Loading...
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