Agenda 12/09/2025 Item #16B18 (Declare a valid public emergency to bring the unpassable roads in the Private Road Emergency Repair Municipal Services Taxing Unit (MSTU) to a passable condition)12/9/2025
Item # 16.B.18
ID# 2025-4643
Executive Summary
Recommendation to declare a valid public emergency to bring the unpassable roads in the Private Road Emergency
Repair Municipal Services Taxing Unit (MSTU) to a passable condition, allow for a loan from Capital Reserves in the
amount of $1.5M, approve purchase orders for Quality Enterprises for a total amount of $1,238,800 to complete
necessary repairs by Fire District zone for the Private Unpaved Road Emergency Repair MSTU and authorize any
necessary Budget Amendments.
OBJECTIVE: To bring the unpassable roads in the Private Road Emergency Repair MSTU to a passable condition.
CONSIDERATIONS: Certain roads in the Unincorporated Area of Collier County are unpaved, private roads not
maintained by the County, and considered impassable for emergency vehicles. It is imperative that all roads in the
County are passable to emergency service vehicles to protect public health, safety, and welfare.
On December 12, 2023, Ordinance No. 2023-71 establishing the Private Road Emergency Repair MSTU was adopted
by the Board (Item #9F). The MSTU included 13.694 miles of private unpaved roads, which local fire districts, Collier
County Sheriff’s Office, or Collier County deemed impassable to emergency vehicles.
On December 10, 2024, Ordinance No. 2024-53 amending the Private Road Emergency Repair MSTU was adopted by
the Board (Item #9D). The amended ordinance removed roadways that were no longer unpaved; added all unpaved,
private roads in unincorporated Collier County not within gated communities or maintained by special districts,
homeowners associations, or like entities; required emergency repairs be identified by local fire districts or the Collier
County Sheriff's Office (CCSO); and included an opt-out provision.
On December 30, 2024, property owners were notified of the opt-out provision. To opt-out, property owners had to
demonstrate that their road is passable and there is a sustainable maintenance plan in place. Opt-out applications were
due January 31, 2025. On January 13, 2025, the opt-out due date was extended to February 14, 2025. From March
through June 2025, the opt-out requests were reviewed, and 43 roads, making up approximately 25 miles, successfully
opted out of the MSTU (list attached). The remaining 73 roads, approximately 47 miles, were submitted to the Property
Appraiser for inclusion in the MSTU.
The final list of roads included in the MSTU was shared with an ad-hoc committee (“Committee”) comprised of
representatives from the local fire districts, CCSO, and emergency medical services, for assessment. On October 15,
2025, the Committee met to finalize the list of impassable roads, rank the top 3 roads in need of emergency repair,
establish a notification process when a road is deemed impassable, and set assessment schedules. Almost 20 miles of
roads were deemed impassable to emergency vehicles. All roads included in the MSTU will be assessed annually after
the rainy season. All opted-out roads will be evaluated biennially after the rainy season to ensure they are being
maintained. If an opted-out road is deemed impassable, the homeowners will be notified. The Committee also discussed
the need to establish a reserve to address emergency repairs on an ongoing basis.
On October 24, 2025, the Public Transit and Neighborhood Enhancements Division sent “Request for Quotes” (RFQ)
25-1031, 25-1101, 25-1102, and 25-1103 by Fire District Zone to all five qualified contractors by email, utilizing
Contract #21-7842. The county received three bids by the November 7, 2025 deadline. Bids included the cost to repair
roads using Florida Department of Transportation (FDOT) Grade Limerock with an alternate bid for Commercial Grade
Limerock as shown below.
RFQ 25-1031 - Fire District Zone 23 RFQ 25-1102 - Fire District Zones 72 & 73
Contractor Bid Alternate Contractor Bid Alternate
1 Quality Enterprises $376,767.08 $374,131.88 1 Quality Enterprises $320,315.07 $316,302.52
2 Ajax Paving $739,564.88 $738,064.88 2 Ajax Paving $780,180.54 $778,180.54
3 Coastal Concrete $995,000.00 $960,000.00 3 Coastal Concrete $995,000.00 $951,250.00
4 Preferred Materials, Inc No Quote 4 Preferred Materials, Inc No Quote
Page 4480 of 9661
12/9/2025
Item # 16.B.18
ID# 2025-4643
5 Pavement Maintenance No Quote 5 Pavement Maintenance No Quote
RFQ 25-1101 - Fire District Zone 71 RFQ 25-1103 - Fire District Zones 30 & 31
Contractor Bid Alternate Contractor Bid Alternate
1 Quality Enterprises $298,741.17 $296,221.22 1 Quality Enterprises $242,976.68 $241,417.02
2 Ajax Paving $725,250.66 $723,250.66 2 Coastal Concrete $485,000.00 $465,750.00
3 Coastal Concrete $995,000.00 $957,700.00 3 Ajax Paving $491,588.42 $488,838.42
4 Preferred Materials, Inc No Quote 4 Preferred Materials, Inc No Quote
5 Pavement Maintenance No Quote 5 Pavement Maintenance No Quote
Given that there is no substantial price difference for FDOT Grade Limerock verses Commercial Grade Limerock, the
Division recommends using FDOT Grade Limerock and awarding all work to the low bidder, Quality Enterprises, Inc.
The total estimated cost to repair all roads deemed impassable to emergency providers is $1,238,800.
Expected ad valorem tax revenue at the MSTU adopted millage rate of 1.0000 for FY26 is $142,451. After transfers and
overhead, there is only $124,000 available to fund the emergency repairs. To perform necessary repairs and establish a
reserve for future emergency repairs, the Division is requesting to borrow $1,500,000 from County-wide Cap Proj (Fund
3001) reserves, with a minimum annual payback of $100,000. The loan will only be executed at the time of the expense
to minimize interest. The payback amount will be reviewed annually during budget planning to determine if a larger
payback amount can be made.
This item is consistent with the Infrastructure and Asset Management Element of Collier County’s Strategic Plan by
planning and building public infrastructure and facilities to effectively, efficiently and sustainably meet the needs of our
community.
FISCAL IMPACT: A budget amendment in the amount of $1,500,000 is necessary to set up a loan from the County-
Wide Capital Fund (3001) to the Private Road Emergency Repair MSTU Fund (1639) to support emergency repair costs
and establish a reserve for future emergency repairs. The source of funding is general funds.
GROWTH MANAGEMENT IMPACT: This item supports the transportation element objective to encourage safe and
efficient mobility for the rural public that remains consistent with the character of the rural areas of Collier County.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. In the past, the Board has
approved the County paying for the necessary repairs, as a loan to be paid by the MSTU. Staff is suggesting a payback
at a minimum of $100,000 per year, which should go up as the taxable value increases over time, without a millage
increase. The payback term is still greater than what we typically do. With that noted, this item is approved as to form
and legality, raises no issues at this time and requires a majority vote for Board action. -JAK
RECOMMENDATION(S): To declare a valid public emergency to bring the unpassable roads in the Private Road
Emergency Repair MSTU to a passable condition, allow for a loan from Capital Reserves in the amount of $1.5M,
approve purchase orders for Quality Enterprises for a total amount of $1,238,800 to complete necessary repairs by Fire
District zone for the Private Unpaved Road Emergency Repair MSTU, and authorize any necessary budget amendments.
PREPARED BY: Judy Sizensky, Project Manager, Public Transit & Neighborhood Enhancement Division
ATTACHMENTS:
1. Unpaved Private Roads Ordinance 2023-71-Fully Executed 12_12_2023 Item # 9F
2. Unpaved Private Roads Amended Ordinance 2024-53-Fully Executed.crdownload
3. Final Roads for Private Unpaved Roads Emergency Repairs MSTU
4. Impassable Roads
5. Private Road Emergency Repair MSTU Final Roads Map 20251124
Page 4481 of 9661
12/9/2025
Item # 16.B.18
ID# 2025-4643
6. RFQ 25-1031-Unpaved Private Roads-Emergency Repairs-Zone 23
7. RFQ 25-1101-Unpaved Private Roads-Emergency Repairs-Zone 71
8. RFQ 25-1102-Unpaved Private Roads-Emergency Repairs Zones 72 & 73
9. RFQ 25-1103-Unpaved Private Roads-Emergency Repairs-Zones 30 & 31
10. RFQ's-Unpaved Private Roads MSTU-Emergency Repairs-Email to Contractors
11. Unpaved Private Roads FINAL BID SCHEDULE-ZONES 23-RFQ 25-1031
12. Unpaved Private Roads FINAL BID SCHEDULE-ZONE 71-RFQ 25-1101
13. Unpaved Private Roads FINAL BID SCHEDULE-ZONES 72 & 73-RFQ 25-1102
14. Unpaved Private Roads FINAL BID SCHEDULE-ZONES 30 & 31-RFQ 25-1103
15. Ajax Unpaved Private Roads MSTU-Emergency Repairs
16. Coastal Construction - Emergency Road Repair RFQ
17. 25-1031, 25-1101, 25-1102, 25-1103-Bid Schedule All Zones - Quality Enterprises USA
18. 3001 - County Wide Cap Project
19. 1639 - Private Road Emg MSTU Fund
Page 4482 of 9661
9F
ORDINANCE NO. 2023 — 71
AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF
COLLIER COUNTY, FLORIDA, CREATING THE PRIVATE ROAD
EMERGENCY REPAIR MUNICIPAL SERVICE TAXING UNIT;
PROVIDING FOR THE BOARD OF COUNTY COMMISSIONERS TO BE
THE UNIT'S GOVERNING BODY; PROVIDING FUNDING AND THE
LEVY OF NOT TO EXCEED ONE(1)MIL OF AD VALOREM TAXES PER
YEAR; PROVIDING FOR THE COLLECTION OF TAXES; PROVIDING
FOR DUTIES OF THE COUNTY MANAGER; PROVIDING FOR
CONFLICT AND SEVERABILITY; PROVIDING FOR INCLUSION IN
THE COLLIER COUNTY CODE OF LAWS AND ORDINANCES; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, many roads in the unincorporated portion of Collier County are unpaved,
private roads not maintained by the County, and are impassable and require immediate attention;
and
WHEREAS, it is imperative that all roads in the County are passable to emergency services
vehicles to protect the public health, safety, and welfare in certain emergencies, including fires,
hurricanes and floods; and
WHEREAS, there is currently no mechanism or funding source to pay for emergency
repairs when an emergency vehicle cannot access private roads deemed impassable; and
WHEREAS, the Board of County Commissioners has determined that the creation of a
municipal service taxing unit is the best method to provide funding to enable the County to make
emergency repairs to private roads deemed impassable by the local fire district,the Collier County
Sheriff's Office, or Collier County.
NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY
COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that:
SECTION ONE: Authority.
This Ordinance is adopted pursuant to the provisions of Section 125.01 and Chapter 200,
Florida Statutes, and other applicable provisions of law.
SECTION TWO: Creation of the Municipal Service Taxing Unit.
There is hereby created and established the Private Road Emergency Repair Municipal
Service Taxing Unit, hereinafter referred to as the "MSTU." The property subject to the MSTU
shall be all properties abutting or adjacent to the unpaved, private roads identified in Exhibit A,
23-BCC-00998/1772573/1]Page 1 of 3
Page 4483 of 9661
9F
which have been deemed impassable by the local fire district, the Collier County Sheriffs Office,
or Collier County.
SECTION THREE: Purpose and Governing Body.
The MSTU is created for the purpose of providing emergency repairs to the unpaved,
private roads in Collier County identified in Exhibit A, which the local fire districts, the Collier
County Sheriffs Office,or Collier County has deemed impassable to emergency vehicles and such
disrepair is a danger to the health, safety, and welfare to the citizens of Collier County. The roads
shall be repaired only to the extent that they are made passable to emergency vehicles. Such repair
does not designate acceptance of maintenance beyond the purpose stated herein, nor does it
designate an ownership interest in the road by the County.
The governing body of the MSTU shall be the Board of County Commissioners of Collier
County, Florida.
SECTION FOUR: Funding and Levy of Taxes.
For the purpose of implementing this Ordinance,the Board of County Commissioners shall
annually, at the time required by general budgetary law, make an itemized estimate of the amount
of money required to carry out the business of the MSTU for the next fiscal year, which shall be
from October 1 to and including the following September 30. The estimate shall describe the
purpose for which the monies are required and the amount necessary to be raised by taxation within
the MSTU. At the time and place for fixing the annual rate of taxation for County purposes, the
Board of County Commissioners shall fix and cause to be levied on all properties within the
MSTU, subject to taxation, a millage rate not to exceed one (1) mil per year.
SECTION FIVE: Tax Assessment and Collection.
Taxes herein provided for shall be assessed and collected in the same manner and form as
provided for the assessment and collection of general County taxes and subject to the same fees
for assessing and collecting as general County taxes.
SECTION SIX: Duties of the County Manager or Designee.
The duties of the County Manager or designee are as follows:
1. To aid and assist the Board in carrying out the purposes of the MSTU in accordance
with established practices and policies of the Board of County Commissioners and as
set forth in this Ordinance;
2. To prepare and recommend to the Board an itemized annual budget of the amount of
money required to carry out the business of the MSTU for the next fiscal year;
3. To provide periodic written reports to the Board of the activities of the MSTU and its
finances in accordance with established guidelines of the Board.
23-BCC-00998/1772573/l]Page 2 of 3
Page 4484 of 9661
9F
SECTION SEVEN: Conflict and Severability.
In the event this Ordinance conflicts with any other Ordinance of Collier County or other
applicable law, the more restrictive shall apply. If any court of competent jurisdiction holds any
phrase or portion of this Ordinance invalid or unconstitutional, such portion shall be deemed a
separate, distinct and independent provision and such holding shall not affect the validity of the
remaining portion.
SECTION EIGHT: Inclusion in the Code of Laws and Ordinances.
The provisions of this Ordinance shall become and be made a part of the Code of Laws and
Ordinances of Collier County, Florida. The sections of the Ordinance may be renumbered or re-
lettered to accomplish such, and the word "ordinance" may be changed to "section," "article," or
any other appropriate word.
SECTION NINE: Effective Date.
This Ordinance shall be effective upon filing with the f lorida Department of State.
PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier
County, Florida, this 121.4
day of ('ecti„6v , 2023.
ATTEST: BOARD OF COUNTY COMMISSIONERS
CRYSTAL roIf9".' Clerk- COLLIER COUNTY, FLORIDA
By: ' : s By: l
Attest-4 to C lerk Rick LoCastro, Chairman
eigi(Aureonr"_
n
Approved as to form and legality:
714A60/1—e--
feffrey A. Klatzkow, County Attorney`a C i"s
riclot[ Atli vri 1 This a r,anc, t 4 *if
ofY .Cffy the
Sec ry _ `Y r
32-1 QYoff.
anti tgoinowlOgerrient b thbt
filir l"salved this daY
By c ratm, w+t
23-BCC-00998/1772573/1]Page 3 of 3
Page 4485 of 9661
1
40trit
FLORIDA DEPARTMENT Of STATE
RON DESANTIS CORD BYRD
Governor Secretary of State
December 22, 2023
Crystal K. Kinzel, Clerk of Court
Office of the Clerk of the Circuit Court
Comptroller of Collier County
3329 Tamiami Trail E, Suite#401
Naples, FL 34112
Dear Ms. Kinzel,
Pursuant to the provisions of Section 125.66, Florida Statutes, this will acknowledge receipt of your
electronic copy of Collier County Ordinance No. 2023-71, which was filed in this office on December 21,
2023.
If you have any questions or need further assistance, please contact me at (850) 245-6271 or
Anya.Owens@DOS.MyFlorida.com.
Sincerely,
Anya C. Owens
Administrative Code and Register Director
ACO/wlh
R. A. Gray Building • 500 South Bronough Street • Tallahassee, Florida 32399-0250
Telephone: (850) 245-6270
Page 4486 of 9661
ORDINANCE NO. 24— 53
AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF
COLLIER COUNTY, FLORIDA, AMENDING ORDINANCE NO. 2023-71,
THE PRIVATE ROAD EMERGENCY REPAIR MUNICIPAL SERVICE
TAXING UNIT; PROVIDING FOR THE BOARD OF COUNTY
COMMISSIONERS TO BE THE UNIT'S GOVERNING BODY;
PROVIDING FOR LEVY OF ONE(1)MIL OF AD VALOREM TAXES PER
YEAR; PROVIDING FOR THE COLLECTION OF TAXES; PROVIDING
FOR AN OPT-OUT MECHANISM; PROVIDING FOR DUTIES OF THE
COUNTY MANAGER; PROVIDING FOR CONFLICT AND
SEVERABILITY; PROVIDING FOR INCLUSION IN THE COLLIER
COUNTY CODE OF LAWS AND ORDINANCES; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, many roads in the unincorporated portion of Collier County are unpaved,
private roads not maintained by the County, which may become impassable if not maintained; and
WHEREAS,it is imperative that all roads in the County are passable to emergency services
vehicles to protect the public health, safety, and welfare in certain emergencies, such as fires and
floods; and
WHEREAS, there is currently no maintenance mechanism or funding source to pay for
emergency repairs when an emergency vehicle cannot access private roads deemed impassable;
and
WHEREAS, on December 12, 2023 the Board of County Commissioners adopted
Ordinance No. 2023-71, to create a municipal service taxing unit in order to provide a funding
source to enable the County to make emergency repairs to certain private roads deemed
impassable; and
WHEREAS, the Board desires to amend Ordinance No. 2023-71 to include additional
roads in the municipal service taxing unit, and provide an opt-out mechanism.
NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY
COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that Ordinance 2023-71 is hereby
amended as follows:
SECTION ONE: Authority.
This Ordinance is adopted pursuant to the provisions of Section 125.01 and Chapter 200,
Florida Statutes, and other applicable provisions of law.
Page 1 of 4
Words underlined are added; Words struck through are deleted.
Page 4487 of 9661
SECTION TWO: Creation of the Municipal Service Taxing Unit.
There is hereby created and established the Private Road Emergency Repair Municipal
Service Taxing Unit, hereinafter referred to as the "MSTU." The property subject to the MSTU
shall-be-all-prepefties-abutting-er-adjeeent-te-the-unpavedpfivate roads identified in Exhibit A,
which have been deemed impassable by the local fire district,the Collier County Sheriff's Office,
or Collier County.The property subject to the MSTU shall be all properties adjacent to an unpaved,
private road in unincorporated Collier County, as identified in Exhibit A. This ordinance is not
intended to apply to private roads within gated communities, or roads maintained by Special
Districts, Community Development Districts, Home Owner Associations, and like entities.
SECTION THREE: Purpose and Governing Body.
The MSTU is created for the purpose of providing emergency repairs to the unpaved,
private roads in Collier County identified in Exhibit A, which where the County is notified by the
local fire districts or the Collier County Sheriff's Office, or Collier County has deemed that such
roads are impassable to emergency vehicles and such disrepair is a danger to the health, safety,
and welfare to of the citizens of Collier County. The roads shall be repaired only to the extent that
they are made passable to emergency vehicles, and shall be maintained to remain passable. Such
repair or maintenance does not designate acceptance of maintenance beyond the purpose stated
herein, nor does it designate an ownership interest in the road by the County.
The governing body of the MSTU shall be the Board of County Commissioners of Collier
County, Florida.
SECTION FOUR: Funding and Levy of Taxes.
For the purpose of implementing this Ordinance,the Board of County Commissioners shall
annually, at the time required by general budgetary law, make an itemized estimate of the amount
of money required to carry out the business of the MSTU for the next fiscal year, which shall be
from October 1 to and including the following September 30. The estimate shall describe the
purpose for which the monies are required and the amount necessary to be raised by taxation within
the MSTU. At the time and place for fixing the annual rate of taxation for County purposes, the
Board of County Commissioners shall fix and cause to be levied on all properties within the
MSTU, subject to taxation, a millage rate not to exceed one (1) mil per year.
SECTION FIVE: Tax Assessment and Collection.
Taxes herein provided for shall be assessed and collected in the same manner and form as
provided for the assessment and collection of general County taxes and subject to the same fees
for assessing and collecting as general County taxes.
Page 2 of 4
Words underlined are added;Words struck through are deleted.
Page 4488 of 9661
SECTION SIX: Opting Out.
Upon application to the County Manager or Designee,the property owners abutting and/or
accessing from an unpaved road may opt out of the tax levied herein upon a finding by the County
Manager that the road is not likely to require maintenance within the next five fiscal years. In
order to opt out, the property owner must show that the road is passable and that there is a
sustainable maintenance plan in place by the property owner or owners on that road. If at a point in
the future the road becomes impassable to emergency vehicles and emergency maintenance is
required by the County, as determined by the County Manager or Designee, those previously
opted-out homes shall become subjected to the tax levied herein beginning the next fiscal year and
continuing the following years.
SECTION SIX SEVEN: Duties of the County Manager or Designee.
The duties of the County Manager or Designee are as follows:
1. To aid and assist the Board in carrying out the purposes of the MSTU in accordance
with established practices and policies of the Board of County Commissioners and as
set forth in this Ordinance;
2. To prepare and recommend to the Board an itemized annual budget of the amount of
money required to carry out the business of the MSTU for the next fiscal year; and
3. To provide periodic written reports to the Board of the activities of the MSTU and its
finances in accordance with established guidelines of the Board.
SECTION SLEIGHT: Conflict and Severability.
In the event this Ordinance conflicts with any other Ordinance of Collier County or other
applicable law, the more restrictive shall apply. If any court of competent jurisdiction holds any
phrase or portion of this Ordinance invalid or unconstitutional, such portion shall be deemed a
separate, distinct and independent provision and such holding shall not affect the validity of the
remaining portion.
SECTION EIGHT NINE: Inclusion in the Code of Laws and Ordinances.
The provisions of this Ordinance shall become and be made a part of the Code of Laws and
Ordinances of Collier County, Florida. The sections of the Ordinance may be renumbered or re-
lettered to accomplish such, and the word "ordinance" may be changed to "section," "article," or
any other appropriate word.
SECTION E-TEN: Effective Date.
This Ordinance shall be effective upon filing with the Florida Department of State.
Page 3 of 4
Words underlined are added;Words struck through are deleted.
Page 4489 of 9661
PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier
County, Florida, this )oi-h day of 0Q QQ k - , 2024.
ATTEST: . BOARD OF COUNTY COMMISSIONERS
Crys s erk COLLIER COUNTY, FLORIDA
uI..
By:
Atte ,, .4, . , , ; eputy Clerk is Hall, Chairman
SignatItl evil l',4''
I
f--°
Approve+ .,..
i.
o 1 and legality:
1
Jeffrey A 151 latz, w, County Attorney
This ordinance filed with the
SNretory of julioe '
tie
G day of , GLr %O2
and acknowledgement, rff that
film, reef:ved this ii4 dray
of All'
C,y
r "1/',r
0ut,tY-L*r
Page 4 of 4
Words underlined are added; Words struckg h are deleted.
Page 4490 of 9661
EXHIBIT "A"
CollierCountyTRANSPORTATION
f MANAGEMENT SERVICES
Unpaved Private Roads Emergency Repairs MSTU
Street Name Start End Miles
12th Street SE E Delaware Ave Dead End 0.116
14th Street SE E Delaware Ave Dead End 0.120
15th Street SE E Delaware Ave Dead End 0.123
16th Street SE E Delaware Ave Dead End 0.123
28th St SE (paved) 105th Ave SE 111th Ave SE
42nd Ave SE West of...) Everglades Dead End 0.834
5th St S(Immokalee) Breezewood Dr Arden Ave 0.092
8th St S(Immokalee) Doak Ave Dead End 0.113
Acremaker Woodcrest Dr Dead End 0.476
Amity Rd Michel Delong Dead End 0.203
Angela Rd Sanctuary Rd Dead End 0.861
Anhinga Rd Rookery Ln Dead End 0.118
Arden Ave S 5th St SE Dead End 0.198
Beagle Lake Rd Sable Palm Rd Dead End 0.314
Benton Rd Woodland Estates Rd Dead End 1.406
Birdsong Ln Brantley Blvd Dead End 0.238
Botanical Dr Little League Rd Dead End 0.138
Cannon Blvd Krape Rd Dead End 0.253
Chickadee Ln Sanctuary Rd Honeybee Dr 0.251
Christian Terr Ext Christian Terr. W Dead End 0.108
Christian Terr West Christian Terr. Dead End 0.121
Corkscrew Ln Platt Rd Dead End 0.638
Cornerstone Dr Immokalee Rd Dead End 0.467
Crawford Ave Washburn Ave Dead End 0.699
Crews Rd Santa Barbara Blvd Shedden Ln 0.236
Curry Rd Carson Rd Dead End 0.217
Daffodil Ct Lilac Ln Dead End 0.156
Della Dr Brantley Blvd Dead End 0.748
Dillon Ln Little League Rd Dead End 0.105
Doak Ave 8th St S S 9th St 0.086
Dove Tree Street Frangipani Ave Dead End 1.004
Dupree Grade Cty Rd 846 Dead End 1.487
Eagle Island Rd Sanctuary Rd Dead End 0.197
East Delaware Ave 15th St 16th St 0.062
Edwards Grove Rd (paved) SR 82 Dead End
Everly Ave west/east of)Smith Rd Dead End 0.904
Experimental Rd State Rd Dead End 0.217
Fawn Ln Platt Rd Dead End 0.626
Frangipani Ave Tobias Dead End 3.106
Friendship Ln Immokalee Rd Dead End 0.879
Garland Rd Kearney Ave Markley Ave 0.529
Garthie Rd Dupree Grade Dead End 0.152
Cator Slough Ln (private fenced) SR 82 fled End
Gemmer Ln Trafford Farm Rd Dead End 0.117
Guevara Ave SW Smith Rd Dead End 0.266
Hall Rd Lake Trafford Rd Dead End 0.273
Hancock Hammond Rd Brantley Blvd Dead End 0.429
Harmon Terr Lake Gloria Rd Dead End 0.129
High Corner Rd (Lost Ln) Corkscrew Rd Dead End 0.217
Honeybee Dr Chickadee Ln Dead End 0.258
Inez Rd Keane Ave Markley Ave 1.019
visa Ave Smith Rd Dead End 0.190
Ivy Way Frangipani Ave Dead End 1.005
Janes Scenic Dr State Rd 29 Lake Gloria Rd 0.819
1/3
Page 4491 of 9661
Unpaved Private Roads Emergency Repairs MSTU
Street Name Start End Miles
Jenkins Way Garland Rd Dead End 0.250
Johns Rd Collier Blvd Dead End 0.485
Kam Luck Dr Black Burn Rd Dead End 0.809
Kapok St Frangipani Ave Dead End 0.558
Keane Ave East of Smith Rd (pavement ends) Hancock-Hammond Rd 1.240
Keane Ct Brantley Blvd Dead End 0.237
Kearney Avc (paved) Garland Ave Ocad End
Krape Rd 2160 Krape Rd Dead End 0.523
Laakso Ln (added) Sunnygrove Ave Dead End 0.883
Labrador Ln (added) Sunnygrove Ave Dead End 0.959
Lacewing Ln (added) Sunnygrove Ave Dead End 0.960
Ladybug Ln Sunnygrove Ave Dead End 0.999
Laertes Ln Sunnygrove Ave Dead End 0.940
Lafayette Ln (added) Sunnygrove Ave Dead End 0.958
Lager Ln(added) Sunnygrove Ave Dead End 0.938
Lake Gloria Rd Webb Rd Dead End 0.170
Lambs Ln Benton Rd Dead End 0.192
Le Buffs Rd 4865 Le Buffs Rd Dead End 0.694
Lightner Dr Little League Rd Dead End 0.113
Lilac Ln Platt Rd Sanctuary Rd 1.256
Limpkin Rd Sanctuary Rd (west to...) Dead End 0.753
Little League Rd Dillon Ln Trafford Farm Rd 0.539
Markley Ave Garland Rd Inez Rd 1.030
Mathews St Frangipani Dead End 0.253
Moulder Dr Cannon Blvd Dead End 0.661
Myers Rd Christian Terr Dead End 0.122
Oil Well Grade Rd Oil Well Rd north of) Immokalee Rd 7.062
O'Quinn Rd Hwy 29 Dead End 0.477
Pacific Grade Rd Oil Well Rd Wyatt Ln 1.466
Palm Dr Lake Trafford Rd (north to...) Dead End 0.116
Pantera Ln east&west of) Frienship Ln Dead End 0.525
Peach Place 20th St SE Dead End 0.182
Pioneer Trail Dove Tree St Dead End 0.211
Platt Rd west of) Immokalee Rd east of) Friendship Ln 2.062
Pringle Ln Oil Well Rd Dead End 0.800
Purple Martin Dr west of) Sanctuary Rd N east of) Sanctuary Rd N 0.644
Rabbit Run Rd west of) Immokalee Rd east of) Immokalee Rd 0.675
Red Deer Rd Friendship Ln Dead End 0.262
Red Hawk Ln Sanctuary Rd W Dead End 0.515
Revello St State St Dead End 0.206
Rivers Rd Ramsey St Dead End 0.505
Rock Springs Rd Oil Well Rd Dead End 1.610
Sanctuary Rd Sanctuary Rd W Eagle Island Rd 0.377
Smith Rd Keane Ave Ivisa Ave 0.831
Smith Rd Washburn Ave Keane Ave 0.737
Smith Rd Washburn Ave Dead End 0.561
Stable Way Newman Dr Dead End 0.639
State St 2824 State St Revello St 0.028
Stokes Ave S 5th St(Immokalee)Dead End 0.123
Sugarberry St Frangipani Ave to farm road split 0.740
Sundance St Richards St Grenadine Way 0.228
Sunnygrove Rd(added)Six L's Farn Rd Tomato Rd 1.002
Thomas Farm Rd Cty Rd 846 Dead End 2.494
Thorp Rd Cty Rd 846 farm road split 2.477
Tobias St Frangipani Ave Dove St 1.014
Tomato Rd (added) Sunnygrove Ave North to Dead End 1.017
Trafford Farm Rd Lake Trafford Rd Dead End 0.514
Turnstile Dr Lee Cypress Dr Dead End 0.119
Vireo Ln Little League Rd Little League Rd 0.100
2/3
Page 4492 of 9661
Unpaved Private Roads Emergency Repairs MSTU
Street Name Start End Miles
Washburn Ave Crawford Ave Dead End 0.968
Webb Rd Lake Gloria Rd Dead End 0.308
Weeks Ter E Delaware Ave Dead End 0.121
Whidden Loop Rd Corkscrew Rd Corkscrew Rd 0.775
Wild Turkey Dr west of) lmmokalee Rd east of) Immokalee Rd 1.163
Woodland Estates Rd 28th St SE Dead End 0.993
Woodland Grade Rd Benton Rd 2275 Woodland Grade Rd 1.171
Total Miles 75.783
Road Removed
Key:
Road Added 11/12/2024 Exhibit A
3/3
Page 4493 of 9661
tit S1
41.
ti4* - s cit z
FLORIDA DEPARTMENT Of STATE
RON DESANTIS CORD BYRD
Governor Secretary of State
December 12, 2024
Crystal K. Kinzel
Clerk of Court
Collier County
3329 Tamiami Trail E, Suite #401
Naples, FL 34112
Dear Crystal Kinzel,
Pursuant to the provisions of Section 125.66, Florida Statutes, this will acknowledge receipt of your
electronic copy of Collier County Ordinance No. 24-53, which was filed in this office on December 12,
2024.
Sincerely,
Alexandra Leijon
Administrative Code and Register Director
AL
R. A. Gray Building • 500 South Bronough Street • Tallahassee, Florida 32399-0250
Telephone: (850) 245-6270
Page 4494 of 9661
Private Unpaved Roads Emergency Repairs MSTU
Street Name Start End Miles Opt Out Final Miles
12th Street SE E Delaware Ave Dead End 0.116 0.116
14th Street SE E Delaware Ave Dead End 0.120 0.120
15th Street SE E Delaware Ave Dead End 0.123 0.123
16th Street SE E Delaware Ave Dead End 0.123 0.123
42nd Ave SE (West of…) Everglades Dead End 0.834 0.834
42nd Ave SE (East of…) Everglades Dead End 1.366 Yes 0.000
S 5th St (Immokalee)Breezewood Dr Arden Ave 0.092 0.092
S 8th St (Immokalee)Doak Ave Dead End 0.113 0.113
Acremaker Woodcrest Dr Dead End 0.476 0.476
Amity Rd Michel Delong Dead End 0.203 0.203
Angela Rd Sanctuary Rd Dead End 0.861 Yes 0.000
Anhinga Rd Rookery Ln Dead End 0.118 Yes 0.000
Arden Ave S 5th St SE Dead End 0.198 0.198
Beagle Lake Rd Sable Palm Rd Dead End 0.314 0.314
Benton Rd Woodland Estates Rd Dead End 1.406 1.406
Birdsong Ln Brantley Blvd Dead End 0.238 0.238
Botanical Dr Little League Rd Dead End 0.138 Yes 0.000
Cannon Blvd Krape Rd Dead End 0.253 0.253
Chickadee Ln Sanctuary Rd Honeybee Dr 0.251 0.251
Christian Terr Ext Christian Terr. W Dead End 0.108 0.108
Christian Terr West Christian Terr.Dead End 0.121 0.121
Corkscrew Ln Platt Rd Dead End 0.638 0.638
Cornerstone Dr Immokalee Rd Dead End 0.467 Yes 0.000
Crawford Ave Washburn Ave Dead End 0.699 Yes 0.000
Crews Rd Santa Barbara Blvd Dead End 0.470 0.470
Curry Rd Carson Rd Dead End 0.217 0.217
Daffodil Ct Lilac Ln Dead End 0.156 Yes 0.000
Della Dr Brantley Blvd Dead End 0.748 0.748
Dillon Ln Little League Rd Dead End 0.105 0.105
Doak Ave 8th St S S 9th St 0.086 0.086
Dove Tree Street Frangipani Ave Dead End 1.004 Yes 0.000
Eagle Island Rd Sanctuary Rd Dead End 0.197 0.000
East Delaware Ave 15th St 16th St 0.062 0.197
Everly Ave (west/east of) Smith Rd Dead End 0.904 0.062
Experimental Rd State St Dead End 0.217 0.904
Fawn Ln Platt Rd Dead End 0.626 Yes 0.217
Frangipani Ave 210 Frangiapani Ave Tobias St 0.202 0.000
Friendship Ln Immokalee Rd Dead End 0.879 Yes 0.202
Garland Rd Kearney Ave Markley Ave 0.529 Yes 0.000
Garthie Rd Dupree Grade Dead End 0.152 0.152
Gemmer Ln Trafford Farm Rd Dead End 0.117 0.117
Guevara Ave SW Smith Rd Dead End 0.266 Yes 0.000
Hall Rd Lake Trafford Rd Dead End 0.273 0.273
Hancock Hammock Rd Brantley Blvd Dead End 0.429 Yes 0.000
Harmon Terr Lake Gloria Rd Dead End 0.129 Yes 0.000
High Corner Rd (Lost Ln)Corkscrew Rd Dead End 0.217 Yes 0.000
Honeybee Dr Chickadee Ln Dead End 0.258 0.258
Inez Rd Keane Ave Markley Ave 1.019 Yes 0.000
Ivisa Ave Smith Rd Dead End 0.190 0.190
Ivy Way 1301 Ivy Way Dead End 0.600 0.600
Janes Scenic Dr State Rd 29 Lake Gloria Rd 0.819 Yes 0.000
Jenkins Way Garland Rd Dead End 0.250 Yes 0.000
Johns Rd Collier Blvd Dead End 0.485 Yes 0.000
Kam Luck Dr Black Burn Rd Dead End 0.809 Yes 0.000
Kapok St Frangipani Ave Dead End 0.558 Yes 0.000
Keane Ave East of Smith Rd (pavement ends)Hancock-Hammock Rd 1.240 Yes 0.000
Keane Ct Brantley Blvd Dead End 0.237 0.237
Krape Rd 2160 Krape Rd Dead End 0.523 Yes 0.000
Laakso Ln Sunnygrove Ave Dead End 0.883 0.883
Labrador Ln Sunnygrove Ave Dead End 0.959 0.959
Lacewing Ln Sunnygrove Ave Dead End 0.960 0.960
Ladybug Ln Sunnygrove Ave Dead End 0.999 0.999
Laertes Ln Sunnygrove Ave Dead End 0.940 0.940
Lafayette Ln Sunnygrove Ave Dead End 0.958 0.958
Lager Ln Sunnygrove Ave Dead End 0.938 0.938
Lake Gloria Rd Webb Rd Dead End 0.170 0.170
Lambs Ln Benton Rd Dead End 0.192 0.192
Le Buffs Rd 4865 Le Buffs Rd Dead End 0.694 0.694
Lightner Dr Little League Rd Dead End 0.113 0.113
Lilac Ln Platt Rd Sanctuary Rd 1.256 Yes 0.000
Limpkin Rd Sanctuary Rd (west to…)Dead End 0.753 0.753
Little League Rd Dillon Ln Trafford Farm Rd 0.539 0.539
Markley Ave Garland Rd Inez Rd 1.030 1.030
Mathews St Frangipani Dead End 0.253 Yes 0.000
Moulder Dr Cannon Blvd Dead End 0.661 Yes 0.000
Myers Rd Christian Terr Dead End 0.122 0.122
Oil Well Grade Rd Oil Well Rd (north of) Immokalee Rd 7.062 7.062
O'Quinn Rd Hwy 29 Dead End 0.477 0.477
Pacific Grade Rd Oil Well Rd Wyatt Ln 1.466 1.466
Palm Dr Lake Trafford Rd (north to…)Dead End 0.116 Yes 0.000
Pantera Ln (east & west of) Frienship Ln Dead End 0.525 Yes 0.000
Peach Place 20th St SE Dead End 0.182 0.182
Pioneer Trail Dove Tree St Dead End 0.211 Yes 0.000
Platt Rd (west of) Immokalee Rd east of 1080 Platt Rd 0.754 Yes 0.000
Platt Rd east of 1080 Platt Rd (east of) Friendship Ln 1.308 1.308
Pringle Ln Oil Well Rd Dead End 0.800 Yes 0.000
Purple Martin Dr (west of) Sanctuary Rd N (east of) Sanctuary Rd N 0.644 0.644
Rabbit Run Rd (west of) Immokalee Rd (east of) Immokalee Rd 0.675 Yes 0.000
Red Deer Rd Friendship Ln Dead End 0.262 Yes 0.000
Red Hawk Ln Sanctuary Rd W Dead End 0.515 0.515
Revello St State St Dead End 0.206 0.206
Rivers Rd Ramsey St Dead End 0.505 Yes 0.000
Rock Springs Rd Oil Well Rd Dead End 1.610 1.610
Sanctuary Rd Sanctuary Rd W Eagle Island Rd 0.377 Yes 0.000
Smith Rd Keane Ave 2736 Smith Rd 0.444 Yes 0.000
Smith Rd 2736 Smith Rd Ivisa Ave 0.387 0.387
Smith Rd Ivisa Ave Markley Ave 0.255 Yes 0.000
Smith Rd Markley Ave Dead End 0.990 0.990
Stable Way Newman Dr Dead End 0.639 Yes 0.000
State St 2824 State St Revello St 0.028 0.000
Stokes Ave S 5th St (Immokalee)Dead End 0.123 0.000
Sugarberry St Frangipani Ave to farm road split 0.740 0.740
Sundance St Richards St Grenadine Way 0.228 Yes 0.000
Sunnygrove Rd Six L's Farn Rd Tomato Rd 1.002 1.002
Thomas Farm Rd Cty Rd 846 Dead End 2.494 Yes 0.000
Thorp Rd Cty Rd 846 farm road split 2.477 2.477
Tobias St Frangipani Ave Dove St 1.014 No 1.014
Tomato Rd Sunnygrove Ave North to Dead End 1.017 1.017
Trafford Farm Rd Lake Trafford Rd Dead End 0.514 0.514
Turnstile Dr Lee Cypress Dr Dead End 0.119 Yes 0.000
Vireo Ln Little League Rd Little League Rd 0.100 0.100
Washburn Ave Crawford Ave Dead End 0.968 0.968
Webb Rd Lake Gloria Rd Dead End 0.308 Yes 0.000
Weeks Ter E Delaware Ave Dead End 0.121 0.121
Wild Turkey Dr (west of) Immokalee Rd (east of) Immokalee Rd 1.163 1.163
Woodland Estates Rd 28th St SE Dead End 0.993 0.993
Woodland Grade Rd Benton Rd 2275 Woodland Grade Rd 1.171 1.171
Total Miles 71.759 47.139
Page 4495 of 9661
STREET NAME START END IMPASSABLE MILES TOP 3 MILES15th Street SE E Delaware Ave Dead End Yes 0.12316th Street SE E Delaware Ave Dead End Yes 0.123AcremakerWoodcrest Dr Dead End Yes 0.476Arden Ave S 5th St SE Dead End Yes 0.198Benton Rd Woodland Estates Rd Dead End Yes 1.406Birdsong Ln Brantley Blvd Dead End Yes 0.238Christian Terr West Christian Terr.Dead End Yes 0.121Curry Rd Carson Rd Dead End Yes 0.217Della Dr Brantley Blvd Dead End Yes 0.748 Yes 0.748Doak Ave 8th St S S 9th St Yes 0.086Everly Ave (west/east of) Smith Rd Dead End Yes 0.904Frangipani Ave 210 Frangiapani Ave Tobias St Yes 0.202Ivisa Ave Smith Rd Dead End Yes 0.190Ivy Way 1301 Ivy Way Dead End Yes 0.600Keane Ct Brantley Blvd Dead End Yes 0.237Ladybug Ln Sunnygrove Ave Dead End Yes 0.999Laertes Ln Sunnygrove Ave Dead End Yes 0.940Lafayette Ln Sunnygrove Ave Dead End Yes 0.958Lager Ln Sunnygrove Ave Dead End Yes 0.938Le Buffs Rd 4865 Le Buffs Rd Dead End Yes 0.694Little League Rd Dillon Ln Trafford Farm Rd Yes 0.539Markley Ave Garland Rd Inez Rd Yes 1.030 Yes 1.030O'Quinn Rd Hwy 29 Dead End Yes 0.477Peach Place 20th St SE Dead End Yes 0.182S 5th St (Immokalee)Breezewood Dr Arden Ave Yes 0.092S 8th St (Immokalee)Doak Ave Dead End Yes 0.113Smith Rd 2736 Smith Rd Ivisa Ave Yes 0.387Smith Rd Markley Ave Dead End Yes 0.990Sunnygrove Rd Six L's Farn Rd Tomato Rd Yes 1.002 Yes 1.002Tomato Rd Sunnygrove Ave North to Dead End Yes 1.017Vireo Ln Little League Rd Little League Rd Yes 0.100Washburn Ave Crawford Ave Dead End Yes 0.968Woodland Estates Rd 28th St SE Dead End Yes 0.993Woodland Grade Rd Benton Rd 2275 Woodland Grade Rd Yes 1.171
Total Miles 19.459 2.780
Page 4496 of 9661
SR 29Immokalee RD
Oil Well RD
Collier BLVDLivingston RDAirport RD NDavis BLVD
Radio RD
Pine Ridge RD
Ta
mia
mi T
R
L E Santa Barbara BLVDGolden Gate PKWY
Vanderbilt Beach RD
Golden Gate BLVD W Wilson BLVD NGreen BLVD
Rattlesnake Hammock RDAirport RD SSix L's Fa rm
Private Unpaved RoadsEmergency Repairs MSTU
Immokalee
SR 29Copela nd
®
To p 3 Im passable Ro adDeemed ImpassableOpted In Road
0 1.5 3
Miles
Prepared by the Asset & Information Systems SectionTMSD Operations Support Division. October 2025
Page 4497 of 9661
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR QUOTE (RFQ)
FOR
UNPAVED PRIVATE ROADS- EMERGENCY REPAIRS
CONTRACT NO. 21-7842
RFQ No. 25-1031
JUDY SIZENSKY, PROJECT MANAGER
PUBLIC TRANSIT AND NEIGHBORHOOD ENHANCEMENTS (PTNE)
DIVISION
8300 RADIO ROAD
NAPLES, FLORIDA 34104
TELEPHONE: (239) 252-4980 CELL (239) 821-6909
Judith.Sizensky@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Consultant may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 4498 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
INSTRUCTIONS TO BIDDERS
REQUEST FOR
QUOTE (RFQ)
NUMBER:
25-1031
PROJECT
TITLE:
Unpaved Private Roads-Emergency Repairs
PRE-BID
MEETING
Wednesday, October 29, 2025 @ 9:00AM-8300 Radio Road, Naples, FL 34104
LOCATION: Multiple private roads within Collier County
BID DUE DATE: Friday, November 7, 2025, by -5:00 PM
PLACE OF BID
OPENING:
BIDS ARE DUE VIA EMAIL TO: Judith.Sizensky@Collier.gov
All bids shall be submitted via email to Judith.Sizensky@Collier.gov
INTRODUCTION
As requested by the Public Transit & Neighborhood Enhancement (PTNE) MSTU Division (hereinafter, the “Division
or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter,
“County”) has issued this Request for Quote (hereinafter, “RFQ”) with the intent of obtaining bid submittals from
interested and qualified contractors per Contract #21-7842. The vendor, at a minimum, must achieve the requirements
of the Specifications and Scope of Work as stated in the Request for Quote (RFQ) #25-1031. All requirements, terms
and conditions are required pursuant to Contract #21-7842.
The Unpaved Private Roads Emergency Repair MSTU was established in 2023 to aid and assist the County in carrying
out the purposes of providing emergency repairs to private unpaved roads within the MSTU. Collier County Board
of County Commissioners and PTNE oversees the administration of the MSTU.
DETAILED SCOPE OF WORK
•The Unpaved Private Roads Emergency Repair MSTU is requesting quotes from qualified contractors on
Contract #21-7842 for the emergency repairs of impassable sections of private unpaved roads that have been
deemed impassable for emergency vehicles including local fire districts, Collier County Sherriff’s Office,
Collier County Emergency Management Services or Collier County. The roads listed below shall be repaired
only to ensure they are accessible and passable to all emergency vehicles. The road limits are for reference
only. It is recommended that the contractor evaluate each roadway to determine sections and material needed
for repairs.
•Please provide a sample schedule, with milestones
•Include your plan as an attachment labeled Project Summary Schedule.
The Collier County MSTU project manager will be the contact for this project and will be responsible for the
management and administration of all aspects of the construction.
Roads to repair:
Ladybug Ln Sunnygrove Ave Dead End Mile 1.0
Laertes Ln Sunnygrove Ave Dead End Mile 0.9
Lafayette Ln Sunnygrove Ave Dead End Mile 1.0
Lager Ln Sunnygrove Ave Dead End Mile 0.9
Sunnygrove Rd Six L's Farn Rd Tomato Rd Mile 1.0
Tomato Rd Sunnygrove Ave North to Dead End Mile 1.0
Zone 23
Page 4499 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
Repairs to include:
Include MOT cost for flagger (only) for this project
Scarify/grade areas as needed for repair
Backfill impassable areas of gravel roads.
Fill with limerock and base materials as needed (Please provide pricing for both FDOT grade limerock and
alternate commercial grade)
Compact and compress gravel material heavy duty roller
Vegetation over road cut to 17’ above roadway as needed
Clean/remove all job-related debris on a daily basis
TERMS OF CONTRACT
All requirements, terms and conditions are required pursuant to Contract #21-7842.
General Requirements
The Contractor shall be a Certified General Contractor or Certified Building Contractor with the State of Florida.
Certification must be current to perform any work under the resultant Contract.
The Contractor and all employees shall comply with applicable Federal, State and Local laws, codes, and regulations.
Maintenance of Traffic/Traffic Control and Protection will be a part of all projects and will be in accordance with the
Florida Department of Transportation (FDOT) and Collier County standards and requirements of the Maintenance of
Traffic Policy, copies of which are available through the County’s Risk Management Division.
The Project Manager will have the discretion to require replacement of any sub-contractor(s) on County projects.
The Contractor shall provide the County with a one (1) year warranty for all work performed. This warranty will not
go into effect until the project has been completed to the County’s total satisfaction.
Procedures for Distribution of Work
All awarded Contractors are expected to submit quotes for each Request for Quotation that will be issued under the
resultant contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in
the removal of the awardee from the contract pool.
For projects with a value of $50,000 or less, the procedure for obtaining quotes from the awarded Contractors is
outlined below:
1. A Summary of Work and Request for Quotation will be sent to one (1) of the awarded Contractors on a
basis that ensures a relatively even distribution of work.
2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days.
3. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work Order/Purchase
Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the
resultant contract will survive and remain subject to the terms and conditions of the resultant contract until
the completion or termination of work.
For all projects with a value greater than $50,000 and up to $200,000, the procedure for obtaining quotes from the
awarded Contractors is outlined below:
Page 4500 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors.
2. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (7) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
For all projects with a value greater than $200,000 and up to $1,000,000, the procedure for obtaining quotes from
the awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors. Completion
time and the collection of liquidated damages may be specified in the Request for Quotation.
3. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Payment and Performance Bonds will be required and shall be provided within ten (10) business days
after notification of intent to award.
6. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
7. Any project over $500,000 will require further Board approval.
The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best
interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs.
Page 4501 of 9661
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR QUOTE (RFQ)
FOR
UNPAVED PRIVATE ROADS- EMERGENCY REPAIRS
CONTRACT NO. 21-7842
RFQ No. 25-1101
JUDY SIZENSKY, PROJECT MANAGER
PUBLIC TRANSIT AND NEIGHBORHOOD ENHANCEMENTS (PTNE)
DIVISION
8300 RADIO ROAD
NAPLES, FLORIDA 34104
TELEPHONE: (239) 252-4980 CELL (239) 821-6909
Judith.Sizensky@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Consultant may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 4502 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
INSTRUCTIONS TO BIDDERS
REQUEST FOR
QUOTE (RFQ)
NUMBER:
25-1101
PROJECT
TITLE:
Unpaved Private Roads-Emergency Repairs
PRE-BID
MEETING
Wednesday, October 29, 2025 @ 9:00AM-8300 Radio Road, Naples, FL 34104
LOCATION: Multiple private roads within Collier County
BID DUE DATE: Friday, November 7, 2025, by -5:00 PM
PLACE OF BID
OPENING:
BIDS ARE DUE VIA EMAIL TO: Judith.Sizensky@Collier.gov
All bids shall be submitted via email to Judith.Sizensky@Collier.gov
INTRODUCTION
As requested by the Public Transit & Neighborhood Enhancement (PTNE) MSTU Division (hereinafter, the “Division
or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter,
“County”) has issued this Request for Quote (hereinafter, “RFQ”) with the intent of obtaining bid submittals from
interested and qualified contractors per Contract #21-7842. The vendor, at a minimum, must achieve the requirements
of the Specifications and Scope of Work as stated in the Request for Quote (RFQ) #25-1031. All requirements, terms
and conditions are required pursuant to Contract #21-7842.
The Unpaved Private Roads Emergency Repair MSTU was established in 2023 to aid and assist the County in carrying
out the purposes of providing emergency repairs to private unpaved roads within the MSTU. Collier County Board
of County Commissioners and PTNE oversees the administration of the MSTU.
DETAILED SCOPE OF WORK
•The Unpaved Private Roads Emergency Repair MSTU is requesting quotes from qualified contractors on
Contract #21-7842 for the emergency repairs of impassable sections of private unpaved roads that have been
deemed impassable for emergency vehicles including local fire districts, Collier County Sherriff’s Office,
Collier County Emergency Management Services or Collier County. The roads listed below shall be repaired
only to ensure they are accessible and passable to all emergency vehicles. The road limits are for reference
only. It is recommended that the contractor evaluate each roadway to determine sections and material needed
for repairs.
•Please provide a sample schedule, with milestones
•Include your plan as an attachment labeled Project Summary Schedule.
The Collier County MSTU project manager will be the contact for this project and will be responsible for the
management and administration of all aspects of the construction.
Roads for repair:
Benton Rd Woodland Estates Rd Dead End Mile 1.4
Birdsong Ln Brantley Blvd Dead End Mile 0.2
Della Dr Brantley Blvd Dead End Mile 0.7
Frangipani Ave 210 Frangipani Ave Tobias St Mile 0.2
Ivy Way 1301 Ivy Way Dead End Mile 0.6
Kean Ct Brantley Blvd Dead End Mile 0.2
Peach Place 20th St SE Dead End Mile 0.2
Woodland Estates Rd 28th St SE Dead End Mile 1.0
Woodland Grade Rd Benton Rd 2275 Woodland Grade Rd Mile 1.2
Zone 71
Page 4503 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
Repairs to include:
Include MOT cost for flagger (only) for this project
Scarify/grade areas as needed for repair
Backfill impassable areas of gravel roads.
Fill with limerock and base materials as needed (Please provide pricing for both FDOT grade limerock and
alternate commercial grade)
Compact and compress gravel material heavy duty roller
Vegetation over road cut to 17’ above roadway as needed
Clean/remove all job-related debris on a daily basis
TERMS OF CONTRACT
All requirements, terms and conditions are required pursuant to Contract #21-7842.
General Requirements
The Contractor shall be a Certified General Contractor or Certified Building Contractor with the State of Florida.
Certification must be current to perform any work under the resultant Contract.
The Contractor and all employees shall comply with applicable Federal, State and Local laws, codes, and regulations.
Maintenance of Traffic/Traffic Control and Protection will be a part of all projects and will be in accordance with the
Florida Department of Transportation (FDOT) and Collier County standards and requirements of the Maintenance of
Traffic Policy, copies of which are available through the County’s Risk Management Division.
The Project Manager will have the discretion to require replacement of any sub-contractor(s) on County projects.
The Contractor shall provide the County with a one (1) year warranty for all work performed. This warranty will not
go into effect until the project has been completed to the County’s total satisfaction.
Procedures for Distribution of Work
All awarded Contractors are expected to submit quotes for each Request for Quotation that will be issued under the
resultant contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in
the removal of the awardee from the contract pool.
For projects with a value of $50,000 or less, the procedure for obtaining quotes from the awarded Contractors is
outlined below:
1. A Summary of Work and Request for Quotation will be sent to one (1) of the awarded Contractors on a
basis that ensures a relatively even distribution of work.
2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days.
3. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work Order/Purchase
Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the
resultant contract will survive and remain subject to the terms and conditions of the resultant contract until
the completion or termination of work.
Page 4504 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
For all projects with a value greater than $50,000 and up to $200,000, the procedure for obtaining quotes from the
awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors.
2. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (7) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
For all projects with a value greater than $200,000 and up to $1,000,000, the procedure for obtaining quotes from
the awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors. Completion
time and the collection of liquidated damages may be specified in the Request for Quotation.
3. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Payment and Performance Bonds will be required and shall be provided within ten (10) business days
after notification of intent to award.
6. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
7. Any project over $500,000 will require further Board approval.
The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best
interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs.
Page 4505 of 9661
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR QUOTE (RFQ)
FOR
UNPAVED PRIVATE ROADS- EMERGENCY REPAIRS
CONTRACT NO. 21-7842
RFQ No. 25-1102
JUDY SIZENSKY, PROJECT MANAGER
PUBLIC TRANSIT AND NEIGHBORHOOD ENHANCEMENTS (PTNE)
DIVISION
8300 RADIO ROAD
NAPLES, FLORIDA 34104
TELEPHONE: (239) 252-4980 CELL (239) 821-6909
Judith.Sizensky@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Consultant may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 4506 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
INSTRUCTIONS TO BIDDERS
REQUEST FOR
QUOTE (RFQ)
NUMBER:
25-1102
PROJECT
TITLE:
Unpaved Private Roads-Emergency Repairs
PRE-BID
MEETING
Wednesday, October 29, 2025 @ 9:00AM-8300 Radio Road, Naples, FL 34104
LOCATION: Multiple private roads within Collier County
BID DUE DATE: Friday, November 7, 2025, by -5:00 PM
PLACE OF BID
OPENING:
BIDS ARE DUE VIA EMAIL TO: Judith.Sizensky@Collier.gov
All bids shall be submitted via email to Judith.Sizensky@Collier.gov
INTRODUCTION
As requested by the Public Transit & Neighborhood Enhancement (PTNE) MSTU Division (hereinafter, the “Division
or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter,
“County”) has issued this Request for Quote (hereinafter, “RFQ”) with the intent of obtaining bid submittals from
interested and qualified contractors per Contract #21-7842. The vendor, at a minimum, must achieve the requirements
of the Specifications and Scope of Work as stated in the Request for Quote (RFQ) #25-1031. All requirements, terms
and conditions are required pursuant to Contract #21-7842.
The Unpaved Private Roads Emergency Repair MSTU was established in 2023 to aid and assist the County in carrying
out the purposes of providing emergency repairs to private unpaved roads within the MSTU. Collier County Board
of County Commissioners and PTNE oversees the administration of the MSTU.
DETAILED SCOPE OF WORK
•The Unpaved Private Roads Emergency Repair MSTU is requesting quotes from qualified contractors on
Contract #21-7842 for the emergency repairs of impassable sections of private unpaved roads that have been
deemed impassable for emergency vehicles including local fire districts, Collier County Sherriff’s Office,
Collier County Emergency Management Services or Collier County. The roads listed below shall be repaired
only to ensure they are accessible and passable to all emergency vehicles. The road limits are for reference
only. It is recommended that the contractor evaluate each roadway to determine sections and material needed
for repairs.
•Please provide a sample schedule, with milestones
•Include your plan as an attachment labeled Project Summary Schedule.
The Collier County MSTU project manager will be the contact for this project and will be responsible for the
management and administration of all aspects of the construction.
Roads for repair:
Everly Ave (west & east of) Smith Rd Dead End Mile 0.9
Ivisa Ave Smith Rd Dead End Mile 0.2
Le Buffs Rd 4865 Le Buffs Rd Dead End Mile 0.7
Markley Ave Garland Rd Inez Rd Mile 1.0
Smith Rd 2736 Smith Rd Ivisa Ave Mile 0.4
Smith Rd Markley Ave Dead End Mile 1.0
Washburn Ave Crawford Ave Dead End Mile 1.0
Acremaker Woodcrest Dr Dead End Mile 0.5
Zones 72 & 73
Page 4507 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
Repairs to include:
Include MOT cost for flagger (only) for this project
Scarify/grade areas as needed for repair
Backfill impassable areas of gravel roads
Fill with limerock and base materials as needed (Please provide pricing for both FDOT grade limerock and
alternate commercial grade)
Compact and compress gravel material heavy duty roller
Vegetation over road cut to 17’ above roadway as needed
Clean/remove all job-related debris on a daily basis
TERMS OF CONTRACT
All requirements, terms and conditions are required pursuant to Contract #21-7842.
General Requirements
The Contractor shall be a Certified General Contractor or Certified Building Contractor with the State of Florida.
Certification must be current to perform any work under the resultant Contract.
The Contractor and all employees shall comply with applicable Federal, State and Local laws, codes, and regulations.
Maintenance of Traffic/Traffic Control and Protection will be a part of all projects and will be in accordance with the
Florida Department of Transportation (FDOT) and Collier County standards and requirements of the Maintenance of
Traffic Policy, copies of which are available through the County’s Risk Management Division.
The Project Manager will have the discretion to require replacement of any sub-contractor(s) on County projects.
The Contractor shall provide the County with a one (1) year warranty for all work performed. This warranty will not
go into effect until the project has been completed to the County’s total satisfaction.
Procedures for Distribution of Work
All awarded Contractors are expected to submit quotes for each Request for Quotation that will be issued under the
resultant contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in
the removal of the awardee from the contract pool.
For projects with a value of $50,000 or less, the procedure for obtaining quotes from the awarded Contractors is
outlined below:
1. A Summary of Work and Request for Quotation will be sent to one (1) of the awarded Contractors on a
basis that ensures a relatively even distribution of work.
2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days.
3. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work Order/Purchase
Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the
resultant contract will survive and remain subject to the terms and conditions of the resultant contract until
the completion or termination of work.
For all projects with a value greater than $50,000 and up to $200,000, the procedure for obtaining quotes from the
awarded Contractors is outlined below:
Page 4508 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors.
2. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (7) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
For all projects with a value greater than $200,000 and up to $1,000,000, the procedure for obtaining quotes from
the awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors. Completion
time and the collection of liquidated damages may be specified in the Request for Quotation.
3. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Payment and Performance Bonds will be required and shall be provided within ten (10) business days
after notification of intent to award.
6. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
7. Any project over $500,000 will require further Board approval.
The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best
interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs.
Page 4509 of 9661
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR QUOTE (RFQ)
FOR
UNPAVED PRIVATE ROADS- EMERGENCY REPAIRS
CONTRACT NO. 21-7842
RFQ No. 25-1103
JUDY SIZENSKY, PROJECT MANAGER
PUBLIC TRANSIT AND NEIGHBORHOOD ENHANCEMENTS (PTNE)
DIVISION
8300 RADIO ROAD
NAPLES, FLORIDA 34104
TELEPHONE: (239) 252-4980 CELL (239) 821-6909
Judith.Sizensky@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Consultant may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
Page 4510 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
INSTRUCTIONS TO BIDDERS
REQUEST FOR
QUOTE (RFQ)
NUMBER:
25-1103
PROJECT
TITLE:
Unpaved Private Roads-Emergency Repairs
PRE-BID
MEETING
Wednesday, October 29, 2025 @ 9:00AM-8300 Radio Road, Naples, FL 34104
LOCATION: Multiple private roads within Collier County
BID DUE DATE: Friday, November 7, 2025, by -5:00 PM
PLACE OF BID
OPENING:
BIDS ARE DUE VIA EMAIL TO: Judith.Sizensky@Collier.gov
All bids shall be submitted via email to Judith.Sizensky@Collier.gov
INTRODUCTION
As requested by the Public Transit & Neighborhood Enhancement (PTNE) MSTU Division (hereinafter, the “Division
or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter,
“County”) has issued this Request for Quote (hereinafter, “RFQ”) with the intent of obtaining bid submittals from
interested and qualified contractors per Contract #21-7842. The vendor, at a minimum, must achieve the requirements
of the Specifications and Scope of Work as stated in the Request for Quote (RFQ) #25-1031. All requirements, terms
and conditions are required pursuant to Contract #21-7842.
The Unpaved Private Roads Emergency Repair MSTU was established in 2023 to aid and assist the County in carrying
out the purposes of providing emergency repairs to private unpaved roads within the MSTU. Collier County Board
of County Commissioners and PTNE oversees the administration of the MSTU.
DETAILED SCOPE OF WORK
•The Unpaved Private Roads Emergency Repair MSTU is requesting quotes from qualified contractors on
Contract #21-7842 for the emergency repairs of impassable sections of private unpaved roads that have been
deemed impassable for emergency vehicles including local fire districts, Collier County Sherriff’s Office,
Collier County Emergency Management Services or Collier County. The roads listed below shall be repaired
only to ensure they are accessible and passable to all emergency vehicles. The road limits are for reference
only. It is recommended that the contractor evaluate each roadway to determine sections and material needed
for repairs.
•Please provide a sample schedule, with milestones
•Include your plan as an attachment labeled Project Summary Schedule.
The Collier County MSTU project manager will be the contact for this project and will be responsible for the
management and administration of all aspects of the construction.
Roads for repair:
15th Street SE E Delaware Ave Dead End Mile 0.1
16th Street SE E Delaware Ave Dead End Mile 0.1
Arden Ave S 5th St SE Dead End Mile 0.1
Christian Terr West Christian Terr. Dead End Mile 0.1
Curry Rd Carson Rd Dead End Mile 0.1
Doak Ave Dillon Ln Trafford Farm Rd Mile 0.2
Little League Rd Dillon Ln Trafford Farm Rd Mile 0.5
S. 5th Street (Immokalee)Breezewood Dr Arden Ave Mile 0.2
S. 8th Street (Immokalee)Doak Ave Dead End Mile 0.1
O'Quinn Rd Hwy 29 Dead End Mile 0.2
Vireo Ln Little League Rd Little League Rd Mile 0.1
Zones 30 & 31
Page 4511 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
Repairs to include:
Include MOT cost for flagger (only) for this project
Scarify/grade areas as needed for repair
Backfill impassable areas of gravel roads.
Fill with limerock and base materials as needed (Please provide pricing for both FDOT grade limerock and
alternate commercial grade)
Compact and compress gravel material heavy duty roller
Vegetation over road cut to 17’ above roadway as needed
Clean/remove all job-related debris on a daily basis
TERMS OF CONTRACT
All requirements, terms and conditions are required pursuant to Contract #21-7842.
General Requirements
The Contractor shall be a Certified General Contractor or Certified Building Contractor with the State of Florida.
Certification must be current to perform any work under the resultant Contract.
The Contractor and all employees shall comply with applicable Federal, State and Local laws, codes, and regulations.
Maintenance of Traffic/Traffic Control and Protection will be a part of all projects and will be in accordance with the
Florida Department of Transportation (FDOT) and Collier County standards and requirements of the Maintenance of
Traffic Policy, copies of which are available through the County’s Risk Management Division.
The Project Manager will have the discretion to require replacement of any sub-contractor(s) on County projects.
The Contractor shall provide the County with a one (1) year warranty for all work performed. This warranty will not
go into effect until the project has been completed to the County’s total satisfaction.
Procedures for Distribution of Work
All awarded Contractors are expected to submit quotes for each Request for Quotation that will be issued under the
resultant contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested, may result in
the removal of the awardee from the contract pool.
For projects with a value of $50,000 or less, the procedure for obtaining quotes from the awarded Contractors is
outlined below:
1. A Summary of Work and Request for Quotation will be sent to one (1) of the awarded Contractors on a
basis that ensures a relatively even distribution of work.
2. The Contractor will respond with the information and/or proposal sought within seven (7) calendar days.
3. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work Order/Purchase
Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the
resultant contract will survive and remain subject to the terms and conditions of the resultant contract until
the completion or termination of work.
Page 4512 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
For all projects with a value greater than $50,000 and up to $200,000, the procedure for obtaining quotes from the
awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors.
2. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (7) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
For all projects with a value greater than $200,000 and up to $1,000,000, the procedure for obtaining quotes from
the awarded Contractors is outlined below:
1. A Summary of Work and Request for Quotation will be sent to all the selected Contractors. Completion
time and the collection of liquidated damages may be specified in the Request for Quotation.
3. The County’s Project Manager will set the required response time for each project, but the
Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may
require a longer quoting period to allow for proper coordination. This period may also include a pre-bid
meeting.
3. The County may negotiate terms and conditions of the Scope of Work.
4. The County’s Project Manager will review all quotes received by the given due date
and may negotiate with the Contractor who submits the lowest quote, if outside the budget.
5. Payment and Performance Bonds will be required and shall be provided within ten (10) business days
after notification of intent to award.
6. Contractor will commence work upon County’s issuance of a Notice to Proceed and Work
Order/Purchase Order. The Contractor agrees that any Purchase Order that extends beyond
the expiration date of the resultant contract will survive and remain subject to the terms and
conditions of the resultant contract until the completion or termination of work.
7. Any project over $500,000 will require further Board approval.
The County reserves the right to waive any or all of these requirements and to separately solicit any job if in the best
interest of the County. The County reserves the right to supply all necessary parts for selected projects and repairs.
Page 4513 of 9661
RFQ 25-1031 Unpaved Private Roads-Emergency Repairs
Page 4514 of 9661
From:Judith Sizensky
Bcc:Ellen Sheffey; "maguiar@coastalconcreteproducts.com"; "David Torres"; "Croley, Chuck (Preferred Materials)"; "Colavecchio, Mike (Preferred Materials)";
"Christie Alvaro"; "Jward@pmioffl.com"; "Lou Gaudio"; "Dewey Noble"; "FLEstimate@ajaxpaving.com"; "Joshua Chase"
Subject:RFQ"s-Unpaved Private Roads MSTU-Emergency Repairs
Date:Friday, October 24, 2025 11:53:00 AM
Attachments:RFQ 25-1031-Unpaved Private Roads-Emergency Repairs.pdf
25-1031 Bid Schedule Zone 23.xlsx
RFQ 25-1101-Unpaved Private Roads-Emergency Repairs.pdf
25-1101 Bid Schedule Zone 71.xlsx
RFQ 25-1102-Unpaved Private Roads-Emergency Repairs.pdf
25-1102 Bid Schedule Zones 72 & 73.xlsx
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_655c7bb5-b2bb-49a0-9737-5ae8a4da3ba6.png
RFQ 25-1103-Unpaved Private Roads-Emergency Repairs.pdf
25-1103 Bid Schedule Zones 30 & 31.xlsx
Importance:High
Good morning,
Attached please find RFQs 25-1031, 25-1101, 25-1102, and 25-1103, along with the corresponding bid schedules for each. Please note
that the roads listed in each RFQ need to be repaired in specific sections only — the entire road is not included in the scope of work.
These repairs are intended to restore the roads to a passable condition for emergency vehicles.
The bids are due: Friday, November 7, 2025, by -5:00 PM
The pre-bid meeting is: Wednesday, October 29, 2025 @ 9:00AM-8300 Radio Road, Naples, FL 34104
We encourage you to attend the upcoming pre-bid meeting (invite to follow) in person or via Webex so all questions and comments
can be addressed to all.
Thank you,
Judy
Judith Sizensky
Project Manager II
Public Transit & Neighborhood Enhancement
Office:239-252-4980
Mobile:239-821-6909
8300 Radio Road
Naples, FL 34104
Judith.Sizensky@collier.gov
My email address has changed. Effective immediately, please update your contact
list to use this new address: Judith.Sizensky@collier.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 4515 of 9661
Unpaved Private Roads MSTU-Final Bid Schedule
RFQ 25-1031-Zone 23
LINE #BID / ITEM NAME UNIT QTY Ajax Paving-FDOT
Grade
Ajax Paving-
Commercial Grade
Coastal Concrete-
FDOT Grade
Coastal Concrete-
Commercial
Grade
Quality Enterprises-
FDOT Grade
Quality Enterprises-
Commercial Grade
1 Mobilization LS 1 $55,845.00 $55,845.00 $55,000.00 $55,000.00 $52,308.58 $52,308.58
2 Maintenance of Traffic
(MOT) Flagger only LS 1 $110,689.85 $110,689.85 $65,000.00 $65,000.00 $26,371.33 $26,371.33
3 Ladybug Ln Mile 1 $97,954.55 $97,704.55 $150,000.00 $144,000.00 $39,446.72 $39,018.34
4 Laertes Ln Mile 0.9 $90,605.92 $90,355.92 $135,000.00 $129,600.00 $44,629.42 $44,136.13
5 Lafayette Ln Mile 1 $97,954.55 $97,704.55 $150,000.00 $144,000.00 $47,540.62 $47,112.24
6 Lager Ln Mile 0.9 $90,605.92 $90,355.92 $140,000.00 $134,400.00 $101,640.81 $101,212.43
7 Sunnygrove Rd Mile 1 $97,954.55 $97,704.55 $150,000.00 $144,000.00 $35,399.77 $34,971.39
8 Tomato Rd Mile 1 $97,954.55 $97,704.55 $150,000.00 $144,000.00 $29,429.83 $29,001.44
$739,564.89 $738,064.89 $995,000.00 $960,000.00 $376,767.08 $374,131.88
Page 4516 of 9661
Unpaved Private Roads MSTU-Final Bid Schedule-Zone 71-RFQ 25-
1101
LINE #BID / ITEM NAME UNIT QTY Ajax Paving-FDOT
Grade
Ajax Paving-
Commercial Grade
Coastal Concrete-
FDOT Grade
Coastal Concrete-
Commercial
Grade
Quality Enterprises-
FDOT Grade
Quality Enterprises-
Commercial Grade
1 Mobilization LS 1 $51,417.40 $51,417.40 $55,000.00 $35,000.00 $53,996.71 $53,996.71
2 Maintenance of Traffic
(MOT) Flagger only LS 1 $110,689.85 $110,689.85 $75,000.00 $75,000.00 $26,502.05 $26,502.05
3 Benton Rd Mile 1.4 $120,931.80 $120,681.80 $210,000.00 $205,800.00 $46,234.27 $45,662.72
4 Birdsong Ln Mile 0.2 $33,554.47 $33,304.47 $40,000.00 $39,200.00 $11,865.46 $11,735.57
5 Della Dr Mile 0.7 $80,103.92 $79,853.92 $125,000.00 $122,500.00 $21,357.83 $21,124.02
6 Frangipani Ave Mile 0.2 $28,037.57 $27,787.57 $40,000.00 $39,200.00 $11,865.46 $11,735.57
7 Ivy Way Mile 0.6 $59,893.61 $59,643.61 $90,000.00 $88,200.00 $26,104.01 $25,818.25
8 Keane Ct Mile 0.2 $28,715.20 $28,465.20 $55,000.00 $53,900.00 $11,865.46 $11,735.57
9 Peach Place Mile 0.2 $-$-$-$-$-$-
10 Woodland Estates Rd Mile 1.0 $99,449.14 $99,199.14 $150,000.00 $147,000.00 $44,474.96 $43,955.38
11 Woodland Grade Rd Mile 1.2 $112,457.69 $112,207.69 $155,000.00 $151,900.00 $44,474.96 $43,955.38
TOTAL BID $725,250.65 $723,250.65$-$995,000.00 $957,700.00$-$298,741.17 $296,221.22
Page 4517 of 9661
Unpaved Private Roads MSTU-Final Bid Schedule-Zone 72 & 73-
RFQ 25-1102
LINE #BID / ITEM NAME UNIT QTY Ajax Paving-FDOT
Grade
Ajax Paving-
Commercial Grade
Coastal Concrete-
FDOT Grade
Coastal Concrete-
Commercial
Grade
Quality Enterprises-
FDOT Grade
Quality Enterprises-
Commercial Grade
1 Mobilization LS 1 $55,845.00 $55,845.00 $55,000.00 $55,000.00 $57,254.42 $57,254.42
2 Maintenance of Traffic
(MOT) Flagger only LS 1 $132,827.82 $132,827.82 $65,000.00 $65,000.00 $27,065.80 $27,065.80
3 Everly Ave Mile 0.9 $88,498.99 $88,248.99 $135,000.00 $128,250.00 $30,843.98 $30,506.32
4 Ivisa Ave Mile 0.2 $33,144.96 $32,894.96 $55,000.00 $52,250.00 $15,911.79 $15,781.92
5 Le Buffs Rd Mile 0.7 $72,196.69 $71,946.69 $105,000.00 $99,750.00 $30,147.48 $29,861.76
6 Markley Ave Mile 1.0 $104,508.20 $104,258.20 $150,000.00 $142,500.00 $39,637.93 $39,248.32
7 Smith Rd Mile 0.4 $37,258.22 $37,008.22 $65,000.00 $61,750.00 $11,863.07 $11,733.20
8 Smith Rd Mile 1.0 $94,390.09 $94,140.09 $145,000.00 $137,750.00 $36,825.58 $35,728.36
9 Washburn Ave Mile 1.0 $97,954.55 $97,704.55 $145,000.00 $137,750.00 $31,457.65 $30,399.39
10 Acremaker Mile 0.5 $63,556.02 $63,306.02 $75,000.00 $71,250.00 $39,307.37 $38,723.03
TOTAL BID $780,180.54 $778,180.54 $995,000.00 $951,250.00 $320,315.07 $316,302.52
Page 4518 of 9661
Unpaved Private Roads MSTU-Final Bid Schedule
Zone 30 & 31-RFQ 25-1103
LINE #BID / ITEM NAME UNIT QTY Ajax Paving-FDOT
Grade
Ajax Paving-
Commercial Grade
Coastal Concrete-
FDOT Grade
Coastal Concrete-
Commercial
Grade
Quality Enterprises-
FDOT Grade
Quality Enterprises-
Commercial Grade
1 Mobilization LS 1 $49,041.83 $49,041.83 $55,000.00 $55,000.00 $71,999.71 $71,999.71
2 Maintenance of Traffic (MOT) Flagger
only LS 1 $110,689.85 $110,689.85 $45,000.00 $45,000.00 $22,530.79 $22,530.79
3 15th Street SE Mile 0.1 $22,686.92 $22,436.92 $25,000.00 $23,750.00 $8,617.76 $8,539.78
4 16th Street SE Mile 0.1 $22,686.92 $22,436.92 $25,000.00 $23,750.00 $8,617.76 $8,539.78
5 Arden Ave Mile 0.2 $32,090.48 $31,840.48 $25,000.00 $23,750.00 $12,752.58 $12,596.61
6 Christian Terr West Mile 0.1 $22,686.92 $22,436.92 $25,000.00 $23,750.00 $8,617.76 $8,539.78
7 Curry Rd Mile 0.2 $32,090.48 $31,840.48 $25,000.00 $23,750.00 $12,312.49 $12,169.52
8 Doak Ave Mile 0.1 $23,364.55 $23,114.55 $50,000.00 $47,500.00 $11,872.41 $11,742.44
9 Little League Rd Mile 0.5 $52,021.51 $51,771.51 $75,000.00 $71,250.00 $30,868.27 $30,530.34
10 S. 5th Street (Immokalee)Mile 0.1 $23,364.55 $23,114.55 $50,000.00 $47,500.00 $8,617.76 $8,539.78
11 S. 8th Street (Immokalee)Mile 0.1 $22,686.92 $22,436.92 $25,000.00 $23,750.00 $16,621.37 $16,439.41
12 O'Quinn Rd Mile 0.5 $55,490.58 $55,240.58 $35,000.00 $33,250.00 $21,370.34 $21,136.39
13 Vireo Ln Mile 0.1 $22,686.92 $22,436.92 $25,000.00 $23,750.00 $8,177.68 $8,112.69
TOTAL BID $491,588.43 $488,838.43 $485,000.00 $465,750.00 $242,976.68 $241,417.02
Page 4519 of 9661
Page 4520 of 9661
Page 4521 of 9661
Page 4522 of 9661
Page 4523 of 9661
Page 4524 of 9661
Page 4525 of 9661
Page 4526 of 9661
Page 4527 of 9661
Page 4528 of 9661
Page 4529 of 9661
Page 4530 of 9661
Page 4531 of 9661
Page 4532 of 9661
Page 4533 of 9661