Loading...
Agenda 07/14/2020 Item #16C 4 (Work Order for RFQ #14-6213 w/Quality Enterprises USA, Inc.)07/14/2020 EXECUTIVE SUMMARY Recommendation to approve a work order to Quality Enterprises USA, Inc., in the amount of $278,511.53, under Bid No. 2005-009-01-01- Request for Quote (“RFQ”) No. 14-6213, “Master Pump Station 300.06 Rehabilitation,” and authorize the necessary budget amendment. OBJECTIVE: To improve the reliability and sustainability of the wastewater collection system while remaining in compliance with Florida Department of Environmental Protection (“FDEP”) agency regulations. CONSIDERATIONS: The proposed scope of work under Project Number 70183, “PS 300.06 Rehabilitation,” is consistent with funding in the FY2020 Capital Improvement Project Budget approved by the Board on September 19, 2019. The sub master pump station 300.06 receives flows from County pump stations 300.07, 300.08, 300.11 and private pump station 9002.14. Pump Station (“PS”) 300.06 serves approximately 299 single family units, 398 multifamily units, a shopping plaza, an assisted living facility, a health facility, and other commercial businesses along US-41. The project is located along Saint Andrews Boulevard in the community of Old Lely. PS 300.06 is 35 years old and at the end of its useful life. To facilitate the generator installation, staff acquired an easement from the Bradstrom Village Condominium Association, Inc. (“Bradstrom”) that is close to PS 300.06 (November 12, 2019 Board meeting, Agenda Item 16.C.10). On March 24, 2020 and on May 12, 2020, staff shared final site plans with the stakeholders with no objections. The scope of work includes: Installation of a remote diesel generator (direct purchased by the County) on the Bradstrom easement to prevent sewer overflows during power outages Coating the interior of the wet well structure to protect the concrete walls from corrosion Replacing the existing wastewater submersible pumps with more efficient and reliable pumps (direct purchased by the County). Replacing the deteriorating riser pipes inside the wet well with corrosion-proof high-density polyethylene (“HDPE”) Removing the difficult to maintain, non-standard valves and control housing and replacing it with new standard valves and above ground corrosion-proof HDPE pipe Replacing the existing electrical components with a standard control panel to me et current standards and codes Restoration in accordance with community involvement and input These improvements will: (1) update the pump station to meet current Collier County utility standards in a coordinated manner that will not interrupt sewer service, (2) improve the performance and reliability of the sewer system in the community, and (3) improve safety while performing generator maintenance by the county’s Wastewater Division staff. This is facilitated by a proposed access driveway allowing staff to park safely in the driveway instead of in the road while performing generator maintenance. However, staff will still be required to close a lane of St. Andrews Boulevard and work in the median to maintain and clean the pump station. (See Attachment 1 for project location.) The County distributed Bid No. 2005-009--01-01 - RFQ 14-6213 “PS 300.06 Rehabilitation” on May 11, 2020, to the six vendors under the County’s Fixed-Term Underground Utilities Agreement No. 14-6213. 16.C.4 Packet Pg. 1573 07/14/2020 Five (5) vendors submitted quotes to the County by the May 26, 2020 deadline as summarized in the table below. Quality Enterprises USA, Inc. $278,511.53 Haskins, Inc. $302,057.80 Kyle Construction, Inc. $414,040.00 Douglas N. Higgins, Inc. $431,915.00 Mitchell & Stark Construction Company, Inc. $604,585.30 The County did not receive a quote from Southwest Utility Systems, Inc. The project specifications informed bidders that there may be unforeseen conditions associated with the project. The quote amount incorporates an owner-directed project allowance of $25,319.23 for unanticipated costs including but not limited to repairs due to structural deterioration and/or replacement of defective mechanical equipment and deficient electrical components. Use of the allowance will be billed at the appropriate contract price based on a lump sum, unit price, or time and material basis. County staff determined the lowest bid to be fair and reasonable and recommends awarding the project to Quality Enterprises USA, Inc., the lowest responsive and responsible vendor. The low bid received is 55 percent lower than the engineer’s cost opinion. In its recommendation letter dated May 28, 2020 (Attachment 4), the design professional, Johnson Engineering, Inc., recommends awarding the project to Quality Enterprises USA, Inc., who has a satisfactory performance and warranty record on previous, similar utility-related projects. FISCAL IMPACT: Funding is available in the Fiscal Year 2020 capital budget approved by the Board on September 19, 2019. The source of funding is Wastewater User Fees, Fund (414). A budget amendment is required to reallocate funding from (414), Collections Technical Support Program, Project No. 70240. The budget amendment will total $309,000 and includes $278,511.53 for the subje ct work order as well as $30,488.47 for permit fees. Funding for direct purchase items is provided in Fund (414), WW Pump Station Technical Support Program, Project No. 70145. The PS 300.06 Rehabilitation project is expected to be completed in the 2020 calendar year. This is an improvement project; however, operating costs are not expected to change. Bonds will be obtained prior to issuing a purchase order. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities, and to remain in compliance with all regulatory programs. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: Approve a $278,511.53 work order under Bid No. 2005-009-01-01-RFQ No. 14-6213 to Quality Enterprises USA, Inc., approve the necessary budget amendment to transfer funds in the amount of $309,000 to Project Number 70183, and authorize the Chairman to sign the attached work order. Prepared by: Zamira Del Toro, CSM, Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1- Project location (PDF) 2. Attachment 2 - Bid Tabulation (PDF) 16.C.4 Packet Pg. 1574 07/14/2020 3. Attachment 3 - EPMD bid analysis (PDF) 4. Attachment 4 - Recommendation Letter (PDF) 5. Attachment 5 - Work Order and Contractor Quote (PDF) 6. Attachment 6 - Payment and Performance Bonds (PDF) 7. Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (PDF) 16.C.4 Packet Pg. 1575 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 12606 Item Summary: Recommendation to approve a work order to Quality Enterprises USA, Inc., in the amount of $278,511.53, under Bid No. 2005-009-01-01- Request for Quote (“RFQ”) No. 14-6213, “Master Pump Station 300.06 Rehabilitation,” and authorize the necessary budget amendment. Meeting Date: 07/14/2020 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Zamira Deltoro 06/08/2020 4:13 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 06/08/2020 4:13 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/09/2020 8:51 AM Wastewater Beth Johnssen Additional Reviewer Completed 06/09/2020 11:35 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 06/09/2020 12:58 PM Public Utilities Planning and Project Management Michael Stevens Additional Reviewer Completed 06/09/2020 1:06 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/11/2020 8:53 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 06/12/2020 3:38 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 06/15/2020 1:54 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/16/2020 9:04 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 06/16/2020 9:38 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 06/22/2020 9:37 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/23/2020 6:39 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/27/2020 3:37 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/29/2020 8:15 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/29/2020 8:39 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 06/29/2020 10:19 AM Budget and Management Office Ed Finn Additional Reviewer Completed 06/29/2020 11:53 AM 16.C.4 Packet Pg. 1576 07/14/2020 County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 9:07 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.C.4 Packet Pg. 1577 Wastewater Pump Station 300.06 Improvements Public Utilities Department Collier County | Florida 16.C.4.a Packet Pg. 1578 Attachment: Attachment 1- Project location (12606 : PS 300.06 Rehabilitation) Public Utilities Department Existing Pump Station New Driveway Brick Wall Canal New Generator Project Location 16.C.4.a Packet Pg. 1579 Attachment: Attachment 1- Project location (12606 : PS 300.06 Rehabilitation) Existing in Median Public Utilities Department 3 16.C.4.a Packet Pg. 1580 Attachment: Attachment 1- Project location (12606 : PS 300.06 Rehabilitation) Proposed in Median Public Utilities Department 4 16.C.4.a Packet Pg. 1581 Attachment: Attachment 1- Project location (12606 : PS 300.06 Rehabilitation) Proposed Generator Public Utilities Department 5 Bradstrom Villages New Driveway New Generator New Controls New Landscaping 16.C.4.a Packet Pg. 1582 Attachment: Attachment 1- Project location (12606 : PS 300.06 Rehabilitation) Collier County Public Utilities Engineering and Project Management Division-Pump Station 300.06 Rehabilitation Bid Tabulation5/27/2020   Quality Enterprises USA, Inc.                  Haskins Inc. Kyle Construction Inc.      Douglas N. Higgings, Inc. Mitchell & Stark Const. Co. Inc.     Southwest Utility, Inc.ITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE1 Mobilization/Demobilization1 LS 12,000.00$ 12,000.00$ 24,500.00$ 24,500.00$ 15,000.00$ 15,000.00$ 43,000.00$ 43,000.00$ 35,000.00$ 35,000.00$ -$ 2 Maintenance of Pedestrian and Vehicular Traffic 1 LS 10,000.00$ 10,000.00$ 8,000.00$ 8,000.00$ 5,000.00$ 5,000.00$ 15,000.00$ 15,000.00$ 9,000.00$ 9,000.00$ -$ 3 Pre-Construction Audio/Video Recording 1 LS 900.00$ 900.00$ 3,000.00$ 3,000.00$ 2,500.00$ 2,500.00$ 4,000.00$ 4,000.00$ 4,000.00$ 4,000.00$ -$ 4 Survey Layout and Record Drawings 1 LS 5,256.00$ 5,256.00$ 5,885.00$ 5,885.00$ 5,000.00$ 5,000.00$ 9,000.00$ 9,000.00$ 5,180.00$ 5,180.00$ -$ 5 Furnish and Install Construction Project Sign 1 LS 1,200.00$ 1,200.00$ 1,525.00$ 1,525.00$ 1,200.00$ 1,200.00$ 1,500.00$ 1,500.00$ 1,700.00$ 1,700.00$ -$ 29,356.00$ 42,910.00$ 28,700.00$ 72,500.00$ 54,880.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE6 Furnish and Install 6" Thick Concrete Driveway 49 SY 67.47$ 3,306.03$ 78.00$ 3,822.00$ 400.00$ 19,600.00$ 120.00$ 5,880.00$ 67.00$ 3,283.00$ -$ 7 Furnish and Install Reinforced Concrete Generator Pad 11 SY 463.64$ 5,100.04$ 106.00$ 1,166.00$ 500.00$ 5,500.00$ 400.00$ 4,400.00$ 520.00$ 5,720.00$ -$ 8 Install Generator with Automatic Transfer Switch (Installation Only) 1 LS 11,400.00$ 11,400.00$ 9,900.00$ 9,900.00$ 25,000.00$ 25,000.00$ 21,000.00$ 21,000.00$ 25,000.00$ 25,000.00$ -$ 9 Furnish and Install Equipment Mounting Rack with Generator Receptacle 1 LS 3,600.00$ 3,600.00$ 590.00$ 590.00$ 12,000.00$ 12,000.00$ 6,000.00$ 6,000.00$ 1,500.00$ 1,500.00$ -$ 23,406.07$ 15,478.00$ 62,100.00$ 37,280.00$ 35,503.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE10 Install Two (2) FLYGT Submersible Pumps and Pump Control Panel (Installation Only) 1 LS 10,000.00$ 10,000.00$ 35,000.00$ 35,000.00$ 25,000.00$ 25,000.00$ 40,000.00$ 40,000.00$ 9,000.00$ 9,000.00$ -$ 11 Furnish and Install Discharge Piping and Valves 1 LS 35,000.00$ 35,000.00$ 21,950.00$ 21,950.00$ 35,000.00$ 35,000.00$ 42,000.00$ 42,000.00$ 34,770.00$ 34,770.00$ -$ 12 Furnish and Install Concrete Wet Well Top Slab with Hatches 1 LS 6,000.00$ 6,000.00$ 4,815.00$ 4,815.00$ 7,500.00$ 7,500.00$ 25,000.00$ 25,000.00$ 10,160.00$ 10,160.00$ -$ 13 Furnish and Install Emergency Pump Out Pipe 1 LS 5,000.00$ 5,000.00$ 2,950.00$ 2,950.00$ 4,500.00$ 4,500.00$ 6,000.00$ 6,000.00$ 2,950.00$ 2,950.00$ -$ 14 Furnish and Install Vent Pipe 1 LS 2,000.00$ 2,000.00$ 1,250.00$ 1,250.00$ 3,500.00$ 3,500.00$ 6,000.00$ 6,000.00$ 930.00$ 930.00$ -$ 15 Furnish and Install SewperCoat Wet Well Liner 1 LS 15,000.00$ 15,000.00$ 12,000.00$ 12,000.00$ 25,000.00$ 25,000.00$ 22,000.00$ 22,000.00$ 11,500.00$ 11,500.00$ -$ 16 Furnish and Install 6" Thick Concrete Pad 26 SY 190.38$ 4,949.88$ 145.00$ 3,770.00$ 500.00$ 13,000.00$ 120.00$ 3,120.00$ 140.00$ 3,640.00$ -$ 17 Furnish and Install Bollard Post 4 EA 797.85$ 3,191.40$ 1,930.00$ 7,720.00$ 950.00$ 3,800.00$ 900.00$ 3,600.00$ 1,350.00$ 5,400.00$ -$ 18 Connect to Existing 6" PVC Force Main 1 LS 3,098.95$ 3,098.95$ 8,900.00$ 8,900.00$ 15,000.00$ 15,000.00$ 5,500.00$ 5,500.00$ 5,930.00$ 5,930.00$ -$ 19 Furnish and Install Equipment Mounting Rack (Located by Wet Well) 1 LS 3,000.00$ 3,000.00$ 1,605.00$ 1,605.00$ 20,000.00$ 20,000.00$ 5,000.00$ 5,000.00$ 1,500.00$ 1,500.00$ -$ 20 Furnish and Install Electrical Components 1 LS 14,400.00$ 14,400.00$ 45,000.00$ 45,000.00$ 15,000.00$ 15,000.00$ 48,000.00$ 48,000.00$ 73,030.00$ 73,030.00$ -$ 21 Provide Bypass Pumping During Construction 1 LS 25,000.00$ 25,000.00$ 8,025.00$ 8,025.00$ 55,000.00$ 55,000.00$ 22,000.00$ 22,000.00$ 231,000.00$ 231,000.00$ -$ 126,640.23$ 152,985.00$ 222,300.00$ 228,220.00$ 389,810.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE22 Furnish and Install 6' Tall Full to Ground (25 Gal) Clusia Hedge (Clusia flava) 38 EA 312.00$ 11,856.00$ 215.00$ 8,170.00$ 350.00$ 13,300.00$ 250.00$ 9,500.00$ 430.00$ 16,340.00$ -$ 23 Furnish and Install 8' Tall Wax Leaf Ligustrum (Ligustrum japonicum) 7 EA 1,128.00$ 7,896.00$ 855.00$ 5,985.00$ 400.00$ 2,800.00$ 700.00$ 4,900.00$ 1,000.00$ 7,000.00$ -$ 24 Furnish and Install 3" Thick Shredded Hardwood Grade A Mulch 10 CY 73.20$ 732.00$ 30.00$ 300.00$ 150.00$ 1,500.00$ 120.00$ 1,200.00$ 75.00$ 750.00$ -$ 20,484.00$ 14,455.00$ 17,600.00$ 15,600.00$ 24,090.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE25 General Restoration1 LS 15,000.00$ 15,000.00$ 25,000.00$ 25,000.00$ 30,000.00$ 30,000.00$ 9,000.00$ 9,000.00$ 22,000.00$ 22,000.00$ -$ 26 Remove and Replace Existing Sidewalk 6 SY 416.00$ 2,496.00$ 160.00$ 960.00$ 200.00$ 1,200.00$ 25.00$ 150.00$ 190.00$ 1,140.00$ -$ 27 Demolish and Remove Existing Trees 6 EA 1,200.00$ 7,200.00$ 1,400.00$ 8,400.00$ 250.00$ 1,500.00$ 600.00$ 3,600.00$ 500.00$ 3,000.00$ -$ 28 Demolish and Remove Existing Hedges 1 LS 5,000.00$ 5,000.00$ 2,100.00$ 2,100.00$ 1,500.00$ 1,500.00$ 1,100.00$ 1,100.00$ 1,000.00$ 1,000.00$ -$ 29 Abandon and Remove Existing Power Meter and Electrical Service Box 1 LS 3,600.00$ 3,600.00$ 800.00$ 800.00$ 1,000.00$ 1,000.00$ 1,100.00$ 1,100.00$ 1,000.00$ 1,000.00$ -$ 30 Abandon and Remove Existing Above Ground Pump Station Components 1 LS 4,200.00$ 4,200.00$ 1,600.00$ 1,600.00$ 1,000.00$ 1,000.00$ 8,000.00$ 8,000.00$ 4,000.00$ 4,000.00$ -$ 31 Abandon and Remove Existing Wet Well Components 1 LS 9,300.00$ 9,300.00$ 2,150.00$ 2,150.00$ 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 4,000.00$ 4,000.00$ -$ 32 Demolish and Remove Existing Bollard Posts 4 EA 262.50$ 1,050.00$ 190.00$ 760.00$ 500.00$ 2,000.00$ 400.00$ 1,600.00$ 300.00$ 1,200.00$ -$ 33 Abandon and Grout Existing Section of 6" Force Main 1 LS 2,460.00$ 2,460.00$ 4,000.00$ 4,000.00$ 3,000.00$ 3,000.00$ 1,500.00$ 1,500.00$ 5,000.00$ 5,000.00$ -$ 50,306.00$ 45,770.00$ 42,700.00$ 36,050.00$ 42,340.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE34 Furnish and Install Additional Landscaping 1 T&M 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 253,192.30$ 274,598.00$ 376,400.00$ 392,650.00$ 549,623.00$ NO QUOTEITEM NO.DESCRIPTIONEXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE35Owner Directed Work Allowance: *OWNER-DIRECTED WORK FOR GEOLOGICAL, CORROSION, OR UNFORESEEN CONDITIONS T&M (10% of Project Total) 25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ 25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ NO QUOTE29,356.00$ 42,910.00$ 28,700.00$ 72,500.00$ 54,880.00$ NO QUOTE23,406.07$ 15,478.00$ 62,100.00$ 37,280.00$ 35,503.00$ NO QUOTE126,640.23$ 152,985.00$ 222,300.00$ 228,220.00$ 389,810.00$ NO QUOTE20,484.00$ 14,455.00$ 17,600.00$ 15,600.00$ 24,090.00$ NO QUOTE50,306.00$ 45,770.00$ 42,700.00$ 36,050.00$ 42,340.00$ NO QUOTE3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ NO QUOTE253,192.30$ 274,598.00$ 376,400.00$ 392,650.00$ 549,623.00$ NO QUOTE25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ NO QUOTE278,511.53$ 302,057.80$ 414,040.00$ 431,915.00$ 604,585.30$ NO QUOTECONSTRUCTION TOTAL WITH ALLOWANCE:SECTION 3 PUMP STATION SUBTOTAL:SECTION 4 LANDSCAPE SUBTOTAL:SECTION 5 RESTORATION SUBTOTAL:SECTION 6 BID ALTERNATE SUBTOTAL:CONSTRUCTION TOTAL:SECTION 7 ALLOWANCES SUBTOTAL:SECTION 2 GENERATOR SITE SUBTOTAL:SECTION 3 SUBTOTAL:SECTION 4: LANDSCAPESECTION 4 SUBTOTAL:SECTION 5: RESTORATIONSECTION 5 SUBTOTAL:SECTION 7: ALLOWANCESSECTION 6: BID ALTERNATESSECTION 6 SUBTOTAL:CONSTRUCTIONTOTAL:SECTION 7 SUBTOTAL:COST SUMMARYSECTION 1 GENERAL SUBTOTAL:SECTION 1: GENERALSECTION 1 SUBTOTAL:SECTION 2: GENERATOR SITESECTION 2 SUBTOTAL:SECTION 3: PUMP STATIONPage 105132020_Bid Schedule16.C.4.bPacket Pg. 1583Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) 16.C.4.b Packet Pg. 1584 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Vendors that have been notified for Bid 2005-009 - PS 300.06 Rehabilitation Vendors Viewed Org Name Phone ST First Viewed Last Viewed Douglas N. Higgins, Inc. 239-774-3130 FL May 13, 2020 12:06:13 PM EDT May 26, 2020 2:38:37 PM EDT Quality Enterprises USA, Inc. 239-435-7200 FL May 13, 2020 12:07:25 PM EDT May 26, 2020 10:16:55 AM EDT Southwest Utility Systems, Inc. 239-267-0200 FL May 13, 2020 12:10:54 PM EDT May 13, 2020 12:10:54 PM EDT Haskins Inc. 239-947-1846 FL May 13, 2020 3:50:28 PM EDT May 26, 2020 1:01:59 PM EDT Mitchell & Stark Const. Co. Inc 239-597-2165 FL May 14, 2020 5:30:25 AM EDT May 26, 2020 2:36:56 PM EDT Kyle Construction Inc 2395950438 FL May 19, 2020 2:03:45 PM EDT May 26, 2020 2:28:28 PM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 1 16.C.4.b Packet Pg. 1585 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Suppliers Successfully Invited: 9 Successful Invitation Qualification Totals: 14-6213(8) Successfully Responded Qualification Totals: 14-6213(6) Bid Invite Email Org Name Email Name Phone ST Date Failed Collier County Zamira.Deltoro@colliercountyfl.gov Zamira Del Toro 2392526279 FL May 11, 2020 5:48:45 PM EDT Douglas N. Higgins, Inc. mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 13, 2020 12:03:47 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 13, 2020 12:03:48 PM EDT haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 13, 2020 12:03:48 PM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 13, 2020 12:03:48 PM EDT Failed Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 13, 2020 3:41:43 PM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 13, 2020 12:03:47 PM EDT Mitchell & Stark Const. Co. Inc jdina@mitchellstark.com John Dina 2395972165 FL May 13, 2020 12:03:47 PM EDT mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 13, 2020 12:03:47 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 13, 2020 12:03:48 PM EDT Mitchell & Stark Construction Company Inc bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 13, 2020 12:03:48 PM EDT Quality Enterprises USA, Inc. KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 13, 2020 12:03:46 PM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 13, 2020 12:03:46 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 13, 2020 12:03:47 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 13, 2020 12:03:47 PM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 13, 2020 12:03:47 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 13, 2020 12:03:47 PM EDT Southwest Utility Systems officestaff@swutility.net RichardT Cowart 2392670200 FL May 13, 2020 12:03:48 PM EDT Southwest Utility Systems, Inc. brett@swutility.net Brett Eckenrode 2392670200 FL May 13, 2020 12:03:46 PM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 2 16.C.4.b Packet Pg. 1586 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Prebid Conf Email Org Name Email Name Phone ST Date Failed Douglas N. Higgins, Inc. mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 14, 2020 11:00:31 AM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 14, 2020 11:00:32 AM EDT haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 14, 2020 11:00:31 AM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 14, 2020 11:00:31 AM EDT Failed Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 14, 2020 11:00:31 AM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 14, 2020 11:00:32 AM EDT Mitchell & Stark Const. Co. Inc mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 14, 2020 11:00:31 AM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 14, 2020 11:00:32 AM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 14, 2020 11:00:32 AM EDT Mitchell & Stark Construction Company Inc bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 14, 2020 11:00:32 AM EDT Quality Enterprises USA, Inc. KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 14, 2020 11:00:30 AM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 14, 2020 11:00:30 AM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 14, 2020 11:00:31 AM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 14, 2020 11:00:31 AM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 14, 2020 11:00:31 AM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 14, 2020 11:00:32 AM EDT Southwest Utility Systems officestaff@swutility.net Brett Eckenrode FL May 14, 2020 11:00:31 AM EDT Southwest Utility Systems, Inc. brett@swutility.net Brett Eckenrode 2392670200 FL May 14, 2020 11:00:30 AM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 3 16.C.4.b Packet Pg. 1587 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Q & A Email Org Name Email Name Phone ST Date Failed Douglas N. Higgins, Inc. mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 14, 2020 2:23:05 AM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 14, 2020 2:23:05 AM EDT haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 14, 2020 2:23:04 AM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 14, 2020 2:23:04 AM EDT Failed Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 14, 2020 2:23:05 AM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 14, 2020 2:23:05 AM EDT Mitchell & Stark Const. Co. Inc mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 14, 2020 2:23:04 AM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 14, 2020 2:23:05 AM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 14, 2020 2:23:05 AM EDT Mitchell & Stark Construction Company Inc bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 14, 2020 2:23:05 AM EDT Quality Enterprises USA, Inc. KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 14, 2020 2:23:04 AM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 14, 2020 2:23:04 AM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 14, 2020 2:23:04 AM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 14, 2020 2:23:04 AM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 14, 2020 2:23:05 AM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 14, 2020 2:23:05 AM EDT Southwest Utility Systems officestaff@swutility.net Brett Eckenrode FL May 14, 2020 2:23:04 AM EDT Southwest Utility Systems, Inc. brett@swutility.net Brett Eckenrode 2392670200 FL May 14, 2020 2:23:04 AM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 4 16.C.4.b Packet Pg. 1588 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Addendum Email Org Name Email Name Phone ST Date Failed Douglas N. Higgins, Inc. mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 13, 2020 12:19:06 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 13, 2020 12:19:06 PM EDT mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 13, 2020 2:58:34 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 13, 2020 2:58:35 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 13, 2020 5:43:38 PM EDT mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 13, 2020 5:43:38 PM EDT mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 13, 2020 6:31:29 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 13, 2020 6:31:29 PM EDT tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 15, 2020 5:21:57 PM EDT mattd@dnhiggins.com Matthew DeLuca 9414658358 FL May 15, 2020 5:21:57 PM EDT Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 13, 2020 12:19:05 PM EDT Failed haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 13, 2020 12:19:05 PM EDT Failed benelwell@haskinsinc.net ben elwell 2392893629 FL May 13, 2020 2:58:34 PM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 13, 2020 2:58:34 PM EDT Failed KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 13, 2020 5:43:37 PM EDT Failed haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 13, 2020 5:43:37 PM EDT Failed benelwell@haskinsinc.net ben elwell 2392893629 FL May 13, 2020 6:31:28 PM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 13, 2020 6:31:28 PM EDT Failed haskins inc benelwell@haskinsinc.net ben elwell 2392893629 FL May 15, 2020 5:21:56 PM EDT Failed Haskins Inc KHaskins@Haskinsinc.net;HHaskins@Haskinsinc.net Harlan Haskins 2399471846 FL May 15, 2020 5:21:56 PM EDT Failed Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 13, 2020 5:43:38 PM EDT rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 13, 2020 6:31:28 PM EDT rmacphee@haskinsinc.net Ryan MacPhee 239-947- 1846 FL May 15, 2020 5:21:57 PM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 13, 2020 12:19:06 PM EDT kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 13, 2020 2:58:34 PM EDT kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 13, 2020 5:43:38 PM EDT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 5 16.C.4.b Packet Pg. 1589 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 13, 2020 6:31:29 PM EDT kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 15, 2020 5:21:57 PM EDT Mitchell & Stark Const. Co. Inc mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 13, 2020 12:19:05 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 13, 2020 12:19:06 PM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 13, 2020 12:19:06 PM EDT mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 13, 2020 2:58:33 PM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 13, 2020 2:58:34 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 13, 2020 2:58:35 PM EDT mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 13, 2020 5:43:37 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 13, 2020 5:43:38 PM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 13, 2020 5:43:38 PM EDT mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 13, 2020 6:31:28 PM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 13, 2020 6:31:29 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 13, 2020 6:31:29 PM EDT mwesthafer@mitchellstark.com Mike Westhafer 2393321632 FL May 15, 2020 5:21:56 PM EDT bpenner@mitchellstark.com brian penner 2395972165 FL May 15, 2020 5:21:57 PM EDT jdina@mitchellstark.com John Dina 2395972165 FL May 15, 2020 5:21:57 PM EDT Mitchell & Stark Construction Company Inc bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 13, 2020 12:19:06 PM EDT bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 13, 2020 2:58:34 PM EDT bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 13, 2020 5:43:38 PM EDT bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 13, 2020 6:31:29 PM EDT bpenner@mitchellstark.com;mwesthafer@mitchellstark.com Brian Penner 2395972165 FL May 15, 2020 5:21:57 PM EDT Quality Enterprises USA, Inc. lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 13, 2020 12:19:05 PM EDT KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 13, 2020 12:19:05 PM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 13, 2020 12:19:05 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 13, 2020 12:19:06 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 13, 2020 12:19:06 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 13, 2020 12:19:06 PM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 13, 2020 2:58:33 PM EDT KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 13, 2020 2:58:33 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 13, 2020 2:58:34 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 13, 2020 2:58:34 PM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 13, 2020 2:58:34 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 13, 2020 2:58:34 PM EDT KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 13, 2020 5:43:37 PM EDT MNEGRON@QEUSA.COM Margarita 2394357200 FL May 13, 2020 5:43:37 PM Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 6 16.C.4.b Packet Pg. 1590 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Negron EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 13, 2020 5:43:37 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 13, 2020 5:43:38 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 13, 2020 5:43:38 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 13, 2020 5:43:38 PM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 13, 2020 6:31:28 PM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 13, 2020 6:31:28 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 13, 2020 6:31:28 PM EDT KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 13, 2020 6:31:28 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 13, 2020 6:31:29 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 13, 2020 6:31:29 PM EDT KSALAOUTIS@QEUSA.COM Kevin Salaoutis 2394357200 FL May 15, 2020 5:21:56 PM EDT MNEGRON@QEUSA.COM Margarita Negron 2394357200 FL May 15, 2020 5:21:56 PM EDT lgaudio@qeusa.com Louis Gaudio 2394357200 FL May 15, 2020 5:21:56 PM EDT mcasey@qeusa.com Matt Casey 2394357200 FL May 15, 2020 5:21:57 PM EDT mcohen@qeusa.com Marcie Cohen 2394357200 FL May 15, 2020 5:21:57 PM EDT HSAWYER@QEUSA.COM Harlan Sawyer 2394357200 FL May 15, 2020 5:21:57 PM EDT Southwest Utility Systems officestaff@swutility.net Brett Eckenrode FL May 13, 2020 12:19:05 PM EDT officestaff@swutility.net Brett Eckenrode FL May 13, 2020 2:58:33 PM EDT officestaff@swutility.net Brett Eckenrode FL May 13, 2020 5:43:37 PM EDT officestaff@swutility.net Brett Eckenrode FL May 13, 2020 6:31:28 PM EDT officestaff@swutility.net Brett Eckenrode FL May 15, 2020 5:21:56 PM EDT Southwest Utility Systems, Inc. brett@swutility.net Brett Eckenrode 2392670200 FL May 13, 2020 12:19:05 PM EDT brett@swutility.net Brett Eckenrode 2392670200 FL May 13, 2020 2:58:33 PM EDT brett@swutility.net Brett Eckenrode 2392670200 FL May 13, 2020 5:43:37 PM EDT brett@swutility.net Brett Eckenrode 2392670200 FL May 13, 2020 6:31:28 PM EDT brett@swutility.net Brett Eckenrode 2392670200 FL May 15, 2020 5:21:56 PM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 7 16.C.4.b Packet Pg. 1591 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Unlocked Email Org Name Email Name Phone ST Date Failed Douglas N. Higgins, Inc. tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 26, 2020 3:21:02 PM EDT Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947-1846 FL May 26, 2020 3:21:02 PM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 26, 2020 3:21:02 PM EDT Mitchell & Stark Const. Co. Inc jdina@mitchellstark.com John Dina 2395972165 FL May 26, 2020 3:21:02 PM EDT Quality Enterprises USA, Inc. mcohen@qeusa.com Marcie Cohen 2394357200 FL May 26, 2020 3:21:02 PM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 8 16.C.4.b Packet Pg. 1592 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) Award Email Org Name Email Name Phone ST Date Failed Douglas N. Higgins, Inc. tammyl@dnhiggins.com Tammy Ludwig 2397743130 FL May 27, 2020 11:10:21 AM EDT Haskins Inc. rmacphee@haskinsinc.net Ryan MacPhee 239-947-1846 FL May 27, 2020 11:09:28 AM EDT Kyle Construction Inc kyleconstinc@aol.com Kyle Abraham 2395950438 FL May 27, 2020 11:09:23 AM EDT Mitchell & Stark Const. Co. Inc jdina@mitchellstark.com John Dina 2395972165 FL May 27, 2020 11:09:26 AM EDT Quality Enterprises USA, Inc. mcohen@qeusa.com Marcie Cohen 2394357200 FL May 27, 2020 11:10:22 AM EDT NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #2005-009 Collier County 5/27/2020 p. 9 16.C.4.b Packet Pg. 1593 Attachment: Attachment 2 - Bid Tabulation (12606 : PS 300.06 Rehabilitation) $0.00 $100,000.00 $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 Eng Est Quality Enterprises USA, Inc. Haskins Inc.Kyle Construction Inc.Douglas N. Higgins, Inc. Mitchell & Stark Const. Co. Inc. Results for Bid No. 2005-009--01-01 (PS 300.06 Rehabilitation) KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate for horizontal construction 16.C.4.c Packet Pg. 1594 Attachment: Attachment 3 - EPMD bid analysis (12606 : PS 300.06 Rehabilitation) 2122 Johnson Street ■Post Office Box 1550 ■Fort Myers, Florida 33902-1550 (239) 334-0046 ■ Fax (239) 334-3661 SINCE 1946 May 28, 2020 Via Email Only: Zamira.Deltoro@CollierCountyFL.gov Ms. Zamira Deltoro, CSM Project Manager Collier County Public Utilities Engineering and Project Management Division 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 RE: Bid Recommendation for Collier County Solicitation No.: 2005-009; Project: PS 300.06 Rehabilitation; Low Bidder: Quality Enterprises USA, Inc. Dear Zamira: The bid opening for the above-referenced project took place on Tuesday, May 26, 2020. Collier County provided the results of the bid opening to Johnson Engineering and we performed an evaluation of the results and our recommendation is contained herein. The table below lists the responsive bidders and their bid amount submitted from lowest to highest: BIDDER BID AMOUNT Quality Enterprises USA, Inc. $278,511.53 Haskins, Inc. $302,057.80 Kyle Construction, Inc. $414,040.00 Douglas N. Higgins, Inc. $431,915.00 Mitchell & Stark Const. Co. Inc. $604,585.30 Southwest Utility, Inc. NO QUOTE Following the bid opening, Collier County prepared the enclosed Bid Tabulation Analysis, which includes an analysis for mathematical errors. No errors were discovered. For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost in the amount of $623,859.50. The results show Quality Enterprises USA, Inc. as the low bidder. Quality Enterprises USA, Inc. did acknowledge Bid Addendums #1 through #4. 16.C.4.d Packet Pg. 1595 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) Ms. Zamira Deltoro Re: Bid Recommendation Letter Project: PS 300.06 Rehabilitation Low Bidder: Quality Enterprises USA, Inc. May 27, 2020 Page 2 Based upon our review, the low bidder, Quality Enterprises USA, Inc., appears to be a reasonable and responsive bid. Subject to concurrence with the County’s Purchasing and Contracts Administration Division, we believe selection of Quality Enterprises USA, Inc. by Collier County for the intended work contained within the bid documents would be an appropriate choice. Should you have any questions, or require additional information, please let us know. Very truly yours, JOHNSON ENGINEERING, INC. William H. Saum, P.E. Project Manager WHS/ljb Enclosure 20149700-251 16.C.4.d Packet Pg. 1596 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1597 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1598 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1599 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1600 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1601 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1602 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.d Packet Pg. 1603 Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) Collier County Public Utilities Engineering and Project Management Division-Pump Station 300.06 Rehabilitation Bid Tabulation5/27/2020   Quality Enterprises USA, Inc.                  Haskins Inc. Kyle Construction Inc.      Douglas N. Higgings, Inc. Mitchell & Stark Const. Co. Inc.     Southwest Utility, Inc.ITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE1 Mobilization/Demobilization1 LS 12,000.00$ 12,000.00$ 24,500.00$ 24,500.00$ 15,000.00$ 15,000.00$ 43,000.00$ 43,000.00$ 35,000.00$ 35,000.00$ -$ 2 Maintenance of Pedestrian and Vehicular Traffic 1 LS 10,000.00$ 10,000.00$ 8,000.00$ 8,000.00$ 5,000.00$ 5,000.00$ 15,000.00$ 15,000.00$ 9,000.00$ 9,000.00$ -$ 3 Pre-Construction Audio/Video Recording 1 LS 900.00$ 900.00$ 3,000.00$ 3,000.00$ 2,500.00$ 2,500.00$ 4,000.00$ 4,000.00$ 4,000.00$ 4,000.00$ -$ 4 Survey Layout and Record Drawings 1 LS 5,256.00$ 5,256.00$ 5,885.00$ 5,885.00$ 5,000.00$ 5,000.00$ 9,000.00$ 9,000.00$ 5,180.00$ 5,180.00$ -$ 5 Furnish and Install Construction Project Sign 1 LS 1,200.00$ 1,200.00$ 1,525.00$ 1,525.00$ 1,200.00$ 1,200.00$ 1,500.00$ 1,500.00$ 1,700.00$ 1,700.00$ -$ 29,356.00$ 42,910.00$ 28,700.00$ 72,500.00$ 54,880.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE6 Furnish and Install 6" Thick Concrete Driveway 49 SY 67.47$ 3,306.03$ 78.00$ 3,822.00$ 400.00$ 19,600.00$ 120.00$ 5,880.00$ 67.00$ 3,283.00$ -$ 7 Furnish and Install Reinforced Concrete Generator Pad 11 SY 463.64$ 5,100.04$ 106.00$ 1,166.00$ 500.00$ 5,500.00$ 400.00$ 4,400.00$ 520.00$ 5,720.00$ -$ 8 Install Generator with Automatic Transfer Switch (Installation Only) 1 LS 11,400.00$ 11,400.00$ 9,900.00$ 9,900.00$ 25,000.00$ 25,000.00$ 21,000.00$ 21,000.00$ 25,000.00$ 25,000.00$ -$ 9 Furnish and Install Equipment Mounting Rack with Generator Receptacle 1 LS 3,600.00$ 3,600.00$ 590.00$ 590.00$ 12,000.00$ 12,000.00$ 6,000.00$ 6,000.00$ 1,500.00$ 1,500.00$ -$ 23,406.07$ 15,478.00$ 62,100.00$ 37,280.00$ 35,503.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE10 Install Two (2) FLYGT Submersible Pumps and Pump Control Panel (Installation Only) 1 LS 10,000.00$ 10,000.00$ 35,000.00$ 35,000.00$ 25,000.00$ 25,000.00$ 40,000.00$ 40,000.00$ 9,000.00$ 9,000.00$ -$ 11 Furnish and Install Discharge Piping and Valves 1 LS 35,000.00$ 35,000.00$ 21,950.00$ 21,950.00$ 35,000.00$ 35,000.00$ 42,000.00$ 42,000.00$ 34,770.00$ 34,770.00$ -$ 12 Furnish and Install Concrete Wet Well Top Slab with Hatches 1 LS 6,000.00$ 6,000.00$ 4,815.00$ 4,815.00$ 7,500.00$ 7,500.00$ 25,000.00$ 25,000.00$ 10,160.00$ 10,160.00$ -$ 13 Furnish and Install Emergency Pump Out Pipe 1 LS 5,000.00$ 5,000.00$ 2,950.00$ 2,950.00$ 4,500.00$ 4,500.00$ 6,000.00$ 6,000.00$ 2,950.00$ 2,950.00$ -$ 14 Furnish and Install Vent Pipe 1 LS 2,000.00$ 2,000.00$ 1,250.00$ 1,250.00$ 3,500.00$ 3,500.00$ 6,000.00$ 6,000.00$ 930.00$ 930.00$ -$ 15 Furnish and Install SewperCoat Wet Well Liner 1 LS 15,000.00$ 15,000.00$ 12,000.00$ 12,000.00$ 25,000.00$ 25,000.00$ 22,000.00$ 22,000.00$ 11,500.00$ 11,500.00$ -$ 16 Furnish and Install 6" Thick Concrete Pad 26 SY 190.38$ 4,949.88$ 145.00$ 3,770.00$ 500.00$ 13,000.00$ 120.00$ 3,120.00$ 140.00$ 3,640.00$ -$ 17 Furnish and Install Bollard Post 4 EA 797.85$ 3,191.40$ 1,930.00$ 7,720.00$ 950.00$ 3,800.00$ 900.00$ 3,600.00$ 1,350.00$ 5,400.00$ -$ 18 Connect to Existing 6" PVC Force Main 1 LS 3,098.95$ 3,098.95$ 8,900.00$ 8,900.00$ 15,000.00$ 15,000.00$ 5,500.00$ 5,500.00$ 5,930.00$ 5,930.00$ -$ 19 Furnish and Install Equipment Mounting Rack (Located by Wet Well) 1 LS 3,000.00$ 3,000.00$ 1,605.00$ 1,605.00$ 20,000.00$ 20,000.00$ 5,000.00$ 5,000.00$ 1,500.00$ 1,500.00$ -$ 20 Furnish and Install Electrical Components 1 LS 14,400.00$ 14,400.00$ 45,000.00$ 45,000.00$ 15,000.00$ 15,000.00$ 48,000.00$ 48,000.00$ 73,030.00$ 73,030.00$ -$ 21 Provide Bypass Pumping During Construction 1 LS 25,000.00$ 25,000.00$ 8,025.00$ 8,025.00$ 55,000.00$ 55,000.00$ 22,000.00$ 22,000.00$ 231,000.00$ 231,000.00$ -$ 126,640.23$ 152,985.00$ 222,300.00$ 228,220.00$ 389,810.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE22 Furnish and Install 6' Tall Full to Ground (25 Gal) Clusia Hedge (Clusia flava) 38 EA 312.00$ 11,856.00$ 215.00$ 8,170.00$ 350.00$ 13,300.00$ 250.00$ 9,500.00$ 430.00$ 16,340.00$ -$ 23 Furnish and Install 8' Tall Wax Leaf Ligustrum (Ligustrum japonicum) 7 EA 1,128.00$ 7,896.00$ 855.00$ 5,985.00$ 400.00$ 2,800.00$ 700.00$ 4,900.00$ 1,000.00$ 7,000.00$ -$ 24 Furnish and Install 3" Thick Shredded Hardwood Grade A Mulch 10 CY 73.20$ 732.00$ 30.00$ 300.00$ 150.00$ 1,500.00$ 120.00$ 1,200.00$ 75.00$ 750.00$ -$ 20,484.00$ 14,455.00$ 17,600.00$ 15,600.00$ 24,090.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE25 General Restoration1 LS 15,000.00$ 15,000.00$ 25,000.00$ 25,000.00$ 30,000.00$ 30,000.00$ 9,000.00$ 9,000.00$ 22,000.00$ 22,000.00$ -$ 26 Remove and Replace Existing Sidewalk 6 SY 416.00$ 2,496.00$ 160.00$ 960.00$ 200.00$ 1,200.00$ 25.00$ 150.00$ 190.00$ 1,140.00$ -$ 27 Demolish and Remove Existing Trees 6 EA 1,200.00$ 7,200.00$ 1,400.00$ 8,400.00$ 250.00$ 1,500.00$ 600.00$ 3,600.00$ 500.00$ 3,000.00$ -$ 28 Demolish and Remove Existing Hedges 1 LS 5,000.00$ 5,000.00$ 2,100.00$ 2,100.00$ 1,500.00$ 1,500.00$ 1,100.00$ 1,100.00$ 1,000.00$ 1,000.00$ -$ 29 Abandon and Remove Existing Power Meter and Electrical Service Box 1 LS 3,600.00$ 3,600.00$ 800.00$ 800.00$ 1,000.00$ 1,000.00$ 1,100.00$ 1,100.00$ 1,000.00$ 1,000.00$ -$ 30 Abandon and Remove Existing Above Ground Pump Station Components 1 LS 4,200.00$ 4,200.00$ 1,600.00$ 1,600.00$ 1,000.00$ 1,000.00$ 8,000.00$ 8,000.00$ 4,000.00$ 4,000.00$ -$ 31 Abandon and Remove Existing Wet Well Components 1 LS 9,300.00$ 9,300.00$ 2,150.00$ 2,150.00$ 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 4,000.00$ 4,000.00$ -$ 32 Demolish and Remove Existing Bollard Posts 4 EA 262.50$ 1,050.00$ 190.00$ 760.00$ 500.00$ 2,000.00$ 400.00$ 1,600.00$ 300.00$ 1,200.00$ -$ 33 Abandon and Grout Existing Section of 6" Force Main 1 LS 2,460.00$ 2,460.00$ 4,000.00$ 4,000.00$ 3,000.00$ 3,000.00$ 1,500.00$ 1,500.00$ 5,000.00$ 5,000.00$ -$ 50,306.00$ 45,770.00$ 42,700.00$ 36,050.00$ 42,340.00$ NO QUOTEITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE34 Furnish and Install Additional Landscaping 1 T&M 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 253,192.30$ 274,598.00$ 376,400.00$ 392,650.00$ 549,623.00$ NO QUOTEITEM NO.DESCRIPTIONEXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE EXTENDED PRICE35Owner Directed Work Allowance: *OWNER-DIRECTED WORK FOR GEOLOGICAL, CORROSION, OR UNFORESEEN CONDITIONS T&M (10% of Project Total) 25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ 25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ NO QUOTE29,356.00$ 42,910.00$ 28,700.00$ 72,500.00$ 54,880.00$ NO QUOTE23,406.07$ 15,478.00$ 62,100.00$ 37,280.00$ 35,503.00$ NO QUOTE126,640.23$ 152,985.00$ 222,300.00$ 228,220.00$ 389,810.00$ NO QUOTE20,484.00$ 14,455.00$ 17,600.00$ 15,600.00$ 24,090.00$ NO QUOTE50,306.00$ 45,770.00$ 42,700.00$ 36,050.00$ 42,340.00$ NO QUOTE3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ 3,000.00$ NO QUOTE253,192.30$ 274,598.00$ 376,400.00$ 392,650.00$ 549,623.00$ NO QUOTE25,319.23$ 27,459.80$ 37,640.00$ 39,265.00$ 54,962.30$ NO QUOTE278,511.53$ 302,057.80$ 414,040.00$ 431,915.00$ 604,585.30$ NO QUOTECONSTRUCTION TOTAL WITH ALLOWANCE:SECTION 3 PUMP STATION SUBTOTAL:SECTION 4 LANDSCAPE SUBTOTAL:SECTION 5 RESTORATION SUBTOTAL:SECTION 6 BID ALTERNATE SUBTOTAL:CONSTRUCTION TOTAL:SECTION 7 ALLOWANCES SUBTOTAL:SECTION 2 GENERATOR SITE SUBTOTAL:SECTION 3 SUBTOTAL:SECTION 4: LANDSCAPESECTION 4 SUBTOTAL:SECTION 5: RESTORATIONSECTION 5 SUBTOTAL:SECTION 7: ALLOWANCESSECTION 6: BID ALTERNATESSECTION 6 SUBTOTAL:CONSTRUCTIONTOTAL:SECTION 7 SUBTOTAL:COST SUMMARYSECTION 1 GENERAL SUBTOTAL:SECTION 1: GENERALSECTION 1 SUBTOTAL:SECTION 2: GENERATOR SITESECTION 2 SUBTOTAL:SECTION 3: PUMP STATIONPage 105132020_Bid Schedule16.C.4.dPacket Pg. 1604Attachment: Attachment 4 - Recommendation Letter (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1605 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1606 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1607 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1608 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1609 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.e Packet Pg. 1610 Attachment: Attachment 5 - Work Order and Contractor Quote (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1611 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1612 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1613 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1614 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1615 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1616 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1617 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.f Packet Pg. 1618 Attachment: Attachment 6 - Payment and Performance Bonds (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1619 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1620 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1621 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1622 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1623 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1624 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1625 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1626 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1627 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1628 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1629 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1630 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1631 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1632 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1633 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1634 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1635 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1636 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1637 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1638 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1639 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 16.C.4.g Packet Pg. 1640 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation) 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 10/18/2019 A Marsh &McLennan Agency LLC 222 Central Park Avenue,Suite 1340 Virginia Beach VA 23462 Marsh &McLennan Agency LLC 757-456-0577 certificates@MarshMMA.com Zurich American Insurance Company 16535 Evanston Insurance Company 35378QualityEnterprisesUSA,Inc.& Quality Environment Company,Inc. 3494 Shearwater Street Naples FL 34117 Phoenix Insurance Company 25623 Travelers Prop &Casualty Co of America 25674 XL Specialty Insurance Company 37885 1748190232 C X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y CO7N91352A19 7/1/2019 7/1/2020 2,000,000 C 1,000,000 X X Comp X Coll 8107N67219019 7/1/2019 7/1/2020 PIP 10,000 aggregate D X X 15,000,000CUP8N00458A7/1/2019 7/1/2020 15,000,000 X 10,000 A X N WC017931004 7/1/2019 7/1/2020 1,000,000 1,000,000 1,000,000 B E Pollution Liability Installation Floater MMAENV0001065 UM00030160MA19A 7/1/2018 7/1/2019 7/1/2020 7/1/2020 $1,000,000 each claim $200,000 $1,000,000 Aggre $2,500 DED RE:For Any and All County projects Board of County Commissioners in Collier County are included as additional insureds under the General Liability policy as respects to work performed by the insured as required by written contract Board of County Commissioners in Collier County 3925 Tamiami Trail East Naples FL 34112 16.C.4.g Packet Pg. 1641 Attachment: Attachment 7 - 14-6213 QualityEnterprisesUSAInc_Contract (12606 : PS 300.06 Rehabilitation)