Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 01/13/2026 Item #16C 2 (Award Invitation to Bid No. 25-8380 to Quality Enterprises USA, Inc., for the Pine Ridge Road & I-75 IQ Main Replacement project)
1/13/2026 Item # 16.C.2 ID# 2025-4884 Executive Summary Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8380 to Quality Enterprises USA, Inc., for the Pine Ridge Road & I-75 IQ Main Replacement project, in the amount of $1,921,026, approve an Owner’s Allowance of $100,000, and authorize the Chair to sign the attached Agreement. (Project Number 70289) OBJECTIVE: The public purpose to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. This action is to relocate an existing 20-inch IQ water pipeline to accommodate the Florida Department of Transportation (“FDOT”) proposed improvements at the Pine Ridge Road and I-75 interchange. CONSIDERATIONS: FDOT is constructing improvements at the Pine Ridge Road and I-75 interchange that require the Collier County Water Sewer District to relocate the existing IQ water main to avoid conflicts with FDOT interchange improvements. The scope of the Pine Ridge Road & I-75 IQ Main Replacement project includes relocating the District’s existing 20" IQ water main from the center median and center divider of Pine Ridge Road to the north side of I-75. The existing 20-inch IQ water main is a critical infrastructure asset designed to preserve operational integrity and meet the projected demand for non-potable irrigation services. The project ensures alignment with FDOT by expediting major I-75 projects, including improvements to the Pine Ridge Road Diamond Interchange. FDOT aims to reduce traffic congestion, enhance safety, improve emergency evacuation times, and support economic growth in the region. On August 1, 2024, Collier County agreed with FDOT to relocate the IQ water main pipeline during the FDOT project’s construction through the approved and signed Utility Work Schedule. On May 19, 2025, the Procurement Services Division issued a Construction Invitation to Bid No. 25-8380, Pine Ridge Road & I-75 IQ Main Replacement, which resulted in receiving seven bids by the July 22, 2025, submission deadline as summarized below: Company Name City County State Amount Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL $1,921,026.00 Yes/Yes Cathcart Construction Company - Florida, LLC Winter Springs Seminole FL $1,979,938.00 Yes/Yes Kyle Construction, Inc. Naples Collier FL $ 2,322,052.00 Yes/Yes Accurate Drilling Systems, Inc. LaBelle Hendry FL $ 2,376,650.00 Yes/Yes Metro Equipment Service, Inc. Miami Mami-Dade FL $ 2,435,075.00 Yes/Yes Andrew Site Work, LLC Fort Myers Lee FL $ 2,547,140.50 Yes/Yes Mitchell & Stark Construction Co., Inc. Naples Collier FL $ 2,598,080.00 Yes/Yes Staff reviewed the bids and determined that Quality Enterprises USA, Inc. (“QE”) is the responsive and responsible low bidder. Staff recommends that the attached Agreement be awarded to QE in its low bid amount of $1,921,026. In addition to the total bid amount, staff has allocated $100,000 as an Owner’s Allowance to address potential unforeseen site conditions that may be encountered during construction, which will be included in the Purchase Order. The allowance will be used only as directed by the County, with the contractor submitting proper supporting documentation for any additional work authorized and performed under the allowance The County’s engineering consultant, Johnson Engineering, evaluated the bid and determined that QE met all the qualifications required for this project and submitted a responsive and responsible bid. QE’s bid is approximately 41% lower than Johnson’s $2,712,500 opinion of probable cost (OPC) for the work. QE has a current and active registration with the Florida Department of Business and Professional Regulation as a Construction Business and is a Certified Underground Utility & Excavation Contractor. Page 8413 of 14062 1/13/2026 Item # 16.C.2 ID# 2025-4884 This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance, as well as use the Annual Update and Inventory Report and other planning tools to establish and implement plans that concurrently provide public infrastructure. FISCAL IMPACT: Funding is available within the Wastewater User Fee Capital Project Fund (4014), Project Number 70289. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATION(S): To award Invitation to Bid No. 25-8380 to Quality Enterprises USA, Inc., for the Pine Ridge Road & I-75 IQ Main Replacement project, in the amount of $1,921,026, approve an Owner’s Allowance of $100,000, and authorize the Chair to sign the attached Agreement. (Project Number 70289) PREPARED BY: Lourdes Santiago, EI, Project Manager III, Public Utilities Department, Engineering and Project Management Division. ATTACHMENTS: 1. 25-8380 Pine Ridge & I75 Replacement Contract 2. 25-8380 DELORA 3. 25-8380 NORA 4. 25-8380 Quality COI exp.7.1.26 5. 25-8380 Bid Tabulation Page 8414 of 14062 Page 8415 of 14062 Page 8416 of 14062 Page 8417 of 14062 Page 8418 of 14062 Page 8419 of 14062 Page 8420 of 14062 Page 8421 of 14062 Page 8422 of 14062 Page 8423 of 14062 Page 8424 of 14062 Page 8425 of 14062 Page 8426 of 14062 Page 8427 of 14062 Page 8428 of 14062 Page 8429 of 14062 Page 8430 of 14062 Page 8431 of 14062 Page 8432 of 14062 Page 8433 of 14062 Page 8434 of 14062 Page 8435 of 14062 Page 8436 of 14062 Page 8437 of 14062 Page 8438 of 14062 Page 8439 of 14062 Page 8440 of 14062 Page 8441 of 14062 Page 8442 of 14062 Page 8443 of 14062 Page 8444 of 14062 Page 8445 of 14062 Page 8446 of 14062 Page 8447 of 14062 Page 8448 of 14062 Page 8449 of 14062 Page 8450 of 14062 Page 8451 of 14062 Page 8452 of 14062 Page 8453 of 14062 Page 8454 of 14062 Page 8455 of 14062 Page 8456 of 14062 Page 8457 of 14062 Page 8458 of 14062 Page 8459 of 14062 Page 8460 of 14062 Page 8461 of 14062 Page 8462 of 14062 Page 8463 of 14062 Page 8464 of 14062 Page 8465 of 14062 Page 8466 of 14062 Page 8467 of 14062 Page 8468 of 14062 Page 8469 of 14062 Page 8470 of 14062 Page 8471 of 14062 Page 8472 of 14062 Page 8473 of 14062 Page 8474 of 14062 Page 8475 of 14062 Page 8476 of 14062 Page 8477 of 14062 Page 8478 of 14062 Page 8479 of 14062 Page 8480 of 14062 Page 8481 of 14062 Page 8482 of 14062 Page 8483 of 14062 Page 8484 of 14062 Page 8485 of 14062 Page 8486 of 14062 Page 8487 of 14062 Page 8488 of 14062 Page 8489 of 14062 Page 8490 of 14062 Page 8491 of 14062 Page 8492 of 14062 Page 8493 of 14062 Page 8494 of 14062 Page 8495 of 14062 Page 8496 of 14062 Page 8497 of 14062 Page 8498 of 14062 Page 8499 of 14062 Page 8500 of 14062 Page 8501 of 14062 Page 8502 of 14062 Page 8503 of 14062 Page 8504 of 14062 Page 8505 of 14062 Page 8506 of 14062 Page 8507 of 14062 Page 8508 of 14062 Page 8509 of 14062 Page 8510 of 14062 Page 8511 of 14062 Page 8512 of 14062 Page 8513 of 14062 Page 8514 of 14062 Page 8515 of 14062 Page 8516 of 14062 Page 8517 of 14062 Page 8518 of 14062 Page 8519 of 14062 Page 8520 of 14062 Page 8521 of 14062 Page 8522 of 14062 Page 8523 of 14062 Page 8524 of 14062 Page 8525 of 14062 Page 8526 of 14062 Page 8527 of 14062 Page 8528 of 14062 Page 8529 of 14062 Page 8530 of 14062 Page 8531 of 14062 Page 8532 of 14062 Page 8533 of 14062 Page 8534 of 14062 Page 8535 of 14062 Page 8536 of 14062 Page 8537 of 14062 Page 8538 of 14062 Page 8539 of 14062 Page 8540 of 14062 Page 8541 of 14062 Page 8542 of 14062 Page 8543 of 14062 Page 8544 of 14062 Page 8545 of 14062 Page 8546 of 14062 Page 8547 of 14062 Page 8548 of 14062 Page 8549 of 14062 Page 8550 of 14062 Page 8551 of 14062 Page 8552 of 14062 Page 8553 of 14062 Page 8554 of 14062 Page 8555 of 14062 Page 8556 of 14062 Page 8557 of 14062 Page 8558 of 14062 Page 8559 of 14062 Page 8560 of 14062 Page 8561 of 14062 Page 8562 of 14062 Page 8563 of 14062 Page 8564 of 14062 Page 8565 of 14062 Page 8566 of 14062 Page 8567 of 14062 Page 8568 of 14062 Page 8569 of 14062 Page 8570 of 14062 Page 8571 of 14062 Page 8572 of 14062 Page 8573 of 14062 Page 8574 of 14062 Page 8575 of 14062 Page 8576 of 14062 Page 8577 of 14062 Page 8578 of 14062 Page 8579 of 14062 Page 8580 of 14062 Page 8581 of 14062 Page 8582 of 14062 Page 8583 of 14062 Page 8584 of 14062 Page 8585 of 14062 Page 8586 of 14062 Page 8587 of 14062 Page 8588 of 14062 Page 8589 of 14062 Page 8590 of 14062 Page 8591 of 14062 Page 8592 of 14062 2122 Johnson Street ■ Fort Myers, Florida 33902-1550 (239) 334-0046 ■ Fax (239) 334-3661 20203067-044 August 19, 2025 Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Design Entity Letter of Recommended Award Solicitation No 25-8380 – Pine Ridge Road & I-75 IQ Main Replacement Dear Procurement Strategist: The bid opening for the above-referenced project took place on July 22nd, 2025. Collier County provided the Bid Tabulation results to Johnson Engineering, LLC (EOR), and we performed an evaluation of the low bidder’s bid. Our recommendation is contained herein. The scope of the Pine Ridge Road & I-75 IQ Main Replacement project includes relocating the County’s existing 20" IQ water main located along the center median and center divider of Pine Ridge Road on either side of I-75 that will conflict with FDOT’s interchange improvement project. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is Quality Enterprises USA Inc. with a bid of $1,921,026.00. Johnson Engineering was provided with the bid Schedule for Quality Enterprises USA Inc. Quality Enterprises USA Inc. bid is approximately 41% lower than the Engineer’s Opinion of Probable Construction Cost (OPC) of $2,712,500.00. For reference, the Engineer’s OPC was 4% higher than the high bid received, and 17% higher than the average of all the bids received. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by Quality Enterprises USA Inc. were all contacted, Johnson Engineering determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Collier County included a Contractor’s Qualification in the solicitation for bid. Johnson Engineering verified the reference project provided by Quality Enterprises USA Inc. for the Design-Build I-75 and Collier Blvd Utility Relocation completed in Collier County in 2021 meets the below Contractor’s Qualification. • Contractor’s Qualification: Experience performing large diameter utility main construction (12” or larger) within a FDOT Right of Way, including installation of a single horizontal directional drill of at least 1,000 linear feet in length underneath a FDOT roadway. Provide at least one (1) reference project within the last ten (10) years. Quality Enterprises USA Inc. is a Corporation formed in 1969 in the State of Virginia and has been authorized to transact business in the State of Florida since 1996. Quality Enterprises USA Inc. is registered with the Florida Department of Business and Professional Regulation as a Construction Business with a Certified Underground Utility & Excavation Contractor, which registrations are current and active. Page 8593 of 14062 Collier County Procurement Services 8/19/2025 RE: DELORA for Solicitation No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement 20203067-044 Based upon the Bid Tabulation Analysis performed by Collier County, the research performed by Johnson Engineering, and past work experience verified by the vendor’s references, we find that Quality Enterprises USA Inc. appears to be a responsive and responsible bidder. Subject to concurrence with Collier County’s Purchasing and Contracts Administration Division, and Quality Enterprises USA Inc., furnishing the appropriate bonding and other required insurances, we believe their selection by Collier County in the amount of $1,921,026.00 for the intended work contained within the bid documents to be the appropriate choice. Should you have any questions, or require additional information, please feel free to contact our office. Sincerely, William H. Saum, P.E. Senior Project Manager Attachments: Bid Tabulation Quality Enterprises USA Inc., Bid Submittal Page 8594 of 14062 ITEM NO.DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (Limited to a Max of 10% of the Subtotal Base Bid)1 LS 192,102.00$ 192,102.00$ 144,000.00$ 144,000.00$ 211,000.00$ 211,000.00$ 125,000.00$ 125,000.00$ 240,000.00$ 240,000.00$ 199,000.00$ 199,000.00$ 190,000.00$ 190,000.00$ 240,000.00$ 240,000.00$ 2 Maintenance of Vehicular and Pedestrian Traffic 1 LS 25,985.00$ 25,985.00$ 19,000.00$ 19,000.00$ 30,000.00$ 30,000.00$ 77,000.00$ 77,000.00$ 4,500.00$ 4,500.00$ 158,200.00$ 158,200.00$ 70,000.00$ 70,000.00$ 100,000.00$ 100,000.00$ 3 Survey Layout & Record Drawings 1 LS 28,029.00$ 28,029.00$ 19,703.00$ 19,703.00$ 5,500.00$ 5,500.00$ 13,000.00$ 13,000.00$ 16,000.00$ 16,000.00$ 19,715.00$ 19,715.00$ 13,350.00$ 13,350.00$ 30,000.00$ 30,000.00$ 4 Pre-Construction Video Recording 1 LS 1,815.00$ 1,815.00$ 2,900.00$ 2,900.00$ 1,800.00$ 1,800.00$ 1,350.00$ 1,350.00$ 3,000.00$ 3,000.00$ 16,000.00$ 16,000.00$ 6,000.00$ 6,000.00$ 4,000.00$ 4,000.00$ 247,931.00$ 185,603.00$ 248,300.00$ 216,350.00$ 263,500.00$ 392,915.00$ 279,350.00$ 374,000.00$ SECTION 2: IQ WATER SYSTEM ITEM NO.DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 5 Furnish and Install 20" PVC DR18 IQ Water Main Pipeline Via Open-Cut 975 LF 351.00$ 342,225.00$ 365.00$ 355,875.00$ 224.00$ 218,400.00$ 380.00$ 370,500.00$ 345.00$ 336,375.00$ 694.10$ 676,747.50$ 356.00$ 347,100.00$ 450.00$ 438,750.00$ 6 Furnish and Install 24" HDPE DR7 IQ Water Main Pipeline Via Horizontal Directional Drill (STA 125+89 to STA 149+10), Wire Line Required 1 LS 1,080,955.00$ 1,080,955.00$ 1,159,000.00$ 1,159,000.00$ 1,583,702.00$ 1,583,702.00$ 1,369,700.00$ 1,369,700.00$ 1,566,000.00$ 1,566,000.00$ 1,186,064.00$ 1,186,064.00$ 1,631,075.00$ 1,631,075.00$ 1,316,000.00$ 1,316,000.00$ 7 Furnish and Install 20" IQ Water Gate Valves 5 EA 21,492.00$ 107,460.00$ 21,680.00$ 108,400.00$ 25,000.00$ 125,000.00$ 23,560.00$ 117,800.00$ 17,400.00$ 87,000.00$ 19,286.00$ 96,430.00$ 23,090.00$ 115,450.00$ 18,000.00$ 90,000.00$ 8 Furnish and Install Leak Detection Assembly 1 EA 6,300.00$ 6,300.00$ 7,844.00$ 7,844.00$ 5,200.00$ 5,200.00$ 6,880.00$ 6,880.00$ 2,900.00$ 2,900.00$ 4,313.00$ 4,313.00$ 8,250.00$ 8,250.00$ 7,000.00$ 7,000.00$ 9 Furnish and Install IQ Water Air Release Valve 3 EA 5,718.00$ 17,154.00$ 6,478.00$ 19,434.00$ 3,400.00$ 10,200.00$ 6,515.00$ 19,545.00$ 14,900.00$ 44,700.00$ 4,116.00$ 12,348.00$ 6,770.00$ 20,310.00$ 7,000.00$ 21,000.00$ 10 Connect to Existing 20" IQ Main (West side)1 EA 15,566.00$ 15,566.00$ 8,129.00$ 8,129.00$ 15,000.00$ 15,000.00$ 68,315.00$ 68,315.00$ 29,700.00$ 29,700.00$ 40,683.00$ 40,683.00$ 20,565.00$ 20,565.00$ 30,000.00$ 30,000.00$ 11 Connect to Existing 20" Gate Valve (East side)1 EA 7,678.00$ 7,678.00$ 4,988.00$ 4,988.00$ 15,000.00$ 15,000.00$ 16,760.00$ 16,760.00$ 11,900.00$ 11,900.00$ 12,900.00$ 12,900.00$ 14,730.00$ 14,730.00$ 15,000.00$ 15,000.00$ 12 Abandon and Grout Ex. 20" PVC IQ Main 2,850 LF 31.00$ 88,350.00$ 44.00$ 125,400.00$ 35.00$ 99,750.00$ 60.00$ 171,000.00$ 32.00$ 91,200.00$ 42.50$ 121,125.00$ 45.00$ 128,250.00$ 145.00$ 413,250.00$ 13 Demo Ex. IQ Valve Lid, Collar, and Valve Box, Bury Ex. Valve 3 EA 2,469.00$ 7,407.00$ 1,755.00$ 5,265.00$ 500.00$ 1,500.00$ 6,600.00$ 19,800.00$ 600.00$ 1,800.00$ 1,205.00$ 3,615.00$ 11,000.00$ 33,000.00$ 2,500.00$ 7,500.00$ 1,673,095.00$ 1,794,335.00$ 2,073,752.00$ 2,160,300.00$ 2,171,575.00$ 2,154,225.50$ 2,318,730.00$ 2,338,500.00$ SUMMARY 247,931.00$ 185,603.00$ 248,300.00$ 216,350.00$ 263,500.00$ 392,915.00$ 279,350.00$ 374,000.00$ 1,673,095.00$ 1,794,335.00$ 2,073,752.00$ 2,160,300.00$ 2,171,575.00$ 2,154,225.50$ 2,318,730.00$ 2,338,500.00$ 1,921,026.00$ 1,979,938.00$ 2,322,052.00$ 2,376,650.00$ 2,435,075.00$ 2,547,140.50$ 2,598,080.00$ 2,712,500.00$ Opened By: Rita Iglesias Witnessed By: Dania Guerrero Date: July 22, 2025, 3:00 PM EST YES YESYESAddendums (5)YES YES YES *NO YES YES YES YES YES YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES YES Project Manager: Lourdes Santiago Procurement Strategist: Rita Iglesias Notifications Sent: 3,133 Viewed: 1,457 Bids Received: 7 YES YES YES YES YESYES YES YES YES/NO Andrew Site Work, LLC YES YES YES YES YES YES Statement of Experience (Form 5)YES YES YES YES YES Underground Utility Contractor AND Excavation Contractor License YES YES YES YES YES SunBiz YES YES YES YES YES W-9 YES YES YES YES YES YES Business Tax Receipt YES NO YES YES NO E-Verify YES YES YES YES YES Immigration Affidavit Certification (Form 11)YES YES YES YES YES Vendor Declaration Statement (Form 10)YES YES YES YES YES Conflict of Interest Affidavit (Form 9)YES YES YES YES YES Insurance and Bonding Requirements (Form 8)YES YES YES YES Bid Bond (Form 7)YES YES *YES YES YES Trench Safety Act knowledgement (Form 6)YES YES YES YES List of Major Subcontractors (Form 4)YES YES YES YES YES Material Manufacturers (Form 3)YES YES YES YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YES YES YES YES Bid Response Form (Form 1)YES YES YES YES YES Bid Schedule YES YES YES YES *Staff has allocated $100,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Quality Enterprises USA, Inc.Cathcart Construction Company - Florida, LLC Kyle Construction, Inc.ENGINEER SECTION 2 IQ WATER SYSTEM: SUBTOTAL BASE BID: Metro Equipment Service, Inc. REQUIRED FORMS AND DOCUMENTS YES/NO YES/NO YES/NO YES/NO YES/NO Quality Enterprises USA, Inc. Cathcart Construction Company - Florida, LLC Kyle Construction, Inc.Accurate Drilling Systems, Inc. YES/NO Mitchell & Stark Construction CO., Inc. Pine Ridge Road & I-75 IQ Main Replacement Accurate Drilling Systems, Inc. Metro Equipment Service, Inc.Andrew Site Work, LLC Mitchell & Stark Construction Co., Inc. Construction ITB No. 25-8380 Bid Tabulation SECTION 1: GENERAL SECTION 1 GENERAL: SECTION 1 SUBTOTAL: SECTION 2 SUBTOTAL: Page 8595 of 14062 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement RESPONSE DEADLINE: July 22, 2025 at 3:00 pm Report Generated: Tuesday, July 22, 2025 Quality Enterprises USA, Inc. Response CONTACT INFORMATION Company: Quality Enterprises USA, Inc. Email: lgaudio@qeusa.com Contact: Louis Gaudio Address: 3494 Shearwater St Naples, FL 34117 Phone: N/A Website: www.qeusa.com Submission Date: Jul 22, 2025 8:11 AM (Eastern Time) Page 8596 of 14062 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Pine Ridge Road & I-75 IQ Main Replacement Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jul 9, 2025 6:50 PM by Louis Gaudio Addendum #2 Confirmed Jul 9, 2025 6:51 PM by Louis Gaudio Addendum #3 Confirmed Jul 9, 2025 6:51 PM by Louis Gaudio Addendum #4 Confirmed Jul 18, 2025 12:50 PM by Louis Gaudio Addendum #5 Confirmed Jul 18, 2025 12:50 PM by Louis Gaudio QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Construction Bid Instructions Form* Construction Bid Instructions have been acknowledged and accepted. Page 8597 of 14062 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Pine Ridge Road & I-75 IQ Main Replacement Page 3 Confirmed 4. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Collier County Required Forms BID SCHEDULE* Please Upload in Excel format. 5.1_-_25-8380_-_Bid_Schedule.xlsx BID RESPONSE FORM (FORM 1)* 5.2_-_Bid_Response_Form_(Form_1).pdf CONTRACTOR'S KEY PERSONNEL (FORM 2)* 5.3_-_Contractor's_Key_Personnel_Assigned_To_The_Project_(Form_2).pdf MATERIAL MANUFACTURERS (FORM 3)* 5.4_-_Material_Manufacturers_(Form_3).pdf LIST OF MAJOR SUBCONTRACTORS (FORM 4)* 5.5_-_List_of_Major_Subcontractors_(Form_4).pdf STATEMENT OF EXPERIENCE OF BIDDER (FORM 5)* 5.6_-_Statement_of_Experience_of_Bidder_(Form_5).pdf TRENCH SAFETY ACT (FORM 6)* 5.7_-_Trench_Safety_Act_(Form_6).pdf Page 8598 of 14062 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Pine Ridge Road & I-75 IQ Main Replacement Page 4 BID BOND FORM (FORM 7)* 5.8_-_Bid_Bond_(Form_7).pdf INSURANCE AND BONDING REQUIREMENTS (FORM 8)* 5.9_-_Insurance_and_Bonding_Requirements_(Form_8).pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 9)* 5.10_-_Conflict_of_Interest_Affidavit_(Form_9).pdf VENDOR DECLARATION STATEMENT (FORM 10)* 5.11_-_Vendor_Declaration_Statement_(Form_10).pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 11)* 5.12_-_Immigration_Affidavit_Certification_(Form_11).pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING** E_Verify.pdf IF APPLICABLE, GRANTS PROVISION PACKAGE No response submitted BUSINESS TAX RECEIPT Collier_County_Business_Tax.pdf CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN STATE OF FLORIDA (SUNBIZ.ORG)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. FL_Authorization.pdf SunBiz.pdf ANY REQUIRED LICENSE(S) - VALID AND CURRENT* Page 8599 of 14062 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8380 Pine Ridge Road & I-75 IQ Main Replacement [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Pine Ridge Road & I-75 IQ Main Replacement Page 5 FL_License_-_Building_Contractor.pdf FL_License_-_Underground.pdf FDOT.pdf W-9 FORM* W-9.pdf SIGNED ADDENDUMS (IF APPLICABLE) Pine_Ridge_Rd_I-75_IQ_Main_Replacement_Addendums_1-3.pdf Pine_Ridge_Rd_I-75_IQ_Main_Replacement_Addendums_4-5.pdf MISCELLANEOUS DOCUMENTS No response submitted PRICE TABLES TOTAL BID Please Submit Completed Bid Schedule Via Microsoft Excel Line Item Description Quantity Unit of Measure Unit Cost Total 1 Total Bid Amount 1 EA $1,925,859.00 $1,925,859.00 TOTAL $1,925,859.00 Page 8600 of 14062 Page 8601 of 14062 Page 8602 of 14062 Chris Speros Ty Ewart Page 8603 of 14062 Page 8604 of 14062 Page 8605 of 14062 Page 8606 of 14062 Page 8607 of 14062 Page 8608 of 14062 Page 8609 of 14062 Page 8610 of 14062 Page 8611 of 14062 Page 8612 of 14062 Page 8613 of 14062 06/27/2025 Brown & Brown Insurance Services, Inc. 9617 Gulf Research Ln Suite 202 Ft. Myers FL 33912 Lorie Frost (239) 261-3000 (239) 261-8265 Lorie.Frost@bbrown.com Quality Enterprises USA, Inc 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company Ascot Insurance Company 23752 7/1/25 -10/1/25 Quality A Y Y DT-CO-5Y263932-PHX-25 07/01/2025 10/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 Employee Benefits 2,000,000 B Y Y 810-5Y316801-25-26-G 07/01/2025 10/01/2025 1,000,000 Medical payments 5,000 B 10,000 CUP-5Y325127-25-26 07/01/2025 10/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2025 07/01/2026 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (Incl Cranes)IMMA2410001746-03 07/01/2025 07/01/2026 Blkt limit / Ded: 2%$50,000,000 Ded: 2% / 5% Cranes $500,000 Install Floater Project Lmt $200,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 8614 of 14062 Quality Enterprises USA, Inc 00642837 Brown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Lexington Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #015136706 Eff: 07/01/2025-07/01/2026 F: Indemnity National Ins - Secondary Excess Liability: $3MIL Occurrence and $3MIL Aggregate Excess of $2MIL #XS0001651 24 Eff: 07/01/2025-10/01/2025 G: Ascot Specialty - Third Excess Liabililty layer: $5MIL Occurrence $5MIL Aggregate Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2025-10/01/2025 H: Homsite Assurance -Fourth Excess Liabillity layer: $5MIL Occurence $5MIL Aggregate Excess of $10MIL #CXP-036064-00 Eff: 07/01/2025-10/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 8615 of 14062 Page 8616 of 14062 Page 8617 of 14062 Page 8618 of 14062 Page 8619 of 14062 Page 8620 of 14062 Page 8621 of 14062 Page 8622 of 14062 Page 8623 of 14062 Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation QUALITY ENTERPRISES USA, INC. Filing Information F95000002550 54-0947002 05/25/1995 VA ACTIVE Principal Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Mailing Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 12/04/2017 Address Changed: 12/04/2017 Officer/Director Detail Name & Address Title President & Director MURRELL, HOWARD J, Jr. 3494 SHEARWATER STREET NAPLES, FL 34117 Title Secretary D C Florida Department of State 5/28/25, 11:09 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=QUALITY…1/3Page 8624 of 14062 MURRELL, STACEY L 3494 Shearwater Street NAPLES, FL 34117-8414 Title Chief Information Officer / Assistant Secretary Murrell, Allison B 3494 Shearwater Street NAPLES, FL 34117-8414 Title VP Gaudio, Louis J 3494 SHEARWATER STREET NAPLES, FL 34117 Title Construction Technology Manager Murrell, III, Howard J 3494 SHEARWATER STREET NAPLES, FL 34117 Title Director of Risk Management Murrell, Rachel S 3494 SHEARWATER STREET NAPLES, FL 34117 Annual Reports Report Year Filed Date 2023 01/23/2023 2024 02/10/2024 2025 01/31/2025 Document Images 01/31/2025 -- ANNUAL REPORT View image in PDF format 02/10/2024 -- ANNUAL REPORT View image in PDF format 01/23/2023 -- ANNUAL REPORT View image in PDF format 01/20/2022 -- ANNUAL REPORT View image in PDF format 02/03/2021 -- ANNUAL REPORT View image in PDF format 02/10/2020 -- AMENDED ANNUAL REPORT View image in PDF format 01/15/2020 -- ANNUAL REPORT View image in PDF format 02/11/2019 -- AMENDED ANNUAL REPORT View image in PDF format 01/07/2019 -- ANNUAL REPORT View image in PDF format 01/24/2018 -- ANNUAL REPORT View image in PDF format 12/04/2017 -- Reg. Agent Change View image in PDF format 07/21/2017 -- AMENDED ANNUAL REPORT View image in PDF format 05/02/2017 -- AMENDED ANNUAL REPORT View image in PDF format 02/06/2017 -- ANNUAL REPORT View image in PDF format 5/28/25, 11:09 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=QUALITY…2/3Page 8625 of 14062 01/25/2016 -- ANNUAL REPORT View image in PDF format 01/29/2015 -- ANNUAL REPORT View image in PDF format 01/08/2014 -- ANNUAL REPORT View image in PDF format 01/09/2013 -- ANNUAL REPORT View image in PDF format 01/06/2012 -- ANNUAL REPORT View image in PDF format 11/08/2011 -- Reg. Agent Change View image in PDF format 01/27/2011 -- ANNUAL REPORT View image in PDF format 02/05/2010 -- ANNUAL REPORT View image in PDF format 01/14/2009 -- ANNUAL REPORT View image in PDF format 09/26/2008 -- ANNUAL REPORT View image in PDF format 01/24/2008 -- ANNUAL REPORT View image in PDF format 02/05/2007 -- ANNUAL REPORT View image in PDF format 01/23/2006 -- ANNUAL REPORT View image in PDF format 01/12/2005 -- ANNUAL REPORT View image in PDF format 01/29/2004 -- ANNUAL REPORT View image in PDF format 02/06/2003 -- ANNUAL REPORT View image in PDF format 06/13/2002 -- ANNUAL REPORT View image in PDF format 02/06/2002 -- ANNUAL REPORT View image in PDF format 04/03/2001 -- ANNUAL REPORT View image in PDF format 08/28/2000 -- ANNUAL REPORT View image in PDF format 04/30/1999 -- ANNUAL REPORT View image in PDF format 02/03/1998 -- ANNUAL REPORT View image in PDF format 04/21/1997 -- ANNUAL REPORT View image in PDF format 05/01/1996 -- ANNUAL REPORT View image in PDF format 05/25/1995 -- DOCUMENTS PRIOR TO 1997 View image in PDF format Florida Department of State, Division of Corporations 5/28/25, 11:09 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=QUALITY…3/3Page 8626 of 14062 Page 8627 of 14062 Page 8628 of 14062 Page 8629 of 14062 07/15/2025 Page 8630 of 14062 Addendum #1 Date: June 5, 2025 From: Rita Iglesias, Procurement Strategist Email: Rita.Iglesias@colliercountyfl.gov Telephone: (239) 252-1033 To:Interested Bidders Subject: Addendum #1 Solicitation #25-8380 – Pine Ridge Road & I-75 IQ Main Replacement The following changes are made to the above-mentioned Collier County solicitation. Strikethroughs are deletions, and underlines are additions: Change 1: Construction Bid Instructions Form will be replaced with Construction Bid Instructions Form 2025 Rev. 2 If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature)Date (Name of Firm) Quality Enterprises USA, Inc. 06/05/2025 Page 8631 of 14062 Addendum #2 Date: June 11, 2025 From: Rita Iglesias, Procurement Strategist Email: Rita.Iglesias@CollierCountyFL.gov Telephone: (239)252-1033 To:Interested Bidders Subject: Addendum #2 Solicitation #25-8380 Pine Ridge Road & I-75 IQ Main Replacement The following changes are made to the above-mentioned Collier County solicitation. Strikethroughs are deletions, and underlines are additions: The following plan changes are a result of the FDOT Utility Permit requirements. Change 1: 25-8380 Exhibit M IQ Main Plans S&S will be replaced with 25-8380 Exhibit M IQ Main Plans S&S R1 Revision 1: The minimum depth of cover over the IQ Water Main in the open cut sections were revised from 30 to 36 of cover. Revision 1: The label Abandon and Grout for the existing 20 IQ water main was revised to be Retire and Grout in Place. This change does not change the scope of work for this construction activity. Revision 2: The scale bars on Plan Sheet 3 and Plan Sheet 4 were corrected. Addition 1: 25-8352 Exhibit K - FDOT Utility Permit No. 2025-H-192-00087 The FDOT Utility Permit was issued to Collier County and is included with this Addendum #1. The contractor is responsible for meeting the requirements and conditions identified in the permit. This permit is to be added to Project Manual Section 7.3. Addition 2: 25-8352 Exhibit K - SFWMD ROW Permit No. 17318-R The SFWMD ROW Permit was issued to Collier County and is included with this Addendum #1. The contractor is responsible for meeting the requirements and conditions identified in the permit. This permit is to be added to Project Manual Section 7.4. Page 8632 of 14062 If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Louis J. Gaudio, Vice President 06/11/2025 Page 8633 of 14062 Addendum #3 Date: June 24, 2025 From: Rita Iglesias, Procurement Strategist Email: Rita.Iglesias@CollierCountyFL.gov Telephone: (239)252-1033 To: Interested Bidders Subject: Addendum #3 Solicitation #25-8380 – Pine Ridge Road & I-75 IQ Main Replacement The following changes are made to the above-mentioned Collier County solicitation. Strikethroughs are deletions, and underlines are additions: Change 1:Bid Due Date: BID OPENING DAY/DATE/TIME: Thursday, July 3, 2025, at 3:00 PM EST and is extended to Tuesday July 15, 2025, at 3:00 PM EST If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature)Date (Name of Firm) Louis J. Gaudio, Vice President 06/24/2025 Quality Enterprises USA, Inc. Page 8634 of 14062 Pine Ridge Rd I-75 IQ Main Replacement Addendums For Signature Final Audit Report 2025-07-14 Created:2025-07-11 By:Kathleen Kelly (kkelly@qeusa.com) Status:Signed Transaction ID:CBJCHBCAABAAbRlC2hWuzLJjGNGK3AWbjrrp9z914sV4 "Pine Ridge Rd I-75 IQ Main Replacement Addendums For Sig nature" History Document created by Kathleen Kelly (kkelly@qeusa.com) 2025-07-11 - 7:50:27 PM GMT Document emailed to Louis Gaudio (lgaudio@qeusa.com) for signature 2025-07-11 - 7:51:03 PM GMT Email viewed by Louis Gaudio (lgaudio@qeusa.com) 2025-07-11 - 7:52:32 PM GMT Email viewed by Louis Gaudio (lgaudio@qeusa.com) 2025-07-14 - 4:34:44 PM GMT Document e-signed by Louis Gaudio (lgaudio@qeusa.com) Signature Date: 2025-07-14 - 4:45:13 PM GMT - Time Source: server Agreement completed. 2025-07-14 - 4:45:13 PM GMT Page 8635 of 14062 Page 8636 of 14062 Page 8637 of 14062 Notice of Recommended Award Solicitation: 25-8380 Title: Pine Ridge Road & I-75 IQ Main Replacement Due Date and Time: July 22nd, 2025, at 3:00 PM EST Bidders: Company Name City County State Total Bid Amount Responsive/Responsible Quality Enterprises USA, Inc. Naples Collier FL $1,921,026.00 Yes/Yes Cathcart Construction Company – Florida, LLC Winter Springs Seminole FL $1,979,938.00 Yes/Yes Kyle Construction, Inc. Naples Collier FL $2,322,052.00 Yes/Yes Accurate Drilling Systems, Inc. Labelle Hendry FL $2,376,650.00 Yes/Yes Metro Equipment Service, Inc. Miami Miami-Dade FL $2,435,075.00 Yes/Yes Andrew Site Work, LLC Fort Myers Lee FL $2,547,140.50 Yes/Yes Mitchell & Stark Construction Co., Inc. Naples Collier FL $2,598,080.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Bidder For Award: On May 19, 2025, the Procurement Services Division issued a Construction Invitation to Bid (ITB) No. 25-8380, Pine Ridge Road & I-75 IQ Main Replacement, to three thousand one hundred and thirty-three (3,133) vendors. One thousand four hundred and fifty-seven (1,457) viewed the bid package, and the County received seven (7) bids by July 22, 2025, the submission deadline. Staff reviewed the bids received, and all seven (7) bidders were deemed responsive and responsible as shown above. Staff determined that Quality Enterprises USA, Inc., is the lowest responsive and responsible bidder. Staff recommend the contract be awarded to Quality Enterprises USA, Inc., the lowest responsive and responsible bidder, based on the award of the Total Bid Amount for a total of $1,921,026.00. In addition to the total bid amount, staff has allocated $100,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: FE6B0E18-B4CE-457E-B182-C35B371B8655 8/27/2025 8/27/2025 8/27/2025 Page 8638 of 14062 Page 8639 of 14062 Page 8640 of 14062 Page 8641 of 14062 ITEM NO.DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization (Limited to a Max of 10% of the Subtotal Base Bid)1 LS 192,102.00$ 192,102.00$ 144,000.00$ 144,000.00$ 211,000.00$ 211,000.00$ 125,000.00$ 125,000.00$ 240,000.00$ 240,000.00$ 199,000.00$ 199,000.00$ 190,000.00$ 190,000.00$ 240,000.00$ 240,000.00$ 2 Maintenance of Vehicular and Pedestrian Traffic 1 LS 25,985.00$ 25,985.00$ 19,000.00$ 19,000.00$ 30,000.00$ 30,000.00$ 77,000.00$ 77,000.00$ 4,500.00$ 4,500.00$ 158,200.00$ 158,200.00$ 70,000.00$ 70,000.00$ 100,000.00$ 100,000.00$ 3 Survey Layout & Record Drawings 1 LS 28,029.00$ 28,029.00$ 19,703.00$ 19,703.00$ 5,500.00$ 5,500.00$ 13,000.00$ 13,000.00$ 16,000.00$ 16,000.00$ 19,715.00$ 19,715.00$ 13,350.00$ 13,350.00$ 30,000.00$ 30,000.00$ 4 Pre-Construction Video Recording 1 LS 1,815.00$ 1,815.00$ 2,900.00$ 2,900.00$ 1,800.00$ 1,800.00$ 1,350.00$ 1,350.00$ 3,000.00$ 3,000.00$ 16,000.00$ 16,000.00$ 6,000.00$ 6,000.00$ 4,000.00$ 4,000.00$ 247,931.00$ 185,603.00$ 248,300.00$ 216,350.00$ 263,500.00$ 392,915.00$ 279,350.00$ 374,000.00$ SECTION 2: IQ WATER SYSTEM ITEM NO.DESCRIPTION QTY UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 5 Furnish and Install 20" PVC DR18 IQ Water Main Pipeline Via Open-Cut 975 LF 351.00$ 342,225.00$ 365.00$ 355,875.00$ 224.00$ 218,400.00$ 380.00$ 370,500.00$ 345.00$ 336,375.00$ 694.10$ 676,747.50$ 356.00$ 347,100.00$ 450.00$ 438,750.00$ 6 Furnish and Install 24" HDPE DR7 IQ Water Main Pipeline Via Horizontal Directional Drill (STA 125+89 to STA 149+10), Wire Line Required 1 LS 1,080,955.00$ 1,080,955.00$ 1,159,000.00$ 1,159,000.00$ 1,583,702.00$ 1,583,702.00$ 1,369,700.00$ 1,369,700.00$ 1,566,000.00$ 1,566,000.00$ 1,186,064.00$ 1,186,064.00$ 1,631,075.00$ 1,631,075.00$ 1,316,000.00$ 1,316,000.00$ 7 Furnish and Install 20" IQ Water Gate Valves 5 EA 21,492.00$ 107,460.00$ 21,680.00$ 108,400.00$ 25,000.00$ 125,000.00$ 23,560.00$ 117,800.00$ 17,400.00$ 87,000.00$ 19,286.00$ 96,430.00$ 23,090.00$ 115,450.00$ 18,000.00$ 90,000.00$ 8 Furnish and Install Leak Detection Assembly 1 EA 6,300.00$ 6,300.00$ 7,844.00$ 7,844.00$ 5,200.00$ 5,200.00$ 6,880.00$ 6,880.00$ 2,900.00$ 2,900.00$ 4,313.00$ 4,313.00$ 8,250.00$ 8,250.00$ 7,000.00$ 7,000.00$ 9 Furnish and Install IQ Water Air Release Valve 3 EA 5,718.00$ 17,154.00$ 6,478.00$ 19,434.00$ 3,400.00$ 10,200.00$ 6,515.00$ 19,545.00$ 14,900.00$ 44,700.00$ 4,116.00$ 12,348.00$ 6,770.00$ 20,310.00$ 7,000.00$ 21,000.00$ 10 Connect to Existing 20" IQ Main (West side)1 EA 15,566.00$ 15,566.00$ 8,129.00$ 8,129.00$ 15,000.00$ 15,000.00$ 68,315.00$ 68,315.00$ 29,700.00$ 29,700.00$ 40,683.00$ 40,683.00$ 20,565.00$ 20,565.00$ 30,000.00$ 30,000.00$ 11 Connect to Existing 20" Gate Valve (East side)1 EA 7,678.00$ 7,678.00$ 4,988.00$ 4,988.00$ 15,000.00$ 15,000.00$ 16,760.00$ 16,760.00$ 11,900.00$ 11,900.00$ 12,900.00$ 12,900.00$ 14,730.00$ 14,730.00$ 15,000.00$ 15,000.00$ 12 Abandon and Grout Ex. 20" PVC IQ Main 2,850 LF 31.00$ 88,350.00$ 44.00$ 125,400.00$ 35.00$ 99,750.00$ 60.00$ 171,000.00$ 32.00$ 91,200.00$ 42.50$ 121,125.00$ 45.00$ 128,250.00$ 145.00$ 413,250.00$ 13 Demo Ex. IQ Valve Lid, Collar, and Valve Box, Bury Ex. Valve 3 EA 2,469.00$ 7,407.00$ 1,755.00$ 5,265.00$ 500.00$ 1,500.00$ 6,600.00$ 19,800.00$ 600.00$ 1,800.00$ 1,205.00$ 3,615.00$ 11,000.00$ 33,000.00$ 2,500.00$ 7,500.00$ 1,673,095.00$ 1,794,335.00$ 2,073,752.00$ 2,160,300.00$ 2,171,575.00$ 2,154,225.50$ 2,318,730.00$ 2,338,500.00$ SUMMARY 247,931.00$ 185,603.00$ 248,300.00$ 216,350.00$ 263,500.00$ 392,915.00$ 279,350.00$ 374,000.00$ 1,673,095.00$ 1,794,335.00$ 2,073,752.00$ 2,160,300.00$ 2,171,575.00$ 2,154,225.50$ 2,318,730.00$ 2,338,500.00$ 1,921,026.00$ 1,979,938.00$ 2,322,052.00$ 2,376,650.00$ 2,435,075.00$ 2,547,140.50$ 2,598,080.00$ 2,712,500.00$ Opened By: Rita Iglesias Witnessed By: Dania Guerrero Date: July 22, 2025, 3:00 PM EST YES YESYESAddendums (5)YES YES YES *NO YES YES YES YES YES YES YES YES YES YES YES YES YES YES YESYES YES YES YES YES YES YES Project Manager: Lourdes Santiago Procurement Strategist: Rita Iglesias Notifications Sent: 3,133 Viewed: 1,457 Bids Received: 7 YES YES YES YES YESYES YES YES YES/NO Andrew Site Work, LLC YES YES YES YES YES YES Statement of Experience (Form 5)YES YES YES YES YES Underground Utility Contractor AND Excavation Contractor License YES YES YES YES YES SunBiz YES YES YES YES YES W-9 YES YES YES YES YES YES Business Tax Receipt YES NO YES YES NO E-Verify YES YES YES YES YES Immigration Affidavit Certification (Form 11)YES YES YES YES YES Vendor Declaration Statement (Form 10)YES YES YES YES YES Conflict of Interest Affidavit (Form 9)YES YES YES YES YES Insurance and Bonding Requirements (Form 8)YES YES YES YES Bid Bond (Form 7)YES YES *YES YES YES Trench Safety Act knowledgement (Form 6)YES YES YES YES List of Major Subcontractors (Form 4)YES YES YES YES YES Material Manufacturers (Form 3)YES YES YES YES YES Contractors Key Personnel Assigned to Project - (Form 2)YES YES YES YES YES Bid Response Form (Form 1)YES YES YES YES YES Bid Schedule YES YES YES YES *Staff has allocated $100,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Quality Enterprises USA, Inc.Cathcart Construction Company - Florida, LLC Kyle Construction, Inc.ENGINEER SECTION 2 IQ WATER SYSTEM: SUBTOTAL BASE BID: Metro Equipment Service, Inc. REQUIRED FORMS AND DOCUMENTS YES/NO YES/NO YES/NO YES/NO YES/NO Quality Enterprises USA, Inc. Cathcart Construction Company - Florida, LLC Kyle Construction, Inc.Accurate Drilling Systems, Inc. YES/NO Mitchell & Stark Construction CO., Inc. Pine Ridge Road & I-75 IQ Main Replacement Accurate Drilling Systems, Inc. Metro Equipment Service, Inc.Andrew Site Work, LLC Mitchell & Stark Construction Co., Inc. Construction ITB No. 25-8380 Bid Tabulation SECTION 1: GENERAL SECTION 1 GENERAL: SECTION 1 SUBTOTAL: SECTION 2 SUBTOTAL: Page 8642 of 14062