINE FOR REPAIRS IF NEEDED LF 50 $7.00 $350.00 8.00$ $400.00 6.96$ $348.00 $6.00 $300.00
10 3" HDPE TO 3" PVC MECHANICAL JOINT COUPLING WITH TRANSITION GASKET EA 1 $597.00 $597.00 550.00$ $550.00 592.27$ $592.27 $880.00 $880.00
11 3" PVC TO 3" PVC MECHANICAL JOINT COUPLING WITH TRANSITION GASKET EA 1 $597.00 $597.00 550.00$ $550.00 592.27$ $592.27 $600.00 $600.00
12
FURNISH & INSTALL: MCLEAN HIGHLINE VALVE BOXES FOR SPLICE BOXES & VALVE WIRE CONDUIT
TERMINALS, (STANDARD SIZE) , NOMINAL SIZE TO BE 11" X 16" X 12". LID LABEL TO READ
"IRRIGATION". TO INCLUDE 6" HT. BOX EXTENSIONS AS NEEDED.
EA 1 $726.00 $726.00 800.00$ $800.00 721.08$ $721.08 $400.00 $400.00
13
FURNISH & INSTALL LATERAL ZONE PIPING: 1" PVC SCH. 40 SOLVENT WELD IRRIGATION PIPE AND
FITTINGS FROM ZONE VALVES TO SPRINKLERS OR BUBBLER LOCATIONS BY TRENCHING, SEE
PLAN NOTES, SPECIFICATIONS AND DETAILS. SIZE PIPE FOR PROPER FLOWS AS RECOMMENDED
IN THE PIPE SIZING SCHEDULE.
LF 450 $2.00 $900.00 2.50$ $1,125.00 2.09$ $940.50 $4.00 $1,800.00
14
FURNISH & INSTALL: GREEN (RPM) REFLECTIVE PAVEMENT MARKERS ON TOP OF CURBING AT
EACH VALVE OR GROUP OF VALVES. ONE ON EACH SIDE OF MEDIAN CURBING. EPOXY SET PER
FDOT PAVEMENT MARKER SPECIFICATIONS.
EA 12 $28.00 $336.00 32.00$ $384.00 27.48$ $329.76 $125.00 $1,500.00
15
FURNISH & INSTALL: TORO 570ZPRX-12P-PRXCOM; 12" POP-UP SPRAY HEAD WITH CHECK VALVE;
USE MPR NOZZLES TO MEET COVERAGE NEEDS. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN
NOTES, SPECIFICATIONS AND DETAILS.
EA 30 $147.00 $4,410.00 225.00$ $6,750.00 145.66$ $4,369.80 $150.00 $4,500.00
16
FURNISH & INSTALL: TORO T5 SERIES NON-RAPIDSET 12" POP-UP ROTOR MODEL # T5HP WITH 1.5,
3.0 OR 6.0 REGULAR NOZZLES. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN NOTES,
SPECIFICATIONS AND DETAILS.
EA 6 $178.00 $1,068.00 250.00$ $1,500.00 176.96$ $1,061.76 $150.00 $900.00
17
FURNISH & INSTALL: OMNI MARKERS MODEL 168, NON-POTABLE WATER , PURPLE, FREQUENCY
66.35 kHz, 50' O.C. ALONG MAIN LINE WITH NO WIRING, AT ENDS OF DIRECTIONAL BORES, AND AT
MECHANICAL JOINTS. SEE NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION
REQUIREMENTS.
EA 10 $63.00 $630.00 75.00$ $750.00 62.60$ $626.00 $50.00 $500.00
18 FURNISH & INSTALL LIRIOPE MUSCARI 'SUPER BLUE', 1 GALLON, 18"O.C. EA 382 $9.00 $3,438.00 10.00$ $3,820.00 9.21$ $3,518.22 $9.00 $3,438.00
19 IXORA COCCINEA 'NORA GRANT', 3 GALLON, 36"O.C. EA 100 $20.00 $2,000.00 22.00$ $2,200.00 20.04$ $2,004.00 $15.00 $1,500.00
20 DIETESS BICOLOR, YELLOW AFRICAN IRIS, 3 GALLON, 36" O.C. EA 125 $19.00 $2,375.00 23.00$ $2,875.00 18.48$ $2,310.00 $15.00 $1,875.00
21 BOUGAINVILLEA 'SILHOUETTE', 3 GALLON, 42" O.C. EA 63 $20.00 $1,260.00 24.00$ $1,512.00 20.04$ $1,262.52 $15.00 $945.00
22 STENOTAPHRUM SECUNDATUM 'FLORATAM', ST. AUGUSTINE SF 450 $2.00 $900.00 2.50$ $1,125.00 1.96$ $882.00 $5.00 $2,250.00
23 TOPSOIL (18" DEPTH PER SOIL SPECIFICATIONS AND BACKFILL DETAIL) FOR RESTORATION AFTER
CONSTRUCTION) CY 30 $118.00 $3,540.00 140.00$ $4,200.00 116.77$ $3,503.10 $112.00 $3,360.00
24 FURNISH & INSTALL: 2" SETTLED BROWN MULCH LAYER PER SPECIFICATION FOR RESTORATION
AFTER CONSTRUCTION (2 CUBIC FEET BAGS)EA 650 $10.00 $6,500.00 14.00$ $9,100.00 10.11$ $6,571.50 $41.00 $26,650.00
25 REMOVE AND REPLANT STAKE FOXTAIL PALMS TO NEW LOCATION; ADD (2) IRRITROL BUBBLERS
PER TREE EA 8 $706.00 $5,648.00 820.00$ $6,560.00 700.61$ $5,604.88 $800.00 $6,400.00
26 REMOVE AND REPLANT STAKE LIGUSTRUMS TO NEW LOCATION; ADD (2) IRRITROL BUBBLERS PER
TREE EA 7 $800.00 $5,600.00 900.00$ $6,300.00 794.51$ $5,561.57 $600.00 $4,200.00
$69,423.00 $83,056.00 $68,967.84 $97,848.00
$491,103.00 $498,609.00 $501,274.25 $843,267.00
ALLOWANCE*TME 1 $30,000.00 $30,000.00
ROADWAY SUB-TOTAL:
RATTLESNAKE HAMMOCK RD
AUGUSTA BLVD / ROYAL WOOD BLVD MEDIAN IMPROVEMENTS
COLLIER COUNTY PROJECT No. 60016.56
BID TABULATION
ITEM No. DESCRIPTION UNIT QUANTITY
Quality Enterprises, Inc.
(Lowest Bidder)Coastal Concrete Products, LLC Ajax Paving Ind of FL, LLC Engineer's Estimate
*Owners Allowance - Owner has up and amount of $30,000.00 for Owners's use. 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.
LANDSCAPE & IRRIGATION REMEDIATION SUB-TOTAL:
PROJECT TOTAL:
ITEM No. DESCRIPTION UNIT QUANTITY
Quality Enterprises, Inc.
(Lowest Bidder)Coastal Concrete Products, LLC Ajax Paving Ind of FL, LLC Engineer's Estimate
1. BID TABULATION & SUMMARY
Page 1674 of 3380
Bidder Bid
Quality Enterprises, Inc.$491,103.00
Coastal Concrete Products, LLC $498,609.00
Ajax Paving Ind of FL, LLC $501,274.25
Average Bid $496,995.42
Engineer's Estimate $843,267.00
9/24/2025
The Bid Comparison Summary shows that while the Engineer's estimate was higher than the lowest bid amount, the bid amounts that
the other two contractors submitted were within an acceptable range (1.5% to 2.1%) of the lowest bidder's total amount.
The engineer's estimate compared to the recent bid amounts also shows that bid prices for these types of projects have decreased
recently.
*The numbers in the 'Bid' column does not include the $30,000.00 Owner's Allowance
BID COMPARISON SUMMARY
$491,103.00 $498,609.00 $501,274.25 $496,995.42
$843,267.00
$0.00
$100,000.00
$200,000.00
$300,000.00
$400,000.00
$500,000.00
$600,000.00
$700,000.00
$800,000.00
$900,000.00
1
BID COMPARISON SUMMARY BAR GRAPH
Quality Enterprises, Inc.Coastal Concrete Products, LLC Ajax Paving Ind of FL, LLC Average Bid Engineer's Estimate
Page 1675 of 3380
From: Katherine Chachere
Sent: Friday, August 15, 2025 2:09 PM
To: Christie Alvaro; Craig Ketron; David Torres; Dewey Noble; Dirk
Danley; FLEstimate@ajaxpaving.com; Jason Bates; Jessica Labarre;
Joe Ward; Joshua Chase; KCOGGINS@AJAXPAVING.COM; Kathleen
Kelly; Lina Upham; Lou Gaudio; Marcie Cohen; Marco Gomez;
Maria PerezDeLongstreet; Maritza Aguiar; Mike Colavecchio;
Robert Spillman
Cc: Mark McCleary; William Johnson; Tania Delgado; Michael Gumina;
Anthony Khawaja; Matthew Thomas; Julio Castro; Paul Zani;
Pamela Lulich
Subject: 60016.56 Quote Request Rattlesnake at Augusta
Attachments: 100% Rattlesnake at Augusta Roadway Plans S&S.pdf; Rattlesnake
at Augusta Bid Schedule.xlsx; 100% Rattlesnake at Augusta
LA&IRR.pdf
Importance: High
Good afternoon:
We invite you to send in a quote for Project “60016.56 Rattlesnake Hammock Road at Augusta Blvd.”
utilizing Contract #21-7842.
This project requires Payment and Performance Bonds for construction projects exceeding $200,000.00.
See pages 8 and 9 of Contract #21-7842 for more details regarding the Bond.
There are two Exhibits (C1 & C2) on pages 19-24 of the Contract. If your firm wins the bid, these forms
must be filled out and submitted (assuming the total bid amount is over 200K).
Please submit any questions regarding this RFQ before the date and time noted above to Katherine
Chachere at Katherine.Chachere@colliercountyfl.gov.
2. RFQ EMAIL TO VENDORS
Page 1676 of 3380
Please submit your quote before the date and time noted above to Katherine Chachere at
Katherine.Chachere@colliercountyfl.gov. All submitted quotes must be signed and dated.
The parties (Collier County and Contractor) agree to amend the master agreement within no later than
ninety (90) days to comply with legislative changes to Fla. Stat., §218.735, Timely payment for purchases
of construction services, Fla. Stat., § 255.074, Procedures for calculation of payment due dates, Fla. Stat.,
§255.077, Project closeout and payment of retainage, and Fla. Stat., §255.078, Public construction
retainage, (with an effective date of July 1, 2023).
Thank you,
Katherine Chachere , RLA
Project Manager III (Licensed)
Transportation Engineering
Office:239-252-5805
2885 Horseshoe Drive South
Naples, FL 34104
Katherine.Chachere@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 1677 of 3380
ITEM No. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
101-1 MOBILIZATION LS 1 $132,268.00 $132,268.00
102-1 MAINTENANCE OF TRAFFIC LS 1 $27,695.00 $27,695.00
110-1-1 STANDARD CLEARING & GRUBBING LS 1 $7,942.00 $7,942.00
120-1 EXCAVATION CY 315 $72.00 $22,680.00
120-6 EMBANKMENT CY 93
$103.00 $9,579.00
245-7-15 OPTIONAL BASE GROUP 15 (9" THICK, BLACK BASE ONLY) SY 673
$121.00 $81,433.00
327-70-1 MILLING EXISTING PAVEMENT (1" THICK AVE.) (1' MIN WIDE) SY 848 $13.00 $11,024.00
334-1-12 SUPERPAVE ASPH. CONC. TYPE SP 12.5 (TRAFFIC C, 2" THICK) TN 58 $282.00 $16,356.00
337-7-42 ASPH. CONC. FRICTION COURSE 9.5 (TRAFFIC C, 1") (INC 1" RESURF.) , PG 76-22 TN 47 $368.00 $17,296.00
425-6 VALVE BOXES, ADJUST EA 2 $442.00 $884.00
520-1-10 CONCRETE CURB & GUTTER TYPE "F" LF 700 $41.00 $28,700.00
520-1-77 CONCRETE CURB & GUTTER TYPE "E" LF 359 $43.00 $15,437.00
526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 171 $181.00 $30,951.00
700-1-11-(SBA) SIGN, SINGLE POST (W/ SPECIAL, SLIP BASE ASSEMBLY) EA 2 $2,092.00 $4,184.00
700-1-60 SIGN , SINGLE COLUMN, (REMOVED) EA 2 $116.00 $232.00
700-3-101 SIGN PANEL, (SIGN PANEL ONLY ON STOP 2 SIGNS) EA 2 $291.00 $582.00
705-11-3 DELINEATOR, FLEXIBLE (2.375"X48") (HIGH VISIBILITY MEDIAN) WHITE EA 2 $87.00 $174.00
706-1-3 RAISED PAVEMENT MARKER (INCL. ISLANE NOSE) (INCL. B/D RED/WHITE) (B/D YELLOW/YELLOW) EA 99 $6.00 $594.00
710-12-19 PAINTED PAVEMENT MARKINGS (DURABLE PIANT-WHITE ) ( ISLAND NOSE) SY 4 $29.00 $116.00
710-12-29 PAINTED PAVEMENT MARKINGS (DURABLE PAINT-YELLOW) (ISALND NOSE) SY 3 $29.00 $87.00
711-11-121 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 6" WHITE) LF 546 $1.00 $546.00
711-11-122 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 8" WHITE) LF 677 $2.00 $1,354.00
711-11-123 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 12" WHITE) LF 407 $5.00 $2,035.00
711-11-124 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 18" WHITE) LF 264 $6.00 $1,584.00
711-11-125 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 24" WHITE) LF 27 $7.00 $189.00
711-11-141 THERMOPLASTIC PAVEMENT MARKINGS, (2'-4' GUIDE LINE / 6'-10' GAP EXTENSION LINE) (6" WHITE) LF 397 $1.00 $397.00
711-11-160 THERMOPLASTIC PAVEMENT MARKINGS, (PAVEMENT MESSAGES) EA 6 $232.00 $1,392.00
711-11-170 THERMOPLASTIC PAVEMENT MARKINGS, (DIRECTIONAL ARRROW) EA 11 $93.00 $1,023.00
711-11-221 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 6" YELLOW) LF 1,226 $1.00 $1,226.00
711-11-224 THERMOPLASTIC PAVEMENT MARKINGS, (SOLID, 18" YELLOW) LF 195 $6.00 $1,170.00
711-11-241 THERMOPLASTIC PAVEMENT MARKINGS, ( 2'-4' GUIDE LINE / 6'-10' GAP EXTENSION LINE) ( 6" YELLOW) LF 225 $1.00 $225.00
711-17 REMOVE EXISTING PAVEMENT MARKINGS LS 1 $2,325.00 $2,325.00
$421,680.00
ROADWAY ALLOWANCE TME 1 $30,000.00 $30,000.00
ITEM No. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
1 REMOVE & DISPOSE OF EXISTING LANDSCAPE & IRRIGATION COMPONENTS IN LIMIT OF WORK (APPX.
12,500 SF)LS 1 $7,397.00 $7,397.00
2
EXISTING IRRIGATION SLEEVE LOCATIONS: ELECTRONICALLY LOCATE AND EXCAVATE TO EXPOSE END
OF EXISTING IRRIGATION SLEEVES AND CONFIRM SLEEVES ARE OPEN FOR USE. TO INCLUDE ALL
LABOR & EQUIPMENT HOURS REQUIRED TO DO THIS WORK. OR LOCATE EXISTING SLEEVE ENDS:
POTHOLE TO VERIFY ENDS, MARK LOCATIONS WITH PVC PIPE
LS 1 $2,013.00 $2,013.00
3 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID COPPER,
INSULATED SUITABLE FOR DIRECT BURIAL - RED LF 550 $1.00 $550.00
4 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID COPPER,
INSULATED SUITABLE FOR DIRECT BURIAL - WHITE LF 550 $1.00 $550.00
5 SUPPLY AND INSTALL 24-VOLT VALVE CONTROL WIRE: AWG 12 GA. WIRE (GROUND) SOLID COPPER,
INSULATED SUITABLE FOR DIRECT BURIAL - GREEN LF 550 $1.00 $550.00
6 3" HDPE CLASS 160 SDR11 EXTRA MOLECULAR STRENGTH HDPE MAINLINE IRRIGATION PIPE FOR
SLEEVE EXTENSION UNDER THE PROPOSED ROADWAY.LF 350 $11.00 $3,850.00
7
REMOVE EXISTING VALVES & REPLACE WITH 1.50" VALVES: TORO 220G-27-06, 1.50" 220 SERIES BRASS
ELECTRIC AC SOLENOID VALVE WITH PRESSURE REGULATOR, 1.50" " PVC SCH. 80 ISOLATION BALL
VALVE ALL IN MCLEAN HIGHLINE JUMBO VALVE BOXES NOMINAL, 14" X 20" X 12". LID TO READ
"IRRIGATION". TO INCLUDE JUMBO SIZE 6" HT. VALVE BOX EXTENSIONS AS NEEDED. REMOVED VALVES
TO BE RETURNED TO COUNTY AT 4800 DAVIS BLVD. FACILITY.
EA 4 $2,722.00 $10,888.00
8 1-1/4" PVC GRAY CONDUIT PIPE FOR WIRING SLEEVE. LF 550 $5.00 $2,750.00
9 3" CLASS 200 PVC MAINLINE FOR REPAIRS IF NEEDED LF 50 $7.00 $350.00
10 3" HDPE TO 3" PVC MECHANICAL JOINT COUPLING WITH TRANSITION GASKET EA 1 $597.00 $597.00
11 3" PVC TO 3" PVC MECHANICAL JOINT COUPLING WITH TRANSITION GASKET EA 1 $597.00 $597.00
12
FURNISH & INSTALL: MCLEAN HIGHLINE VALVE BOXES FOR SPLICE BOXES & VALVE WIRE CONDUIT
TERMINALS, (STANDARD SIZE) , NOMINAL SIZE TO BE 11" X 16" X 12". LID LABEL TO READ "IRRIGATION".
TO INCLUDE 6" HT. BOX EXTENSIONS AS NEEDED.
EA 1 $726.00 $726.00
RATTLESNAKE HAMMOCK RD AT AUGUSTA BLVD./ROYAL WOOD BLVD.
INTERSECTION IMPROVEMENTS
COLLIER COUNTY PROJECT No. 60016.56
BID SCHEDULE
ROADWAY
Roadway Allowance Note: The Contract Price includes an allowance of up to $30,000.00 for the Owner’s use at its sole discretion. The allowance may only be applied to address
unforeseen conditions or work directed by the Owner. Inclusion of this allowance does not guarantee payment of any portion of this allowance to the Contractor. All expenditures must
be authorized by a Change Order and substantiated by time and material documentation submitted by the contractor.
LANDSCAPE & IRRIGATION
3. LOWEST BIDDER QUOTE - QE
Page 1678 of 3380
13
FURNISH & INSTALL LATERAL ZONE PIPING: 1" PVC SCH. 40 SOLVENT WELD IRRIGATION PIPE AND
FITTINGS FROM ZONE VALVES TO SPRINKLERS OR BUBBLER LOCATIONS BY TRENCHING, SEE PLAN
NOTES, SPECIFICATIONS AND DETAILS. SIZE PIPE FOR PROPER FLOWS AS RECOMMENDED IN THE PIPE
SIZING SCHEDULE.
LF 450 $2.00 $900.00
14
FURNISH & INSTALL: GREEN (RPM) REFLECTIVE PAVEMENT MARKERS ON TOP OF CURBING AT EACH
VALVE OR GROUP OF VALVES. ONE ON EACH SIDE OF MEDIAN CURBING. EPOXY SET PER FDOT
PAVEMENT MARKER SPECIFICATIONS.
EA 12 $28.00 $336.00
15
FURNISH & INSTALL: TORO 570ZPRX-12P-PRXCOM; 12" POP-UP SPRAY HEAD WITH CHECK VALVE; USE
MPR NOZZLES TO MEET COVERAGE NEEDS. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN NOTES,
SPECIFICATIONS AND DETAILS.
EA 30 $147.00 $4,410.00
16
FURNISH & INSTALL: TORO T5 SERIES NON-RAPIDSET 12" POP-UP ROTOR MODEL # T5HP WITH 1.5, 3.0
OR 6.0 REGULAR NOZZLES. INCLUDES FLEX PIPE AND FITTINGS, SEE PLAN NOTES, SPECIFICATIONS AND
DETAILS.
EA 6 $178.00 $1,068.00
17
FURNISH & INSTALL: OMNI MARKERS MODEL 168, NON-POTABLE WATER , PURPLE, FREQUENCY 66.35
kHz, 50' O.C. ALONG MAIN LINE WITH NO WIRING, AT ENDS OF DIRECTIONAL BORES, AND AT
MECHANICAL JOINTS. SEE NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS.
EA 10 $63.00 $630.00
18 FURNISH & INSTALL LIRIOPE MUSCARI 'SUPER BLUE', 1 GALLON, 18"O.C.EA 382 $9.00 $3,438.00
19 IXORA COCCINEA 'NORA GRANT', 3 GALLON, 36"O.C.EA 100 $20.00 $2,000.00
20 DIETESS BICOLOR, YELLOW AFRICAN IRIS, 3 GALLON, 36" O.C.EA 125 $19.00 $2,375.00
21 BOUGAINVILLEA 'SILHOUETTE', 3 GALLON, 42" O.C.EA 63 $20.00 $1,260.00
22 STENOTAPHRUM SECUNDATUM 'FLORATAM', ST. AUGUSTINE SF 450 $2.00 $900.00
23 TOPSOIL (18" DEPTH PER SOIL SPECIFICATIONS AND BACKFILL DETAIL) FOR RESTORATION AFTER
CONSTRUCTION) CY 30 $118.00 $3,540.00
24 FURNISH & INSTALL: 2" SETTLED BROWN MULCH LAYER PER SPECIFICATION FOR RESTORATION AFTER
CONSTRUCTION (2 CUBIC FEET BAGS)EA 650 $10.00 $6,500.00
25 REMOVE AND REPLANT STAKE FOXTAIL PALMS TO NEW LOCATION; ADD (2) IRRITROL BUBBLERS PER
TREE EA 8 $706.00 $5,648.00
26 REMOVE AND REPLANT STAKE LIGUSTRUMS TO NEW LOCATION; ADD (2) IRRITROL BUBBLERS PER TREE EA 7 $800.00 $5,600.00
SUB-TOTAL LANDSCAPE & IRRIGATION $69,423.00
SUB-TOTAL ROADWAY $421,680.00
SUB-TOTAL LANDSCAPE & IRRIGATION $69,423.00
BID TOTAL $491,103.00
ROADWAY ALLOWANCE 30,000.00$
Contractor:
Date:
BID SUMMARY
________________________________________________
________________________________________________
Louis J. Gaudio, Vice President
08/29/2025
Quality Enterprises USA, Inc.3494 Shearwater StreetNaples, FL 34117
Page 1679 of 3380
From:Katherine Chachere
To:Lou Gaudio; Kathleen Kelly; Lina Upham; Marcie Cohen; Dewey Noble
Cc:Mark McCleary; William Johnson; Tania Delgado; Michael Gumina; Anthony Khawaja; Matthew Thomas; Julio Castro; Paul Zani
Subject:60016.56 Rattlesnake at Augusta: Notification of Intent to Award
Date:Monday, September 8, 2025 9:13:43 AM
Attachments: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
Good morning:
Your firm is the low bidder for the “60016.56 Rattlesnake at Augusta” project with a bid of $491,103.00, plus a $30,000.00 allowance.
Per Contract 21-7842, “Payment and Performance Bonds will be required and shall be provided within ten (10) business days after
notification of intent to award.”
We intend to award this contract to your firm. Please provide Payment and Performance Bonds in the full amount of $521,103.00 so
that we may proceed with the next steps for the project.
The bonds can be dropped off at our offices at 2885 Horseshoe Dr. S Naples, FL 34104
Please let me know if you have any questions.
Thank you,
Katherine Chachere , RLA
Project Manager III (Licensed)
Transportation Engineering
Office:239-252-5805
2885 Horseshoe Drive South
Naples, FL 34104
Katherine.Chachere@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.
4. NOTIFICATION OF INTENT TO AWARD EMAIL
Page 1680 of 3380
5. BIDDER QUOTE - COASTAL CONCRETE
Page 1681 of 3380
Page 1682 of 3380
Page 1683 of 3380
6. BIDDER QUOTE - AJAX
Page 1684 of 3380
Page 1685 of 3380
1
Katherine Chachere
From:Joshua Chase <josh@pmioffl.com>
Sent:Thursday, August 28, 2025 9:50 AM
To:Katherine Chachere
Subject:60016.56 Quote Request Rattlesnake at Augusta
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.
Good morning,
PMI will not be able to bid this project due to scheduling. Thank you.
Regards,
Joshua Chase
Pavement Maintenance, LLC
1640 Benchmark Ave
Fort Myers, Fl 33905
Ph: (239) 334.6760
Fax: (239) 334.6553
www.PMIofFL.com
7. NO BID NOTICE (EMAIL) - PMI
Page 1686 of 3380
1
Katherine Chachere
From:Ketron, Craig (Preferred Materials) <Craig.Ketron@preferredmaterials.com>
Sent:Monday, August 18, 2025 4:19 PM
To:Katherine Chachere
Subject:Re: 60016.56 Quote Request Rattlesnake at Augusta
Follow Up Flag:Follow up
Flag Status:Completed
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.
Thank you for allowing us to review this project.
At this time we are not going to submit pricing on this project.
Our crews are structured to place large quantities of asphalt during a days production.
The small amount of asphalt work on this project makes it difficult for us to be cost effective.
Large landscaping projects like this one are difficult for us to find contractors that are qualified and
interested in the work.
If you have any large asphalt paving projects, please let us know.
Craig Ketron
Estimating Manager
Asphalt Division - South Region
Preferred Materials, Inc.
A CRH COMPANY
5701 E. Hillsborough Avenue, Suite 1122
Tampa, Florida 33610
O +1 (813) 612 5740
D +1 (813) 901 4771
C +1 (941) 993 8794
F +1 (813) 664 8526
E craig.ketron@preferredmaterials.com
From: Katherine Chachere <Katherine.Chachere@colliercountyfl.gov>
Sent: Friday, August 15, 2025 2:08 PM
To: Christie Alvaro <Calvaro@ajaxpaving.com>; Ketron, Craig (Preferred Materials)
<Craig.Ketron@preferredmaterials.com>; David Torres <David@torrescompanies.com>; Dewey Noble
<DNoble@qeusa.com>; Dirk Danley <DDanley@pmioffl.com>; FLEstimate@ajaxpaving.com
<FLEstimate@ajaxpaving.com>; Bates, Jason (Preferred Materials) <jason.bates@preferredmaterials.com>; Jessica
Labarre <JLabarre@pmioffl.com>; Joe Ward <Jward@pmioffl.com>; Joshua Chase <josh@pmioffl.com>;
KCOGGINS@AJAXPAVING.COM <KCOGGINS@AJAXPAVING.COM>; Kathleen Kelly <kkelly@qeusa.com>; Lina Upham
<LUpham@qeusa.com>; Lou Gaudio <lgaudio@qeusa.com>; Marcie Cohen <mcohen@qeusa.com>; Marco Gomez
<mgomez@pmioffl.com>; PerezDeLongstreet, Maria (Preferred Materials)
<maria.perezdelongstreet@preferredmaterials.com>; Maritza Aguiar <maguiar@coastalconcreteproducts.com>;
Colavecchio, Mike (Preferred Materials) <Mike.Colavecchio@preferredmaterials.com>; Spillman, Robert D (Preferred
Materials) <Robert.Spillman@preferredmaterials.com>
Cc: Mark McCleary <Mark.McCleary@colliercountyfl.gov>; William Johnson <William.Johnson@colliercountyfl.gov>;
8. NO BID NOTICE (EMAIL) - PREFERRED MATERIALS
Page 1687 of 3380
From:Katherine Chachere
To:Christie Alvaro; Craig Ketron; David Torres; Dewey Noble; Dirk Danley; FLEstimate@ajaxpaving.com; Jason Bates; Jessica Labarre; Joe Ward; Joshua Chase;
KCOGGINS@AJAXPAVING.COM; Kathleen Kelly; Lina Upham; Lou Gaudio; Marcie Cohen; Marco Gomez; Maria PerezDeLongstreet; Maritza Aguiar; Mike
Colavecchio; Robert Spillman; Mark McCleary; William Johnson; Tania Delgado; Michael Gumina; Anthony Khawaja; Matthew Thomas; Julio Castro; Paul Zani;
Pamela Lulich
Subject:UPDATE: Preliminary Bid Results: 60016.56 Quote Request Rattlesnake at Augusta
Date:Friday, September 5, 2025 3:06:10 PM
Attachments:image003.png
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
Importance:High
Good afternoon:
Thank you again to the bidders participating in this solicitation. Please see the corrected preliminary results below:
1. Quality Enterprises USA, Inc.: $521,103.00
2. Coastal Concrete Products, LLC dba: $528,609.00
3. Ajax Paving Industries of Florida, LLC.: $531,274.25
4. Preferred Materials, Inc: “No Bid”
5. Pavement Maintenance, LLC: “No Bid”
Collier County staff is reviewing each proposal in detail and will reach out to the winning bidder in the days to follow.
Thank you again for your time and consideration.
Katherine Chachere , RLA
Project Manager III (Licensed)
Transportation Engineering
Office:239-252-5805
2885 Horseshoe Drive South
Naples, FL 34104
Katherine.Chachere@colliercountyfl.gov
From: Katherine Chachere <Katherine.Chachere@colliercountyfl.gov>
Sent: Tuesday, September 2, 2025 3:32 PM
To: Christie Alvaro <Calvaro@ajaxpaving.com>; Craig Ketron <Craig.Ketron@preferredmaterials.com>; David Torres
<David@torrescompanies.com>; Dewey Noble <DNoble@qeusa.com>; Dirk Danley <DDanley@pmioffl.com>;
FLEstimate@ajaxpaving.com; Jason Bates <jason.bates@preferredmaterials.com>; Jessica Labarre <JLabarre@pmioffl.com>; Joe Ward
<Jward@pmioffl.com>; Joshua Chase <josh@pmioffl.com>; KCOGGINS@AJAXPAVING.COM; Kathleen Kelly <kkelly@qeusa.com>; Lina
Upham <LUpham@qeusa.com>; Lou Gaudio <lgaudio@qeusa.com>; Marcie Cohen <mcohen@qeusa.com>; Marco Gomez
<mgomez@pmioffl.com>; Maria PerezDeLongstreet <maria.perezdelongstreet@preferredmaterials.com>; Maritza Aguiar
<maguiar@coastalconcreteproducts.com>; Mike Colavecchio <Mike.Colavecchio@preferredmaterials.com>; Robert Spillman
<Robert.Spillman@preferredmaterials.com>; Mark McCleary <Mark.McCleary@colliercountyfl.gov>; William Johnson
<William.Johnson@colliercountyfl.gov>; Tania Delgado <Tania.Delgado@colliercountyfl.gov>; Michael Gumina
<Michael.Gumina@colliercountyfl.gov>; Anthony Khawaja <Anthony.Khawaja@colliercountyfl.gov>; Matthew Thomas
<Matthew.Thomas@colliercountyfl.gov>; Julio Castro <Julio.Castro@colliercountyfl.gov>; Paul Zani <Paul.Zani@colliercountyfl.gov>;
Pamela Lulich <Pamela.Lulich@colliercountyfl.gov>
Subject: Preliminary Bid Results: 60016.56 Quote Request Rattlesnake at Augusta
Importance: High
Good afternoon:
Thank you to the bidders participating in this solicitation. Please see the preliminary results below:
1. Ajax Paving Industries of Florida, LLC: $521,103.00
2. Coastal Concrete Products, LLC dba: $528,609.00
3. Quality Enterprises USA, Inc.: $531,274.25
4. Preferred Materials, Inc: “No Bid”
5. Pavement Maintenance, LLC: “No Bid”
9. PRELIMINARY BID RESULTS EMAIL
Page 1688 of 3380