Loading...
Backup Documents 12/11-12/2012 Item #11 AORIGINAL DOCUMENTS CHECKLIST &ROUTING SLIP 11A TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. r Complete routing lines #1 through #2 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #I through #2, complete the checklist, and forward to the Countv Attornev Office. Route to Addressees (List in routing order) Office Initials Date 1. appropriate. (Initial ) Applicable) 2. December 11, 2012 Agenda Item Number I LA 3. Emily R. Pepin, County Attorney Office County Attorney Office N/A-1 4. BCC Office Board of County Commissioners Number of Original l 2' L Minutes and Records Clerk of Court's Office V PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above. may need to contact staff for additional or missing information. Name of Primary Staff Diana Deleon, Purchasing Dept. Phone Number 252 -8375 Contact / Department appropriate. (Initial ) Applicable) Agenda Date Item was December 11, 2012 Agenda Item Number I LA Approved by the BCC Does the document need to be sent to another agency for additional signatures? If yes, N/A-1 Type of Document Contract - #12-5947 Number of Original 2 Attached Roadway Improvements — Immokalee Road Documents Attached PO number or account signed by the Chairman, with the exception of most letters, must be reviewed and signed number if document is by the Office of the County Attorney. to be recorded All handwritten strike - through and revisions have been initialed by the County Attorney's INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial ) Applicable) 1. Does the document require the chairman's original signature? 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A-1 provide the Contact Information (Name; Agency; Address; Phone ) on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike - through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases (some contracts are an exception), the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of zour deadlines! 8. The document was approved by the BCC oni1411119,( x�'_ ,_ _- and all changes made during the meeting have been incorporated in hie attached document. The County Attorne 's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the Chairman's signature. MEMORANDUM Date: January 29, 2013 To: Diana De Leon, Contract Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #12 -5947 — Roadway Improvements — Immokalee Road Contractor: Bonness, Inc. Attached, is a copy of the contract referenced above (Item #11A), approved by the Board of County Commissioners on Tuesday, December 11, 2012. The original will be held on file with the Minutes and Record's Department in the Board's Official Records. If you have any questions, please contact me at 252 -7240. Thank you. Attachment RECEIVED JAN u =1 20113 RISK MAN t LMEIV 1 Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 Telephone: (239) 252 -8941 FAX: (239) 252 -6700 Email: RhondaCummings0colliergov.net www.colliergov. net/purchasinq Memorandum Subject: Solicitation # 12 -5947 "Roadway Improvements of Immokalee Road (Valewood Drive and Autumn Oaks Lane)" Date: January 2, 2013 From: Diana DeLeon for Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Jeff Walker, Director of Risk Management This Contract was approved by the BCC on December 11, 2012 agenda item 11.A. The County is in the process of executing this contract with Bonness, Inc. The insurance requirements are on page 41. Please review the Payment & Performance Bonds and Insurance Certificate(s) for the referenced Contract. • If the insurance is not in order please contact the vendor /insurance company to obtain a proper certificate. Once you receive the proper certificate(s), please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. • If the insurance is in order please acknowledge your approval and send to the County Attorney's office via the attached Request for Legal Services. If you have any questions, please contact me at the above referenced information. In nce Approved By: / S Management Signature ate (Please route to County Attorney via attached Request for Legal Services) G /Acquisitions /AgentFormsand Letters /RiskMgmtReviewofl n s u rance4 /15/2010/16/09 If - JAN �s J 2313 RISK MANAGEMENT krr m nishm6e ServIces Dvision Purchasing Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane COLLIER COUNTY BID NO. 12 -5947 COLLIER COUNTY, FLORIDA Rhonda Cummings, Procurement Strategist Email: rhondacummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 Design Professional: PB Americas, Inc. Purchasing Daparinmt• 3327 Tamiami Trail East - Naples, Florida 341124901 • www.colliergov.neVpurchasrng 1 Construction Services Agreement: Revised 611/11 �1 ,.� Email: RhondaCummings @colliergov.net - y Telephone: (239) 252 -8941 Adrnini Services vision FAX: (239) 252 -6700 Purchaaingg ADDENDUM #5- Memorandum Date: September 4, 2012 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #5 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CLARIFICATION Since there were other questions that came in after the question and answer period expired on the eProcurement site, it is best to provide the benefit of the questions and answers to all interested bidders. Some of the questions were answered in previous Addenda. The questions will be paraphrased. The new Bid Schedule — Addendum #5 removes lined out item #690 -20 and adds a I in the quantity section of CC522 -2. 1. Question: The typical section for the Immokalee Road Improvements shows OBG 6, it should be OBG 15 Answer: Addressed in Addendum #4. 2. Question: Item 706 -3 "RPM's" is actually listed twice with the next two items after 706 -3. Answer: Removed the first 706 -3 that had the sum of 295 and left the RPM Yellow/Yellow with a quantity of 227 and White /Red with a quantity of 68. The correction was shown on Bid Schedule Addendum #4. 3. Question: Double check the pipe quantities. It appears item 430 - 175 -101 of 906 LF includes the 116 LF in item 430 - 174 -101 which would be double dipping on this item. Answer: There is no double dipping. Pay item 430 - 174 -101 is called out on roadway plan sheet #9, as 18" RCP with a total quantity of 116 LF (Please see Summary of Side Drain and Mitered End Sections). Pay item 430 - 175 -101 is inclusive of all pipe sizes 0" to 24" as shown on the roadway plan sheets. Please see Summary of Drainage Structure Sheet #10 in the roadway plans. ATTACHED See Bid Schedule — Addendum #5 (corrected) c: Marlene Messam, PE, Senior Project Manager 11A d-l-H-H I N1- I- Ln Ln m r" �- INI- �- IIN�- I- I- I- I��"iI- N Lo I�I "t�oIM��-M-gym _ ICI- iIJI�nI- jI °I °I °I°I°Iwl °I -,I-,I WIwI JIJInINIUIUINININI�I�I�l�IU-I WI ri N U U Ln Lf1 -O m -V O - I LL I cV O rrri rri rri N ri 1p I� n i n Ol ri i ri i e-i 1 ei r-N p ri lD V I.i i n 1 1, � i rr-i cr-1 1 rU i 1 i ri N N N N N N N 'd C -T I- n O O O O O Ln Vrn 1 , IO dc-i 4r-* a O U O O O O O O O O O O O O O O O O O O r-I H N N to w w N m m m O N -i I H H r-I H i r -1 H H H i r-I i i r-i ri r-I a r N N m m m m mt d' LLI m m D C � G ^ O} in a Ln g 06 z z z = o, p D w w 2 O O n~ U Z n F W J > n y~ OC W n u� w L a w o_ � a a "� cD N g Z Ow == w~ O N U ° m m Q j V) a. w w w w- 0 N N w a w D w z o o N L Z z o c jU- n J Z O m (n } W_ U W cW = _O lD l!1 a V. Z > O Y = W Z = c D_ H O > U U W Lf1 Q O CCLL LL w z C7 Z O_ >> D_ a Z Z LL a a aaG O< °C a N w m H °-,- Z O o Z Ln z LL z o n Z g Q w w m Co Z Ln ° °° a Z y L H O H O 2 LL= Q Z J O w Q a d F� Ia Z V1 Z Z W W Z OC �- > w J W � X> W a I- w V1 to U� U a Z o z o c u �- a �, j w a z " LL X w m V1 m Ln m �- =' w w o m 1- Q Z w w Z m v Y o2S O w w U h- a U a\ W as a U W J a I--' W W >> U w U Z O N v1 s m ( Z m W O � 9 W O_ F- U U Z z w U w O Z > g Z m a a Z_ a > > W > Z_ CC a 2 Y Z 2 F W Y F-� Y W § O a m m z= W W 2 U H Oi' m of O >O (7 m w_ 0 a L m w a a =1 Z w w O aWC � a Q Q a= Ia 0 0 W} >> O CL CL o o 3 m m a= 2 U In In 'n m O U m w w H 0 0 Ln Ln a U Z ri N Ln Lf1 -O m -V O - I I cV O rrri rri rri N ri 1p I� n i n Ol ri i ri i e-i 1 ei r-N p ri lD V I.i i n 1 1, � i rr-i cr-1 1 rU i 1 i ri N N N N N N N 'd C -T I- n O O O O O Ln Vrn 1 , IO dc-i 4r-* Im O U O O O O O O O O O O O O O O O O O O r-I H N N to w w N m m m O N -i I H H r-I H i r -1 H H H i r-I i i r-i ri r-I a r N N m m m m mt d' w 0 m m CL N r-I O N ri r-I 01 LU C fD J Y l0 O E 7 7 Q c f0 p O O 3 CO (6 O Lv Y O C� C O C a� v O Q. �o -a m O Ln�h Ln N m iii Ln O tw N Lll m a- r4 L--1 O N \ c-1 O d;' i/? Ln "Ln i/? 114 in to Ln Ln in tn Vi V} U? L} in O O O Ln Ln io m -� p to N �t m i M l0 c 00 N Lf N f, O m N N N c £" 01 N m n N ri I O N a a a a LL LL LL Q Q a Q W LL } } Q } % C LL W C LL LL a a G LL LL a °' Ln Ln W Ln In Z J J iD J J W W Z J J W LL E a O p O U to Ln (' a S<, O a LL p N C Y J \o Ln <." v Q p p p U Ln 3 v N N a U U Ln - p c- w K Z W o O O W Lb ri _ G4 N 00 N p Lw p I_ 2 2 Q O �t L, U 3 J Q} J z S z w S z O z S Z O w S J p Z Lai cc LA a- p - Z Oa- O O Z Q Q N m 0 _ p iv o O z a~ O U uj a p m o a a a Q Q Q Q W Ln a z W o g° a w w w z Z Z Z Q a oC J } Ln Ln m n - - a a °- °- -° W w U w z z z w w_ } z z p �" V ca c C a a a W Z w cc Lu z G G G 0 0 0 0 U F- U Z p U Z Y Y J J J z- W F O O _ _ _ In Z Z Z Z Z Z Z 2 Q L7 to Z Z. L,p LD Ln c C 0 w O 0 0 0 0 0 O O J (7 z F J Z 0 — J= _ , a} J U co O w ° Z pLL� U Z Z a a Z Z -' Q t0, ~ Z w w w U m Q U °� ww w LA s z vai w wC w p I- oo W O O O Ln N Ln In a W C w W G G W Cn -�;. m O F- F- F- a p p p-- S Q 0 U 3 U O w w a Ln Ln p w w a- O W w% m N 2 z Z Z Z Z U a U a- J Z Q Q U U C Q Q F-i 2 F- W J W > W W w W W W Q W N Y p m Q CN G a a N LL LL ~ o- a F- w Z} U in J Lt J J J p a Q p K ~ J Q Q= Q p Z w Lu p In p 2 O 2 W W W W I- w U Q J F- �- uj Lu U OC OC U J U 3. F- F- S w U U U z z a z Ln Lu U LL �? Q U O a F- F u- F- F- F- F F- LL w w w Z' O a_ a_ H H H H Z Q'M w H �p Z Z Q a a Z j Z Z Q J Z J Z Q V _a C c C C w O z a w w J ¢ Q z Y Y a a Q a aO a a a G L G G a U H Ln N p a LL a s Ln Ln a a a a F- C7 a rl r1 r-I Ln m Ln Ln ri LT O O ri O ri O N N ri N ri N c-i N LO r1 r1 r-I M N Ln N -1 M ri d ri Ln O uo O n ri ri d' N r1 Ln Ql m i p Ln Ln N N d' cF O O N ca 'A rl -1 . A -1 -1 r-I a-1 N N N Ql OC M u1 l0 i LT i n r\ n o0 o0 oo oo O N i ri r1 ri �-i rl c-1 r-1 �-1 ri ri ri LT O m m m N .-1 r" N N ri r-i 1-1 c-i 1- rl rl ri rl -1 e--I m Ln Ln Ln A Ln 6 6 6 0 0 0 0 Ln O O N Ln r 6 0 6 0 6 0 6 6 616 0 6 6 T T N N N N M m M M M M M ri N N N U N r\ r\ ri -i a--I r-i a-i a-i ri -i .-i c-1 e-i U U" v V v ct v v v v �* Tr v Ln Ln Ln Ln U Ln Ln Ln r, r, r, � r, r, r- r- r, r, r, U U Ln O tw N Lll m a- r4 L--1 O N \ c-1 11A 0 0 0 0 W. tn �I�ImlNlmlml NI�IOIOI LoI IOI NINI �IOI �I -I NI`- -I Q Q Q Q W W W W ln Z J J o J w w Z J J N I I I I I I I l l ( I I I I I I I I I l p 0 m aj on m n. N r-1 O N \ ri c--I Ol O rH m m rH r-1 O O rH v rH 2 rH N O rl O w rl N N m Ln LO 1l -i N In d r-I r-I l0 ri rl e-i J J In O rl .-i r-I c-I a-i ri e-I N N N V1 O O O ri O ri ui } p z ri a-1 .-� .-i ri ri ri ri rl r-I I� O N N N N c-i r-I m W w p ri ri rl r-1 ri ri V- r- 1- 1- 1- In O O O O Ln to O w z QJ IH rH 11 r-1 rH r1 rH r•i rH r-1 1 O O O O O O J S Ln -1 r-I rl -1 r-I r-i -1 rl ri r-I ri U 1, n n n n n LU n n n n n n n n n r- n _ n U N-I s 0 0 Bo w Y Y J Z V1 OC 2' W l0 ci N O- N J Q In Q Q } v Q Q LLJ N D N O J J a a W 0 0 <n p z z z 0 0 0 X Y 0 W N ) W w n n In cn Q O tV _ OC i J J J ....... z= CJ w >? w Z w _ _ _ _ _ _ �j z U U U U U U U U U U �n vi In � W Y Fi `-' N Ln N N N a a w w j Ln Ln Ln Ln LA 1 O Ln O Ln O Ln O 2 o W W W W Q a a a a o a n n .a n o a na a s Q z p 0 0 0 0 0 0 0 0 0 0 v 1 J J ~ w O O Ur Ur J W Z Z Z� m J W W W W W W W W W W Q I in in in O w p W a W Q a 2 = 2 2 2 2 2 2 2 2 OC 0 m aj on m n. N r-1 O N \ ri c--I Ol O rH m m rH r-1 O O rH v rH 2 rH N O rl m rl N N m Ln LO 1l -i N In d r-I r-I l0 ri rl e-i N rl .-i r-I c-I a-i ri e-I N N N V1 O O O ri O ri ri ri a-1 .-� .-i ri ri ri ri rl r-I I� O N N N N c-i r-I m m e-i ri ri rl r-1 ri ri V- r- 1- 1- 1- In O O O O Ln to lO l0 O IH rH 11 r-1 rH r1 rH r•i rH r-1 -1 O O O O O O O O ri -1 r-I rl -1 r-I r-i -1 rl ri r-I ri U 1, n n n n n n n n n n n n n n n r- n n n U 0 m aj on m n. N r-1 O N \ ri c--I Ol Y (o Q C E O 7 Q C f6 v > L 0 O a) ca O w (U a) to CE C 0 C E v O Q E m m 0 (9 O w U( N m 11A Ln 0 a) do �a a_ N i-i O N r Q1 .- +n +n in in v} v} vl� v? v} in V. v} v} v} in in v} v} v} v} v? v} v} P-1 v} ut v} O d lD `-i n ^ ^ Ln -i ri - LL LL LL Q LL LL LL Q Q Q Q Q Q V) VI V) Vl Q Q Q Q Q Vl Q Q Q Q Q W LL LL J D- J W J J J w w w W w W Q Q Q Q W w w W w Q w w w a a W W J J J '. O i' U w ❑ Ln cn ❑ n z 0 o z 3 U Ey O U U Q a O LL J 0 �i 2 w Z 0 _ o D Z Z w U • un U ❑ ❑ ❑ ❑ z ❑ w . 110 J J Q Q Q J Z O N N ❑ ❑ O H z �--I Ln U tY Z 0, U Z L w ❑ x a a❑c a< Q Q O w O w 3 ^ O O N O z `n J N a co xQ` D a p CL w m Z Z in a. JO a W LL N N; ac O O w > J a a Z Z g o p[ Z w > z O m oC w U❑ 0 N ~i) 30 30 W w F- 3� m J 0 (D O 'n z Q., L Q❑ z o2J a ❑ 0 F- Q LU cn Z a p w N z w o o>> ❑❑ a> U Z w o_ > 0 7n ❑ _ D z z_ �oC u_ �s 3 3 z z as �s a 00 a° �Afll Q O S G U ^ ❑ ❑ o W Co w Z f V z ❑ .--. ^ 1-1 1-1 OU 0U V v w G W ^ O U^ 0 o 0 w U- u z z w w 0 w J z Z W Z O w iv w w 0.6 LZ N H 0 ` o O❑ J J a ❑ m z m w Z OX m J m ^ O V Z W W Z Q U W m U J J U -) Cm w W w lf/1 Z ❑ m LL ~ Z N �". C W� 0-3 N V) C U ❑ O ❑ Z fY] Z Z 0 z co co 1W �LL U- ul 06 Ln m a O 0 �! o O O G L m 111 Ln V) LA V1 W' a a C> G w io Z u u u� u LL u N � J a a 0 ❑ w 0 0 CO 0 LL I- w Z N vwi Zn ^ VN1 J �Nn J Q ♦- V) V) I- p� I- W N a z LL S W X a Q W M- 0 m d X O m OC L.L z z W ❑ O O W 0 W J O _ -� ❑ W c G ❑ ❑ ❑❑ 0 3 0 0 0 a 0 m w J J M 1 W I- W g J Q z ❑ m ❑ U Z Z Ui d U J Ln 0 -� z J W W W U W. J I-- ~ ❑ z X z w U O O O Q 0 Co CD co co 0 m ❑ __ 1 W ❑ 1- F C7 z z c G W W Z z Z 0 ❑ ❑ S } J U U i U z Q LL LL LL LL _ LL f1 Vl ❑ D_ V) Ln N Q a ❑ ❑ Q Q a U N W a� (� J J w O U �n a a _❑ Z a d Q J J J J J J J J U U F- H Z W J W J F- 0 1- U 2 U Z J Z Q z_ Z_ z U Q Q a Q Q Q Q a a a a J J LL LL VI V1 U U V1 Vl LL W W Q a �- w Z Z Z Z Z Z z z Z Z z W w LL LL w w G w w LL LL z J z w Z S S S C7 (J C7 (1 C7 C7 U U W W Q Q ❑ ❑ 2 S ❑ Q ❑ Q �n Q (7 00 U U (7 C9 U ca z ❑ N m V1 N (n N N V) V1 C V) Ln Ln I- F- f1 D_ a > > D- Ln a. i- V}) I- N. U VI N M -I -i ri N M O O O -4 a--I ii m N O N N a-i a-i N lD ci rA ei T `~ N -, a-I e, a-i � O lD N O e-I N I I .--I M e--I a--I i ri i e-I i n i e-1 i e-i i ei ei Ql D1 ri i v V rA m et i O O O O e-i 00 a--I lD e-I �-i ei n .--I N d' V d' V> n .--1 c-I m m M m In to ri i--I a-I n n e--I .-I Vl e-I rl M M Ol ei -I d' r-I a-1 N u1 O N m M m m m M m 4 L1 c) Dl O O M m i6,, m � V) O Vl O O O O Ql O In LA LA M m ao w w w w W o0 oo m cY cY Ln Ln to to 4 m lD lD w r oo m m m D1 m o -4 -4 -4 n n fl f, n n Ill (D lo lo w w w w lo lD lo w W W lD W lD lD lD W n n fl r- Ln 0 a) do �a a_ N i-i O N r Q1 i--1 1-4 r-I L it V1 a O ci N Ln LA LA O) H U r` n U O m N Up d N O N c-I c-i Q1 p O W 00 p p S O W O O p m D N V? V} v} V? 41}.- O N O w p O p Q O N O O W p oW m O 0¢ N � oc > OC O H C L c-I ci c-1 ci p r Ln E'. W X W dl � W W X Z -. G m l.L ''.. i--1 1-4 r-I L it V1 a O ci N Ln LA LA O) H U r` n U O m N Up d N O N c-I c-i Q1 p W p p S W O p D O N w p p Q N O W Z! W p oW O 0¢ � oc > OC O H C L J W F- LL. Ln E'. W X dl � a. e lb ~ Z ❑ G m O - z O' m U D O W J a a O L7 C7 N J`:00: n. Z Z S 2 2 Z ',Z J J J Ln CA i--1 1-4 r-I L it V1 a O ci N Ln LA LA O) H U r` n U O m N Up d N O N c-I c-i Q1 Memorandum Date: September 4, 2012 11A Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #4 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #4 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION One sheet 6 in the roadway plan set, the typical section for the Immokalee Road Improvements lists the pavement structure as Optional Base Group 6 (Type B -12.5 only); this should be changed to Optional Base Group 15 (Type B -12.5 only). ATTACHED See Bid Schedule — Addendum #4 c: Marlene Messam, PE, Senior Project Manager Ol N N I N l0 r N L Lo � O o N crrrI rrI I N( O I I I I I I I I I rI eI I I -1 '*l I ( I N I M I w I -1 JIJIJI�IJI�I °I °I °I °I °IWI °IJIJIwIUj -j - JINIUIUININININIA- I�- IF- IUlwl U U LL LL Q W m m n OC 2 m Z Z O1 F O O M m < Lq Lq w ° ri N v 0 N rl ° > a O J m m Q N _ Ln Z }w }w Y N U LL ° LL. O Z F- Q a Z lD �n ... c-I w Z ri z Ln ~ > V o } z a w° w J n. m Q a _ °_ U Z w rl a a O rl lD O O= n O O Z z vi Z Q 0 _p ~ N ri Ui (n W ~ cr Z a n rl rl (7 U can a g w L ri Q I- N =' N N N p N U ch U u z n a a O y O z In r, _ Ln U) a Z 2 a w 0 O LLJ w O O w O J ui >z C) I-) > w 0 U Q Z ~ Q Q O Z ° a Q N N m m O L U ri ri Y ri ri J ri W ri _ z ri ri 5n i D cc Z Ln > w U O �- L p C7 w m m = O Q O> LL Q 5 Z ~� z U Z F U O a Q N Z Q m m O Q 2 v1 U J -j CO w z N z O Q co H m 0 H O z O Z � °C U a co in I- Q LL >O O Q O z O Q U v a> w Z O U Q D 3 z Q U F- U w LU Q N Z D a Q w U W Z a Q w N (�J C7 z ° ° 0>C ° W N W W ° = m _Z m LL, z m x m Q F- x �_ V W Q O O O w O a O m m> C7 Q 0 LU m L z a a a a Q m Q° m Q 2 => U cn F- in 0 in 0 m J U U U LL LL Q W m m n OC L11 b m CL N rl O N r-I \ Ql Z Z O1 O O o U Lq Lq w ° ri N v to N rl > W J m m Q N _ Ln Z }w }w Y N U LL ° LL. O Z F- Q a Z lD �n ... c-I w Z ri W Ln ~ V z z a m n. m Q a U Z U Z w rl a O rl lD O O= n O O w vi w Q rl _p ~ N ri Ui U U F- Z a n rl rl (7 U can a w 1-1 ri Q I- N =' N N N tail vai U ch Q u z n a a O a a z In r, X w m m m U O LLJ O O O w O Q ui ui w > > w 0 U g Z '~" m Q Q O Z z a a Q N N m m O N U ri ri oc ri ri ri ri � ri ri .-i ri ri 5n i ri Z ri ri ei O O 1 L N m UU m L11 b m CL N rl O N r-I \ Ql ri N N rl r♦ M V N r1 Ln lD �n -i O rl rl ri N rl lD I� n n t\ n Ol rl rl ri rl ri N ri Ui rl l0 Vi n n n rl rl I� rl rl 1-1 ri N N N N N N N N -7 ch Q V i, n O O O O O V1 In r, V 'cT i, O Ln U O O O O O O O O O O O O O O O O O O rl rl N N l0 00 00 N m m m O N U ri ri i-1 ri ri ri ri e-I ri ri .-i ri ri ri ri ri rl ri ri ei ri ri ri N N m m m m Rt 't L11 b m CL N rl O N r-I \ Ql 11A �I ItnIu-�IV-�I-(nIL*I ICI+AIL*It*I+nIij-�IinIij-�I LnI-,nI -Ln ICa I -Ln Iv)-ItnIin I.r�IV,,I,�I In. I-(nItn III I I H 10 �I NI �I mI �I mINI �I mINI �I mImI �I C* I NInINI ^ImI "l OI I NImI Nl NOI "I 00 I N w I w I W I w I J I J I J I w I w I w I w I J I J I N I N l( w I N I N I Z I J I J l o l J I.J I w I w I Z I J I J I w I O M U N � it Z N J_ O Q D � N2 c 0 Y J N N d u U In in d in _ W O O W N W N 0 0 N O 0 O Z Z w Z Z Z w O 2 = J Z O o I- O O O I- Z Q Q O K O z W Ca w ian G Q Q Q Q J o p H O O O w V a a a a Z w U U `y J J J O O o O J Z- F- in z z z z z z z `° Z >w ° O o o O_ FO_- o o LU LD W N Lij ~a ~a a U U U U df O o o } U O O O w w w w U CO m Z O w N� m m cc 0 l m o d H F- I= 0 0 0 0 M Q O U U a Q I D I- w >>> w w w w Q w w U _j LL 0 0 O p O wo L", wo 0 !�- � U Q¢ I I- H= w U U U w z� s vi U LL J J Q O 4. a a I- % L t= o Z Q C) W I Z z g U a a a CW. v0 "I N r o 0 5 I H W U I I � I 0 c w a i W IL" I - I lD � I J , Z I z � W 2 . l z f a c i o �o !n W Z p Z U Y J Q r Z 3 0 o w O � Q Q Lu wLA Ln > s 2 > a O w Q W F a w Z y Ln 0 Z Q w U -! F- Q 0 O p z Q d H U a w O^ r1 Y m O � m ui Ln O ri lD } r-1 M .-i Vl N zr m VNi1 ri n N �t l0 N V N V O O�1 i r-I Ln N V O ry V 1� ri O m '* O e i l Ln n r-I O m -�r O N to n c-i O m V N - N W m O m cr N ri I N W 01 O m -cr N e-I C' W m O m. r N T ct 00 m O m V - O i N Ln r4 m O i ri O N In O i� O N in N N N In N N L/ U U r-1 I- N m N a--i O I, in m N ri O r" m Qa m N 'i ri e--1 O ri i, a Z Q r-I Ln -1 ri r-I O ri n O w r-1 ri c-I O r-1 n O I,, ri A ri O r n J N W a N � w LL U- O H u Q Q w LL LL a a Lu Ln N d i o �o !n W Z p Z U Y J Q r Z 3 0 o w O � Q Q Lu wLA Ln > s 2 > a O w Q W F a w Z y Ln 0 Z Q w U -! F- Q 0 O p z Q d H U a w Ln 0 N N tw [0 a N -I O N c-I m r1 1-i ri Ln m ui Ln r-1 M .-i Vl N zr m VNi1 ri n N �t l0 N V N V O O�1 i r-I Ln N V O ry V 1� ri O m '* O e i l Ln n r-I O m -�r O N to n c-i O m V N - N W m O m cr N ri I N W 01 O m -cr N e-I C' W m O m. r N T ct 00 m O m V - O i N Ln r4 m O i ri O N In O i� O N in N N N In N N L/ U U r-1 I- N m N a--i O I, in m N ri O r" m c-I 1-1 i r-i r•i r-I O ri f- m N 'i ri e--1 O ri i, in N ri A r-i O r-1 n ri m ri ri c-i O n ri d ' ri ri ri O %-i n r-I Ln -1 ri r-I O ri n O w r-1 ri c-I O r-1 n O I,, ri A ri O r n e-1 r-1 N ri r-I O ri n CT N N ri r-I O r-1 r, ri �n N r- r-I O r-1 n m m O m m O m lf1 T m U U U U Ln 0 N N tw [0 a N -I O N c-I m .1 .1 .1 -1 -H A W. Mfia7 © © © © ©©©©©©©©© W. m i� M I N I M I M I N I I O I O I I I O I N I N I I O I Ln Ln I w I N Q I Q I Q (a I w I W I w I W I N I z I J I J I I J I w I W I Z I J I J I N l U, O r-I M Ln e-1 r1 O O e-1 V ri C rl N - O ri 01 e-i N N M Ln l0 i, e--1 N 1n a ri r-I T 1- e-I r1 N ri 71 r1 ri 1 r1 ri N N . N L/I O O O r1 O r1 ri ri ri r1 ri a-i H r-1 r1 r1 r-1 I, O N N N N r-I ci I M M ri r-I c-I r-I r-1 e--I ri ri r1 r-I e--I ri Ln O O O O Ln Ln LD W O a-1 H ri r1 r-I r-1 r-I r-1 .-1 r-1 r-1 O O O O O O O O ri 14 r-1 -1 7-1 r-I ri -1 1-1 1-1 r1 -1 U 1l n I\ r n n n n I,, n n n n t\ n n I\ n n n U Ln 0 M v tin fQ CL N r-I O N r-I Q1 O w J J Ln O uj } o Z ` 5 W Q W O W Z Z J J = L LU LO 0 s W 0 W w a Y Y J =^ N ct ^� l0 •..• Z Ln a' K Lys lD ri N �-• - JcQ c QC } v tD Q p 0 0 Z F- O O [n N o> w w 0 0 0 cYil Q LO J C,4 .--I o ,, 2 2 Y � cYil J Z; Q T6 ^_ S j C O O O> O z W 075 LL w p� Q Q C S 2 S 2 2 S S J J -j v LLJ } }} Z Z Z Z U` w >> w w Z U y U U lJ U Ln N N N Y N U- i LL N N N N N N N N N N a a -J-J Q g g g a z Ln LA Ln N o ' a s O w w a a a a a a a a a a Q a_ (L O OOOO 0 0 O w w w Lu O O Z J UU0 J J t W Z W = W W W aa' W W W W M LLZ Z Z Z m J W W W Q W S W S W S W S W S W S W S W 2 W S W S Q LY 70 CA N N O 0 - W a F- F- F- F- F- F- F- F- F- {- F- VI O r-I M Ln e-1 r1 O O e-1 V ri C rl N - O ri 01 e-i N N M Ln l0 i, e--1 N 1n a ri r-I T 1- e-I r1 N ri 71 r1 ri 1 r1 ri N N . N L/I O O O r1 O r1 ri ri ri r1 ri a-i H r-1 r1 r1 r-1 I, O N N N N r-I ci I M M ri r-I c-I r-I r-1 e--I ri ri r1 r-I e--I ri Ln O O O O Ln Ln LD W O a-1 H ri r1 r-I r-1 r-I r-1 .-1 r-1 r-1 O O O O O O O O ri 14 r-1 -1 7-1 r-I ri -1 1-1 1-1 r1 -1 U 1l n I\ r n n n n I,, n n n n t\ n n I\ n n n U Ln 0 M v tin fQ CL N r-I O N r-I Q1 Ln m O C E 7 7 Q C m a) J L 0 O 3 v m m O ai a) io Y O E E O C a) E a) O Q. T m 3 ca 0 z 01 In N ,--1 m 0 a, to m a N r-I O N Q7 v} to v} v} v} in v} vT v} in v} v>• vT , in v} +n v} in v} v} v} v} in 14 v} (n in v). v. � O O O r-I eI N -1 m N -1 m .-I .H LD rO m i r-1 m -i O-I to N� n n Ln ri JQ LL LL LL Q Q Q Q Q Q (n (n N Ln Q Q Q Q Q (n Q Q Q Q Q LL LL W J J J W W W W W W Q a a Q W W W W W Q W W W 0 U w w ° ~ z 0 0 Z U a Q> } O w 0 O U U Q Q LL Co Z 0 O a Z Z U Ln L~+J In N O J J Q Q m z d I- 1 W Ln °° v 0 ~^ O w Z Z Z d W (, Z° w ° s a' w Z U Z z a 0° O D_ a 0 °° (n (n o J cn Q O � W n O(A w m z Z`_ a w a _ to n1, z O C7 W 0 > J Z Z p w Z LU j Z 1O O J M J W CJ O S IQ- � S' W W H Z `-.' J CD J O O D_ (n W O O O z ° .6 W H z } } a > Z LL > W LL! rX O Z Z C7 - U r1 c 1 3 z Z o2j oiS O �' 0 ^ Q ao Z a = N o ac o O Z Gc U H -^ -- - H ci O O O LL LL � U H w O z _ v o� o 1- a a p cn w Z Z U 0 U _. -wi W F- W O Z W W ° '" `" ° ° w w p °' w> ° Z Z o> N U F. S o _° ° J J ` m Z W W m m W W Co C O > JJ O(� W -. V Z W Z ° U ° J "I W W �`-. cm G G 06 w v_ W w o W LL d' o O F m z Z O Z- p °° m `n (^ 02! a2f Ul n o N ? v o 0 O oLLC m Ln to n -- -- Q o2S a Lu I- a Z O to F w w v v v J a In a s LL Q _ 0 0 021 LL. U U U U O u u I- W U Z N In to (n — Q F 0 O° w W aC F_ z> w W S �= w H X a a LL (n (n w (n s F- Z H J w Q U U J X p z LLs Q Q U U W Z o 0? 0 0 o O m m 2 g Z Z o 0 0 F- �? I- O °� J w Co Q W w °� z ac J J O W U U W (A W �' Q° Z J W ° U U = a a 0_ ° ° I- J O J z z J Z J W W W U W J I- J a a z z N W W ° Z Z lL d O O Q m = m m p m O W O H H (� (� z z W W z Z z X O ° O } U U QQ W d ° D_ Q Q ° ° Q Q Q U W� �S U J LJ N N _O N LLJ z U( 0 {nLL (Inl ((Wnn (LWnn J (Nn J CQ L CQ G U U H F- z J I--- F- U cO U _ Z J Z Z U Q Q Q Q Q a s a .!U s a Q J J LL LL (A Ul C U J U V1 O In LL G W LL __j Q Q a _Z W Z z Z z Z Z z Z Z z Z W W LL LL W W C W W LL LL J ac F- I- a 0 W W a a ° ° °__° Q° a Ln a m ° in in in in Ln N a a Q > > a ~i( a N U Z n cn (n (n (n Ln (Ln Fes- N (n Ln -j --j N m -1 -4 a-i N m O O O i-1 -4 Ln N O N N 11 (-I N Lo ci e-i ri m 1n (-1 a-i e-1 e--1 LD N O i i ci i-1 Ol �i O O ri O O •-i LD I� e-i N V CF � Ln I- ri c-I m m m M Ln Ln r-I -4 (--1 c-I 1- n ri r�l Ln e�i .-I m D1 .--I r-1 d' li e-i e�i Ln O N M m f!1 M m M M V Ln Dl Dl O O m M lD m m Ln Ln O Ln O O O O a) O Ln Li'1 Ln m m oo m 0o ao 00 00 00 w m v Ln Ln Ln Ln v m w (D LD 1\ m rn rn rn cn rn Ln lD w N n n n N n N n w LD Lo lD LD LD LD (D w LD lD lD lD lD lD lD lD. 1p lD N n n 0 a, to m a N r-I O N Q7 cu CD c m J Y m CC C Q C (0 (U > 0 3 a� 76 m 0 N a) m Y O E _E O G v O L Q m 3 m 0 rn N r-I CD F- 4- O Ln v on m a N O N ci -1 0 Ol ME- M Memorandum Date: , August 31, 2012 Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX; (239) 252 -6700 ADDENDUM #3 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum #3 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE The bid due date from Tuesday, September 4, 2012 to Wednesday, September 5, 2012 at 2:30 pm c: Marlene Messam, PE, Senior Project Manager 1 Memorandum Date: August 31, 2012 LE M. Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #2 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION 1. Pole number 3 was changed from 649 -31 -107 to 649 -31 -102 (deleted luminaire due to a conflict with the overhead power lines). The correct numbers are as follows: Mast arm pole number 1 (Pay item number 649 -31 -103) should have an "assembly number of D5- S3 instead of D6 -S4. Mast arm pole number 3 (Pay item number: 649 -31 -102) should have an assembly number of D3- S2 instead of D1 -S1. 2. See attached Bid Tab Addendum #2. c: Marlene Messam, PE, Senior Project Manager 1 11A 4 Ln 4- O ✓]ll (6 CL V',IinI"nIV',I+nIV�I-.nI HIV* ICI+ hl i*I+nl+nl+nl+nl+nl+nl+f" l+nI"nI nlvjl+niv}Iv,, IV) Ivj- l + nl+nl if" l nlinlvnlcnI ri r�l r'1I •-- II• --II rfl 06� �IOI�I NINI �I �I �INI�I `�)�I �I�IriI MI �IMIOIOIOINImI HI - I!flI�I�2I�IJI° I° I° I° I° iwl° I�IJIwI Lull �I�*2I�IUIUI�I�I�INi�l�i�l�3lwlwlwlwl N ri O N O r-I z J_ m Q H z a o 2 a w N p J > m a � � o a y 3 V Z O O p V V O d d O w z a a }�} v "I ~ W U m w V U ° J m V) m ut U F I- I- OU Z Z Z r-I N ri m m r-1 N N r-I p w O M a' N ri In ID lD O M y0_ tD a O C .-1 O > Y F M In iD O ri r-I ri N ri a � w F w Lu Z O Z O w d' 1- 1211 n ri c-I I� N c-I ci ri ZU' ri r-1 r4 -1 ri N N Q N N N rN-1Na N l7 It 'T 2 w n O =- O w O O N h V w U 1- O to Ln ° In U O m m a O 0 0 � 0 0 w 0 Z 0 0 Q 0 0 r-1 ri N N w K 00 N m w w - u 0 c U U ri r'i H d = J w ~ ri 1-4 i- 1 1-1 e-1 ri r1 ri 1-1 -4 ri ri -4 r♦ N r-1 N N M M M M dt V <t W �t = Z z `4 K 1 } w U O m U, w 2 w O O i0 vi F H `.. 1 j > O a a m m m m a Z> F- w w m ydy H w Z U Z z z>> n. CL a U z ( i z in Z 1- l!) Z O o L7 LL Q f- W m?° O ° °= IS 0 O H O z g wy m Q w Z a Q w w Q d a U lz7 F Q w J a > X> LL U N O Q n ~ 1 j > Q m z O (� z J Q Q V) Q Q I- Z w w w >i z Q a- m U J Y Ln w(D 06 O IX w 2 CO CO m X w >> w l 1 Q\ Z O p p w w z Q W v� U (D 0 J m H ui ui w = o I,, N u U z w(D p m z z> g z n a a a s Ln > Z i� J y. w Q O p m m m cO z w w - a 2� m m¢ 2 2 U V)i ON == U a a O O (A U) � o a y 3 V Z O O p V V O d d O w z a a }�} v "I ~ W U m w V U ° J m V) m ut U F I- I- OU Z Z Z r-I N ri 1T r-1 N N r-I ri M a' N ri In ID lD O M lf1 tD O C .-1 O M In iD O ri r-I ri N ri T r� n l0 d' 1- n n ri c-I I� N c-I ci ri N ri r-1 r4 -1 ri N N N N N N N N V It 'T �t Ir n O O O O O In M h V 'It 1- O to Ln Vl In U O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 r-1 ri N N w 00 00 N m m m O N N N N U ri r'i H e-1 ri ri ri 1-4 i- 1 1-1 e-1 ri r1 ri 1-1 -4 ri ri -4 r♦ r 1 ri r-1 N N M M M M dt V <t d' �t 11A 0 N QI m a N i-i O N O 'i O\1 O .Q' in u* v} yr in v} v} in in v} 1.1� vi v} In +n V-� 'I., v} v} v> ------ C) o; o , LO LO .-i 'i 00 Ln Ul ko LO I� '-I h ry N 00 `� Vl m H (n N e-1 m N <D cn '-I LO 0 N Lfl N I� m" O '-I N m .--I N p Nei' 00 m I, N '-I O N Q LL LL LL Q Q Q Q LL LL } } NN Q } } LL LL G LL LL Q Q G LL LL Q Lu V) J W V) V) Z J J U, J J W W z J J W X f- Z Q D 0 O u Ln N J a _ rY N Z ~ � N J ci O LL O LL O N W J p e O 77 i v a d o U o U- o W �"' O N N N a Z w K ^ O O w 00 �--I V N � _ 00 _ N w O LLJ p = = Q O Lu Z Z W Z.. Z Z W G a Q _ a z 0 0 0 0 0 Z a Lo v o O p ? w o Z m o Q Q Q LL N Q Z H O F Y U O LU 0 O 00 Q z ¢ Z a Z Q z Q co J } Vl Vl 00 Q N W F- W F- W 1- O O O ya r w H U Q Z l7 (D W Z Z a a a p _� 0 W � 3 w Z Z H F- I_ ♦- } J o Z U �G a o a 0 a 0 a 0 z= U Y Y 2 3 2 3 2 o Y Y J L7 Z a a a j o z° o F a Q 3 a a> z 3 ., z z z z z z z U LL; a_ z Z o w 0 3 0 J 0 0 0 0 0 O O J l7 J p F f- w w a a a U U> w a Z 0 u z z o a s Z Q Z Z p J Q Z - O O O w w w w U m a U o z Q I- w w N I- I- Lu w Ln W 2 w 2 w } ^ .p LL H H H (A o to 0 Ln 0 Ln 0 cc Q z p u w U O V) w >> W w a Ln Ln 0 W W >> w W a- i0 o Z Z Z z Z U a U Q w Z U U 0 LL JW LL -j W ? W 3 w 0 w 0 w 0 w O Q w F W "' y 0 Q m Q 2 Q d d H N LL Q LL Q Ur F- w a H, W Z z D S S S W W W W z F W U --� Q J Q �-' �--, O O U O c O O U U J N U U U U O ~ ~ Z w Z Z �_ w O W W W W W w F' w h W Z LL a w U W W h a' Z Z LL Q a a > ULL" Q O Q •'�: 1Q a a s c c c c w o s 0 LL w w Q Q ac Y Y Q a Q a ac 0 0 os U a a a C C C C a U i- Vl V) 0 a LL a a F- Ln Ln a a a a i- (7 a rl O .4 O -4 O Ln N rn N Ln N Ln N H m Ln 1-1 ri 1-1 O O -1 V 'i m N '-i '-i LO '-I -4 N N m d' In LO Il 'i N Vl - 0 Ln LA N N I� n 00 00 00 Ol 00 Ol N O H .-1 'i 'i A A 'i e-I H 'i 'i i ' 'i '-i 'i I-i .--I m Ol O Ln Ln 0 0 0 0 0 0 0 Ln O O N u'f 1� O O O O O O O O O O O O O m N m v m v m m v m v m v m v ri rl N Ln N n N In U u N ul n rl n n rl 'i .-I n ri .--I ri r` 'i n 'i n '-I n 'i H n U u U� u 0 N QI m a N i-i O N O 'i O\1 CD R Iti*IV-,IQ*I+n1q�I- tnICIV),I in. I k nI(n I +/1-I-V�IV-�I+n�li*Iij-�I+J),I+nlinl+nl+n LW 4m I N I m I m I N I N l �l Ol Ol U3 l 01 I N I 1'-'l O T I N a a l a l a W W I W I W l w l In Z I J( J I 0 I - J I W I W I Z I -J I LL I Ln I X❑ R. N w ri Y z V c a Ul ca J G V) O Z w N w 0 w _ ° ° 2 Z w CZ 06 o- J a z z z v O W C7 l7 l7 l7 Z > n v1 cn N Y N U V) Ln H J V) Ln 0 0 0 0 a° w a. a a a Q w w w - �j z 0 l7 (J'J l7 w w s J F O n in in 2 o s ❑I< w c N■C O W w - j N V m Lu Ln 0 I J J J a LL w- O O L ❑ : O O O Y Y LD v) N < J < Ln Ln Ln Ln Ln 1- O O 0> F 2= Li 3 3?? 3? > >> Lu u u U U U U U U U U U < vii vii vii F7- vim) F- P: vF) F- vZ w c K � g g g 5 g g EL CL CL CL N< 0 0 0 O' O O O O O O u '. w L < � K � C ❑C u w w w LL w w w w w w w w w w Q Ftu �I�I:lal:lll! li...m am©o■©m JIJIaIIIJ III aI U O CLL G N N N in ❑ z z D � O m cr LL l7 Q °2S w = Z ❑ z z i.1 O D N V z W L J W O D Z m 06 U O LL z u 0 J J W Q z co m z Ou Q LL O u a a a w z z z ❑ VI VI I (A ul 0 O m v o❑ m CL N -i O N O c-i O) V) O O ci i lO Q) �-1 N N M l!) LO 1, ci N N Vl .-I 1 N .� rI .--I .-1 ci e-I N N O O O A O A 1-1 � l H H 1- H H .-I H 1-1 H N N N N �-I �-I M '-1 1- 1- 1- 71 1 i 1- 1- e-1 .--I e-1 �-I Ln Ol O O O O If) In to O .-I IH H -4 ci 11 'A i-i r-1 e-i ri � �±+ ,� {: to O N m O O O O O O O .--I ,-1 .-+ 'A 14 � 14 H 14 14 -A 'A u Ln M m 03 n r� n rl r- n u v 1n iD LO Il ul 0 O m v o❑ m CL N -i O N O c-i O) m C f0 J N Y O CC G Q (II O v N M O m IIA i in i n 4 41� Jvn j tn -L� �n tn ih v� O 0 O 0 O 0 O e-1 c-i r-I N N C N m N IH IN CQ � IH Lm r1 r{I -4 00 m N r1 4 rN L'41 d' N) c-I m �i r-I LO M m L'41 cN c"I J J J Q Q Q lL Q Q Q Vl ¢ Vl ¢ Vl Vl ¢ Q ¢ Q Q Q Q V7 Q Q Q Q a W -J1 IJ�I W W W -J� W W W Q I,Iu W W W W W W W W L G F- w in Ln Ln in W O O Z J w m n 0 0 0 0 Z_ y D N C. O J J � tY m Z p o u O m U z LU 0 L z x a Q Q a o w J 0 O Q N l~ d J N O N G m Z Z a. u > F z z LU O p Z J J W � a Z y� Q N z j 6 � O O Q Q C) Q > u Z O > O z O O u o2S m -I Ln Z Z _ df O G O m C7 W V O O L5 c m W W Z a- co �_ �_ � c-I .--I O O � L J W G O V O CC d O W Z Z U U V) V) L~ } z } F p m— x O -LL O O D D J J a O m Z c° LU W ¢ w m 2 U m } } G G W J W v CO CO --� �-. O w O m J J LLJ _ _ �LL L LL W c Z Z O 0 j > O m Co N N W W N Uw � G. O U O V U G LLJ m LL u ¢ Ln ¢ a' �' Q Q 0 cp G W OC U V V �-% O LL F W u Z Ln N t Ln N ^ N J ¢ I--' v) N O O H w W N Q F- I- H J F- X p Z Q Q Q Q w �' m G Z U J W w O O ca fl- 0 m m= F- J v 06 d J J l7 (_� G w Ln w m J Z W W U w J V H J Q Q Z Z In N LL W W Q 0 ~ Z Z W O m m p m : w O H � U l7 Z Z w w Z Z Z X 2 0 U Ll LL LL LL V) a aC (/) {n Q Q D_ Q Q Q O Q � J J J J NL0- J J O J G cQC L U U F Z J J F- O F L% U J Z Q Q Q Q Q Q ¢ ¢ J J LL LL LL LL Ln W Ln W U U N W p N W W LL W LL LL Q z Z Z Z Z z Q Z W w W w 0 0 0 0 D 2 m 0 Q O Q F Ln ¢ Z m O U U W W J W W W �-- W K } x ¢ In N V) In N N N V) VI H H d. d Q > > O_ N D- H N Ln (J N m O O O ri c-I V to N `r V) Ln e•-I L-I �-1 I� r c-I M Ln O �-i o 'I e i M o lT M M M "1 M ('�) m d' � to Q) 01 O O M M l0 M M Ln to O to O� O O W co 00 W W W 00 M CI' G' Ln Ln M to d' M lD w w M1 W m 0) Ol f� M1 M1 M1 M1 M1 M1 LD LD LD LD LD LD LD LD LD lD LD LD w w w w lD 6 v v �a a N cn L-I O N O c-I c 0 Lt) ai on M d N -4 O N O c-I O 0 0 N O O O O cYl O O O Ln n W W -� J -� W W W w X LL N Z p w Q � z w v a z °w H O o w D W � O LL N z O O z N O w N z c w O p =) n M z 00 a° o °a CD I-- o �, w Z z p g "' z p > � �O w v? w _. p 0 J 7 H � o2S w LL w Q �^ z B O O J X X J w m m 2 J z Z z p J J Z O m a— — O O O u O F w: J w U U U w cr w < z l9 0 l7 p l7 l7 N� m as z z z a z z a z w x x x x x x Z (D�- z z rn z' 00000000 N J J J J J J N I-- :Q O O .i tD C0 N e-i O lD r1 c-I O lO --� -ct 1n a 1 l O e-i c-I V H c-I N V rl ei u1 O Ol O M Vl in Ln V1 Vl m Ol Ol O ri ri rl ri i-I H U lD lD 0 Lt) ai on M d N -4 O N O c-I �r y Memorandum Date: August 14, 2012 11A Email: RhondaCummings @colliergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM #1 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 — ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: SIGNALIZATION The entire signal plans in the current bid package signed, sealed and dated February 5th 2010 should be replaced with the reissued signalization plans package signed sealed and dated August 7, 2012. 2. The Technical Special Provision (TSP) for Traffic Signal Control Devices in the current bid package prepared by Parsons Brinkerhoff and dated December 9, 2009 should be replaced with "Signalization Technical Special Provision" prepared by Collier County Traffic Operations and dated July 2012. IZ07AINI M&M The following changes affect the northeast corner of the Immokalee and Valewood Drive intersection. 1. The contractor shall remove a portion of the existing curb within the turnout and construct an ADA curb cut ramp connecting to the existing sidewalk. This work shall be paid for as Pay Item CC 522 -2 "Special ADA Compliant Curb Ramp and Sidewalk" and the unit price shall be lump sum. The work will include the cost of removal of existing curb and sidewalk and replacement with new curb cut ramp and sidewalk in accordance with Standard Index 300 and 304. The following changes affect Signing and Pavement Marking plan sheets S -5 and S -6. 1. Do not apply the final thermoplastic Thru /Left Directional Arrows to Valewood Drive (south leg) pavement. Plan quantities affected are Sheet S -5 (1) and Sheet S -6 (3); Pay item 1 -11 -170. 2. Realign the northern legs of the final cross walk (N -S) on Immokalee Road west of the existing inlet. BID TABULATION FORM 1. Your attention is being called to the fact that several pay item quantities in the bid tabulation form have changed. A new column "Adjusted CITY" has been added to the bid form and the change in quantity inserted per affected pay item. The original quantity per affected pay item has been struck through. Please use the "Adjusted CITY" to compute your "Extended Cost ". 2. The following three new pay items were added to the bid: CC522 -2 Special ADA Compliant Curb Ramp and Sidewalk LS 1 $ - 783-4-123 SIGNALS -FOC CABLE (RELOCATE)(UG)(SINGLE MODE)(26 -50) LF 700 $ _ 784 -1 -1 MANAGED ETHERNET SWITCH (F &I) EA 1 $ 3. The following pay items were deleted from the signalization bid: 783 -1 -522 SIGNALS FIBER OPTIC CABLE (ADJUST /MODIFY) (UNDERGROUND) LF 150 $ _ 633 -7 -7 SIGNALS PULL BOX AND JUNCTION BOX (REMOVE AND DISPOSE) EA 3 $ _ 633 -421 -2 SIGNALS -FIBER OPTIC CABLE (RELOCATE) (UNDERGROUND) (SINGLE MODE) (26 -50) LF 1700 $ - 634 -7 SIGNALS - CABLE, ADJUST EA 1 $ _ 649 -31 -104 STEEL MAST ARM ASSEMBLY (F &I) (150) EA 1 $ _ 659 -101 SIGNAL HEAD AUX (F &I) (BACK PLATES, 3 SECTION) EA 8 $ _ 659 -118 SIGNAL HEAD AUXILLARIES EA 2 $ _ 690 -20 SIGNAL, PEDESTRIAN ASSEMBLY, REMOVE EA 3 $ 690 -32 -1 POLE REMOVAL SHALLOW (DIRECT BURIAL) EA 2 $ 690 -80 SPAN WIRE ASSEMBLY, REMOVE EA 1 $ 700 -48 -18 SIGN PANEL (F &I) (15 OR LESS) EA 1 $ c: Marlene Messam, PE, Senior Project Manager K ( [ Ac .. , , , rN E rob" �„g ° Ili N_o�4.,4 , Fri',, ,S*,�m o[ m im v >c *-H b .•I m ji m �m OaA O^°I�AC; g arm , 'At 'N T x ofi�a -tim Y n m+; � -I �lnW or -i ocaxu-I ¢_�xx-lox N ncans o--� n Mg "I olna �o Rriij;,22ln- - a c� C �� ti 1#~ i^. C j m� 'or-fib O6 P 1 n1r-ah xb A G�7 Wr-fi_Y Off- ° At � omS _ulcs a p � i a in c �Y �^ Q ztm T, ' N; N� vi Cb o V r n ^ n O J V p bWW1 r V) rn in 911 nP T --;) b 'N ft i s m a o n UI b E. r " r■ . , .i , '61 b� P " 1 m b ® 7 q I AC q Jut ' m R-5-E 11211111V0t1111111 I— R-26-E (' kJ IQ _.---- a o _ � I _ 1I 1�s- $ply `' -' co to'1 v)� b � _ � h ski u,'-;.-8-, A ....: i . : . .i, - 1 a o , n Pi____J n , , sz in ,-,,,z, ,,, , I. -- I- - rrri 1 ---I 10 N ° C I I IIrII U N z ---^pji -Hill - III",,;� Cy .�, r l i :.r-., I " h CD „ --I rill-it I R-26-E Op C'''t ° ilI 1 -t.� "`il { I1.t;(i i,ri �.. ei rj R-2'-E h., !� „] b F � �i �i ,rp,, iF�.Q,I,I ,rl 'rFiirl';' ki mob ki I�C -y O v o° 4' b q], � b,0 ° O°h O�„ + + s o 1113 C.) X hy. v m rEa m 160 \'a 411 Z 'y h,,-4 O t. � N ln a 4 ID 4 1 N il or CA o n �i1 D W CD \litill// -n ,, ut -' �' 2 I „ _a °yam .-:...-D Intl_ ef /l/ll Hlll z rr, , Eu f N ON I � I II IN IIIIII oil 11 1 1 11 111 1111111111111111 ON III ON I C 1111 1111 111111111111111 11 IN 11� h W g N 2 2 U 2 x 2 Om1 OJ S `O < O J x `44 Q OJ NC 11$ 02 ti <tx.� 2 20 2 CC O V 1- OYi OJ Wa Hti ° U0 3 m` °Wp a2 Wk 2 a m ONa Oa0 Wti N � HOC 2 W�3p3 ti� ,K H =h 2 hm In J �n0 W aa.. Q qp - m u w0 vein JmK 3 <Wx W i� Wa iW v wr* 4hw sa ° <uti az o oo� M dux In W • O N >i J �n � 1` JO J n 2 CW O O� C NC w a� in W WU <C W pC �n �n W Wa M4 v C oo�n 2 < e 2 > W0 min °x �O US Y C W •- > J « O to W W OU �n O $ � 7 � U h Li W N 3 c°i� mho i4 •W 2 ai � � ��x i W ~ W o �U ;Q �Q ° xnn a =i xhp ti p x�i 3pw �n2 Qv xh < a CJ $w ono U 2002 kp J 3C u T h p00 h 3OW 4 0 in W a NJ v �c 2 0 0 m 0> C UW OOW U <i WW3 <h 2 is CV�o O OU U OI-o < 0� v� {� O U W h-• W 1-OW JOm YJ 20 2 W h OOW t`I O < r pJ W CO 0 O O 2 2 2 O �2 pp ooh 4 �J waw UeW � 4 �ti w °00 �o� h- �� ?ii LL4 <3 <Zw C$ON <aY h ji u m • x , W 4 Wh_ W 90 �n0 O em v� W 01� W �ag � LL M� W b NO h h M v1 0 N M O h op y b g O 2 NN C = o a ti N b 0 h O N N mf a N pT� �Mm Cw i �"'� •° JS 8 5 W U W W 1� 1/1 l� U J OOFQ- 2?QU�iti � �p3 C� tiCO.fU OOSIii1� ¢ ~ �Y �o U W � U W W v4i $ Q�p 2ax 3�ti Om SWC w 22J C x a O�ggG 2WW 3U ft QUCOi3W ��=w YOa O °bJi O <�1 C •W OY W 2 Q i < w W O c~i O 02C UaJ 0 T. 2 4 g a O N QJ� p W I� N W4 O W Of� J`4� O U C J 0 3 S o 2 NO UC mw x Q V y �Qz z 4J�O 2. -p ` W �L W O 4 O O�IJ O W 0 CO W C 3WW « In h W Oli J > a W2 i0 ^ $ 20 _J Y 2< W m k Q 2 W W WI- J urn¢ W Q^ Q C J0� �qi� CU 4 Uin40 C w 8334 is o x OQ 0 2$ W? < O~ C O W Sri - p0 U o J V¢ a W 2 h W x 2 2 m 2 4 0 J U W 2 U W o Q < W N ^ WTF. 2 C O U 20 C W pC W x OBI 1-Y 3aD �i Oi W Q o I- W T> •Lh T w z h$W i-° W yip �n W W o¢ z e oxi W i W OQ m h 1��b W g3GN O �Iw x Wi In < J 4 2 J •. I O O M i J H 2 x O w �1 W = m � N 0 0 O W Q U W OQ w 0 W �IQU f� O �f0 O w W In = Q j� '� W h C C2 �� < < m z ~ ti> win �n °Fii< O=� inSa C 2 �I ti CN �J 02 0 U ZW i � 3° � 3 ti <x�02 iw$Q 0 C •W xs \x NW L6 ~24W- J Umo W U2U W h 0 0 0 C Urn S4 O m1�0 UA 2 oU V o° JW W O 2 UQ 3 lU Y <C 01- Z ti�0 1 Q w I� in W W S � i lu?a VO Cw'1 � <awa gja�n I o o h O o 3 0. 4 3 W� v� o •m h U U Q V U W w w O 1. h MP ��w4 W 2 W �2 •C .i oU -O Napo O U 00 h O� bJNQ hh 0 wl T� Q .In � <3h H ilA xg a h N u a i a a a a 3 a 0 C0 W W W W W W W W uao 20 Wi.0.2 w � o <CO ti¢ C C C C C C C C �c� 2 O W 2 I f� aQ < O J • O W owp W~WQ�� VC < p pp pp p p pp U a W�`b°i4i U< o o o o O n W �i1 O W W H W� ti W h WJ 2 x h i W ti b U W b u W�Q2 CQ�2�2 ti iQhCI?. �~�� QuQ��u iN 2 O p v10MUti 222 Q30C 2 - O WOO hU <uU0 4C o OW N C 1_ O w � w1�>2J W <pW002 h W 2 U Q¢~ W ¢ 4j yy�� � I- � 4 W a o W m�JC o J xN I �waJU ttpO � i h a<0N <U43 �w �F13 aa3� ` : coppJ2a W W owJ x ?aa °rc UW1-W ow iti JN ti� = °a WLL2W`O -k C hO N2 � � t W Z � Z Q. the ¢W W i ld W a W h a W 3 W W > >. 20JCC0 OQWOx 20 Ni 21 t`o WO �'+ C1� =au wp ls W p>p p> gW ' J J huwfU3 < W W e W W < +3¢q0 QQ m Wu2Wxi 0 - O J x W WOO >p+ W I. T x e w x w x \ Z 2 x w x w 2 h+ 0 0� W uJh =j �tW.� O` z h &e 0 2 J O¢ Tti p 3 W j w> j > xJh u I Z +VI ho <a C aFx do U+ u W 20 + p W UI 3 4 W hh1. 2 4 O 22022202 p, 02o0.p1020 O 022 x02 22 20J02000 C W O 1..2 » 2�+ pC p¢ LUl �l IBC C 2� W W W O v W u W W W 010.m ` Q W Z <2> I OW¢WOWWW 3 2CWChC3C S <WOWWWOW Wuj: W�W �n 002 ti= u2 < ^i0+ > W2 ' C� p 7 2 U h 3 WChC3C2C i C 4 W 0 O ��i dim lE �o rN = LL m N tSV� p� Gam+ Oh> 3Y JJ 22 UN u ¢ ON 03 Aq.2 0 1-owl 2 0 N2 NC~< 23 oN w wi< WJOOWU 3 2 V <+ o�ni 7 W W p0�2 W W003oWW 1�? W< 12.0 j UOUO 2o�S �Uhu� <ti3ix¢ u u N =�WO +J O Yh G �2 1�24 �1n0= C u.0 wiZ2rij 20uSU +l�>2 OC +h 3 u+ V i �i�OppWW S <- W4 U W>WU�i1 W W maPVO`i ''- mJZ 4a W 4> >~3H tiT �2ww �< O 7�1CU�WJ •W-- C W <uCih O W h O S W W� 1-WO U WO +W 3J <�xhN 2U pp pp Z7 1W. W a 3 >x� T W 2 in _U3I W Q =4aW 4 1h1�W 21n UU1 <G RWW�Cah Z�{2�J4 OUO < �U2��W W�pop3 W 2 W 2w a C��W 7 �j �WCnHk¢ >p� W ¢2CJ ��.3 WFx. +�N <� 42 Wp�OJN1 ti mWW bN¢2bC¢� O S03J�1C� p3p0 m OU W WCWU p 00< =1,�..2 ¢Wa1¢1��~O pRp �mjHm T2tiin�=p> C >jhj?V1 W Zo o3 > :i WwU< l •S4 �m�22h��W SOQJV I�W2 Oi¢ +WWC4 W O o= 43 OCN 40 3 uw 4 UW u aW U2 m- in 2+ U xx <Q 4 O IzW ~02~W~Q � <O tititi � c axQi`n � +Wa 2022 Jox +hiW u+ Wx IJ u071 <- <� CC 2wx & OQh�� i <CO2 O 2 <; W J W 2 W C W 51��2C+ Jx. WO +0000 < •f. u21�. I�1� W p0p `W QO U <4W 4ti w�i; U W +{., C O W <h W 2� Q W W C T i1� W x W n Q atiI v14 +QO W 01< W>O x h <O <Q 2� h� 2 u0a +a i h 0 W Ox m 0 2 J 0 4 2 W J1_ O O W 3 W I- w 0 0 0 h. W 2 <0 V 1` OONO Ca. W G J N N 2 2 a 4 ,2 <�•. ul� (Qj J i vi < i < 2401, O pQ0 O 1_ W 40 C O pp2 W= <21�C1� T+ 1�2> Q W W O W ��OC 2422HU2 '� <x U WC m W W 00 x ti O J Ohl, Y Uti W V r u Opp c�IUC W Q L Z W hI �3wQ W h J N OJ •¢ -Qi l-2� x < O h W �+G O< 2 4 1z «3 J W +S iwi11� V W a W itW.iWCti hWhW�wW W a 203 b p �Z O 2JWUJ W aZ ;h 1�Z< 3 +W ?U U¢4J0 Iwpph 2 h a!tay Wm2 ?0> OCOW� O�mC>0= OOYQC2�tiUU h Uw1mOh ~tiwl� 40j� ihWOY�K q h-�< i Q h +J U,2 J2 J + uF�O ,u W uq0 O u W 2 2 4 CCUW <W2W2 ¢WOWO >N W aW2h Z Q1. 0�1 J2WUb <1�m p<p 2 1- 2aRW2C Wi W W 2 04 0 1- 0 0 J U m Q C4 Q 2 S== O h b J< ti O J ti V 10/1 2 u 2¢ W a Z 2 i J C 4 w W W 4(¢iO4~ o°�mii1 4�QUtiO Q2 h` - I U25 <3JLU ti 3 W J x Jp Q W tiQ4Y2ti I U J< C W 1. .�cxi?= O¢ oil o� W ¢h u p m <I. CN �~ W O QC W I > 30 W V W Q h < oo k 2Wpu� =2j`Ohu 3< 3 C 2 Wh 0 C O� xp>p W2+ CO a � U WW+xu <i Cm OOi< W1� x N I`W OU W 2>< a 2 p J W Q ti CW h i Q p 0 h(] ai +C4 4co V4 W h Oi1/12 p i2VTiN <m� <� 2 OW U h +mW W1,.pp� rn h j +il�L.,x WC 20 <02 OS 1. W +m G 2 +uJ- i w4 hOx 24•�h jwCao�u �0 4JN p 4 n2O+ C 4fOU W W `t`I 11..WQ hC0 O -1-y1 V�'q 04240 <�� W Q O W 240 Wh`w +1- OQW V-> xJ+ x i < J ia�ia 2 40+ a O S a popwwWw1� c~i4wo u< x 2 M zv11<...a�u °= of N h N who J1x. W 3U a a 2 J r w O G `x mCtiG Wiv C1-. WIn ° -`N 2 � x�UO �OI`UW `i1W -=COW �0. <OWU W Inu 'O +U� +2SI�1� X01. + <h0 �<2 q�W+ 1_ �2 AWm4i0+ h W W hn WJiJ JS ao WUWJ�2C1, `"zWtioo ixQU JI`Jti ' "1 W �u u O •� i13 +WJ �2�c 20u 0 2 �w Y �2WUC �JWti w ;`wuWJU+ hW +W �yh w4 2 h ++ � xWiU wx WC4 OJhC O 2p112o nbJ ¢ +3p Ncc��4WJ <m ' n"10 x "'Q"ti3 2 + +3u 2 + r b fh l u o J nhm0W 4 2<iW 1U nbb WW 7U2+WC h�11WS� O S W1I�W> x Wx>S4 Q O Oi W> Z .2 O JJ � +J �O b+ WJ0x2oh + 2 - 4 O u Uf+; <O < h W 38 FP-41 ® 5 ME P -6 7 4 ® 6J0 -! -I P 22 LF (2 RUNS) 616 -I -1i IEA PED. SIGNAL PED. SIGNAL CO 663 -71 -75 PEA 17YPJ 665 -13 IEA LED COUNT -DOWN LED CUNT -DOWN 555 -1 -P NOTE: INSTALL 8' EXTENSION 3- SECTIU, I -WAY 5- SECTION, I -WAY 5- SECTION I -WAY I- SECT., /WAY I- SECT., 2 WAY 153 !F fJ RUNS) 3 EA (TYP.) FOR PEDESTRIAN PUSHBUTTOV. 2 AS 3 AS /AS P AS IAS C 550 -51 -311 650 -51 -511 650 -51 -511 653 -191 65S -192 I C 1 663 -71r14 (1 RUNS) REPLACE EXISTING I II 0 W II I II I 0 ID 40 PULL BOXES 630 -1 -/Z 10 LF rj p I I649- Jl - /03 JEA FBB1 ?mmn -JS ® II O RITy daPG�j EXISTING MAST ARM TO 635 -I -I1 !P EA. TOTAL f7YP1 - A REMAIN OPERATIONAL 3- SECT/ON,I -WAY 5- SECTION,I -WAY EXISTING ZZS i t 22S EXISTING RAN LINE 4 AS P AS 3 PHASE 4 PHASE 5 R/W LINE —i — II l b a • —, EXBTlNG EXlST1NG PHASE CONTROLLER NOTES: SIGNAL OPERATING PLAN NO. I. CONTROLLER OPERATIONS. -------- - - - - -. m 4 4 -MAJOR STREET 15 C.R. 816 (/MNOKALEE ROAD) (MOVEMENTS p & 6). ------------ - r I MINOR VEM STREET !S 6 SHALL DRIVE (MOVEMENTS 4 & 81. _______________ - MOVEMENTS P AND 6 SHALL FLASH YELLOW AND MOVEMENTS 4 AND B SHALL � Nl I OZ2 I FLASH RED. 1 , _ I _ I\1 ` 119 THE PAST ARM SIGNAL CABLE WIRING AND THE CONTROLLER CABINET SHALL �' -" i IEI-----'--------- BE WIRED FOR SIGNAL OPERArING PLAN AS SHOWN. N . _� 'I ®DZ2 P- CONDUlr SIZES SHALL BE ACCORDING TO COLLIER COUNTY'S TECHNICAL SPECIAL O N - ' -" I - -Ip -+-Tp _ . I - ___ -___ PROVISIONS DATED JULY Pole. I , I p 11,' - 1 II 50'— .- ®DZP_- 3. USE EXISTING POWER SERVICE MOLE METER AND DISCONNECT. L - - - - j - ---++ ` ` 'I - - - - 24'x24' VIDEO '- - - -- -- VEHICLE DETECTION •----- ------ . .---.--•=-:- -- --- - --- -- --- � td ASSIGNMENTS 699 -1 -1 2 EA 11 MMOKALEE ROAD 700 -48 -60 IEA __________ _ ___1_ I.,� — CONNECT FOR DETAILS OF SIGN ............ .... ..... .. ..... _ - -- ® r - - x - :. - ... • • MOUNTED MAST ARV VIDEO DETECTION DZ6 �+-- 1-5�OI ,. • ' ` VII I I 175 LF fJ RUNS _ _ TED hV7 U -TURN DETECTOR ZONE 7Y1 TYING SEE OVERHEAD LED T-7 ------- -- -- -- ,I- -_ 0Z 5 FUNC510N NAME SIGN DETAILS T -7 SYMBOL DZ6® II ` 6��� -h SIGN TO REMAIN VDI ______ DZ6 ___ -- DZ 2 TF2 -- -- LEGEND - ••• � � - , � "'-iI DZ 1 TF4 ® I II , t 6,'« -DI EXISTING SIGNAL PULL VD2 DZ 7 TF7 VIDEO DETECTOR • ,.... _ _ . r _ ... . ... . . . .. ... .... — •t�OXES f31 TO REMAIN vD3 OZ I TFf VIDEO DETECTION -- s¢di ?•- '- - - �'-ib-m�aE'=4+ > % =te seecc.pE -_- -- ,,- �•,ExtSTIMGL/GH7 Pol£ 07 6 TF6 DZl ZONE _ F -!0 TO REMAIN v W r -- DZ B TFB ►'� EYERGENCr VEHICLE DETECTOR •� - -__T_ �.-.• __ _ _ _ _ _ _ _ _ ______ _ _ _c .. _ F .... ?•_-. _ e= . - EXISTING ROLLER VW DZ BR TFBR . ...... . . . . .. . 3 -7 1 ..... ASSEMBLY REMAIN 4 783 -7 -7 I EA ® 6J2 -7 -1 !Pl SIGNAL POLE DATA EXISTING FO POLL BOX AT 783 -5 -1 783-2-31 UZ FO SPLICEI GAOYlNO ROWY. HIGH SUTH/EAST fXNBIEll R/W LINE NEW FO PULL BOX \ '`+ T84 -1 -! l EA POLE r STATION OFFSET \ _ EIEV. PT. ELEV. OF IMMOKALEE AT OAKS. 783-4-112 4D IF fl- !STRAND SY FOCI f ?24+58.7 16.0' RT. 159' 16.32 !80 LF 12 (MRS) 3 8441.3 J92' LT. 14.4' 16.25' RIW LINE I 783 -P -31 (48 FO SPLICE) f5 [F (3 RUNS) 630 -1 -l2 EXISTING FO SPLICE CONTROLLER TIMINGS /EA 1 649 -JI -107 MOVEMENT NUMBER / 2 3484BR 4 +7 5 6 783 -4-I1E IEA 665 -11 BOX TO REMAIN _ ONLY 630 - 4 HU Y!N/YUY GREEN 7 ZO 7 7 7 PO 520 LF (2 (RlINSI !30 IF (1 RUNS) 630 -1 -I2 RiIN LINE 70D LF TOTAL 30 LF (9 RI/NSl EXTENSION/ 3 5 1 J 3 J 5 783 -1 -l23 RELOCATE EXISTING 48 STRAND SM FOC i0 REPLACE EXISTING MAXIMUM GREEN 1 20 50 Z5 E 20 50 783-4 -160 700 LF .- PULL BOXES YELLOW CLEARANCE 4.34.31 4.0 4.0 4.3:L.3 REMOVAL ITEMS EXISTING uaSr ARM POLE TO REMAIN. ALL RED 2.3 2.3 3.2 / Z.3 3.2 690 -10 2 EA J s 6 AWG LIGHTING CONDUCTOR 715 -1 -12 50 LF EXISTING PREEMPTION RECIEVER TO y PEDESTRIAN WALT 7 7 REMOVE EXISTING 690 -3/ 3 EA NOTE / LIGHTING LONUIi, REMOVE 7I5 -I -60 !60 LF SOUTH BOND VIDEO REMAIN. INSTALL PREEMPTION '- PED. CLEARANCE 31 20 690 -90 I PI OVERHEAD STREET NAME SIGN LIGHTING CONDUIT, F &I 715 -P -11 IGO LF DETECTION CAMERA, CONFIRMATION LIGHT. RECALL Y!N Y!N 690 -100 / Pl TO BE ATTACHED TO SIGNAL POLE LIGHTING POLE F- 8,REMOVE 7I5 -1-600 IEA AWNT/NG HARDWARE, fP RUNS) CONTACT COLLIER COUNTY TRAFFIC OPERATIONS TO OBTA /N UPRIGHT N3 WITH A CANTILEVER ARM. LIGHTING PULL BOX 715 -/4 -11 IEA AND CABLE FROM 630 -1 -12 26 IF PREEMPTION TIMINGS. TIMINGS ARE INITIAL AND YAr REQUIRE SEE DESIGN STANDARD R74B. POINT 7l5 -F1 -51 IEA FJ'.L. SERVICE POLE• 646 -1 -1I IEA FIELD ADJUSTMENT AS DIRECTED BY THE ENGINEER. OF ATTACHMENT SHALL BE P BELOW THE ARM. 665 -l3 2 EA REVISIONS A Bler County Trafic Operations 7RAA - ORTA77ON �,Gy�ypG AJVD SHEET LUTE DE R XIN DESCRN'TAW 885 South I.10faeahoe DINe CUAWMVC72M MANALJ£.0 W 118PARTAMW Na*., Florida 34104 ND. ROAD NO. CUNTr FINANCIAL PFWECT ID SIGNAL IZATIGN PLAN -Phone: (239) 774 -8192 CR 846 COLLIER 60106A F= (239) 213 -SB68 W s 1 0 0 EXISTING RIW LINE — 223 7) m FO CONDUIT L =DUCTOR EXISTING FO PULL BOX AT SWTHIWEST CORNER OF IMMOKALEE AT OAKS. rfW LF WEST OF FO PULL BOX ADJACENT TO CONTROLLER ASSEMBLY AT VALEWOODI EXISTING R/W LINE NEW FO POLL BOX FO g71Y1XIlT 6 CDNDOCTO4 R/W LINE �I 10' N PMESTAL (TYP.L ARM POLE (TYPJ 225 I S I SIGNAL CONDUIT S L10mcraR MMOKALEE ROAD EXISTI g 0 10 40 Feet R/W LINE SIGNAL PULL BOXES 'TING LIGHT POLE (F -101 EXISTING SIGNAL CONTROLLER EXISTING FO PULL BOX Collier County Traffic Operations 7RALV ~Td77ON EJVGBVFSPJW AAW R/ IW SCRIPTW 2885 South Horseshoe Drive S NOET Naples, Florida 34104 �AG�f ��T�X UNDERGROiT1VD � CONDUIT FOR ROAD NO. COVMTT FINANCIAL PiYNECT /0 Phone: (239) 774 -8192 CR 846 COLLIER soiosA SIGNAL ,�.ND LIGHTING T -s Far (238) 2135888 arseaF wren crux. uuF: �m . 'WIDTH ■� � �® mRADH 4� LEGEND & BaM C" ■ wwwwwww �wwww �wwwwwwwwwwwwwwwwwwwwwww moo ®o ©eoe000wwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww woo ®mom ®���mw�wwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �swwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwswwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww vu �wawwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwiww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwawwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwww ®wwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww �wwwwwwwwwwwwwwwwwwwwwww .. -- .m .... LUMINAIRE INFORMATION WATTAGE: 400 HPS ARM LENGTH:8 FEET DISTRI3UTKM: MEDIUM CUT -OFF TYPE III MOUNTING HEIGHT: 40 FEET NOTE r OVERHEAD STREET NAME SIGN TO BE ATTACHED TO SIGNAL POLE UPRIGHT #J WITH A CANTILEVER ARM. SEE DESIGN STANDARD 17748. POINT OF ATTACHMENT SHALL BE /' BELOW THE ARM. VIDEO DETECTION CAMERA MOUNTING ASSEMBLY (ENGINEERED CASTINGS, INC. OR APPROVED EQUIVALENT) VIDEO DETECTION CAMERA MOUNTING BRACKET (ENGINEERED CASTINGS OR EQUIVALENT) E HS D H1 v W ® �", Y Y SIGN D G I v' G 5 +j WS - 1 W1 VD DENOTES VIDEO DETECTOR TOTAL ARM LENGTH EVD DENOTES EMERGENCY VEHICLE DETECTOR (INFRARED) ♦ DENOTES NUMBER OF SECTIONS IN SIGNAL HFAO ASSFMRIY ARM NO. 2 - DOUBLE ARM POLE ORIENTATION TO BE MEASURED IN A COUNTER CLOCKWISE / DIRECTION FROM ROADWAY ARM NO. 1. ,C ARM N0. ! - SINGLE ARM POLE OR LONGEST ARM FOR DOUBLE ARM POLE. C VIDEO DETECTION CAMERA B A HE HI 0 R �® -L/ Y II SIGN B Y SIGN A G T G e h"� T G r ; T W2 wr ARM 3 2 f I MOUNTING HEIGHT (ARY M.H.) TOP OF FOUNDATION ELEVATION rw�m�m� mmmmi ®® Mae 'I ®®m©©u©©m©©alm®�� ® ®� LUMINAIRE INFORMATION WATTAGE: 400 HPS ARM LENGTH:8 FEET DISTRI3UTKM: MEDIUM CUT -OFF TYPE III MOUNTING HEIGHT: 40 FEET NOTE r OVERHEAD STREET NAME SIGN TO BE ATTACHED TO SIGNAL POLE UPRIGHT #J WITH A CANTILEVER ARM. SEE DESIGN STANDARD 17748. POINT OF ATTACHMENT SHALL BE /' BELOW THE ARM. VIDEO DETECTION CAMERA MOUNTING ASSEMBLY (ENGINEERED CASTINGS, INC. OR APPROVED EQUIVALENT) VIDEO DETECTION CAMERA MOUNTING BRACKET (ENGINEERED CASTINGS OR EQUIVALENT) E HS D H1 v W ® �", Y Y SIGN D G I v' G 5 +j WS - 1 W1 VD DENOTES VIDEO DETECTOR TOTAL ARM LENGTH EVD DENOTES EMERGENCY VEHICLE DETECTOR (INFRARED) ♦ DENOTES NUMBER OF SECTIONS IN SIGNAL HFAO ASSFMRIY ARM NO. 2 - DOUBLE ARM POLE ORIENTATION TO BE MEASURED IN A COUNTER CLOCKWISE / DIRECTION FROM ROADWAY ARM NO. 1. ,C ARM N0. ! - SINGLE ARM POLE OR LONGEST ARM FOR DOUBLE ARM POLE. C VIDEO DETECTION CAMERA B A HE HI 0 R �® -L/ Y II SIGN B Y SIGN A G T G e h"� T G r ; T W2 wr ARM 3 2 f I MOUNTING HEIGHT (ARY M.H.) TOP OF FOUNDATION ELEVATION N e v r s r o x s Collier County Trsfic Opatatlons 7XLNSR0R7A770N ENGRZBEROV0 AAID VAT, DESCRIPFUN CESCRIPTKW SHEET 2885 South Horseshoe Drive �ya,, MM,,L. �p� - N0. Naples, Rodda 34104 rroAD ND. Lwxrr FINANCIAL PRWfCT 1D MAST ARM TABULATION Phone: (239) 774-8192 CR B96 COLLIER 60l06A T -8 Fax: (239) 213 -5889 i �- ® ®® Mae ®® ®®m©©u©©m©©alm®�� ® ®� ® ®� ® ®� ® ® © ® ®® n® ��i�voo ® ©�m� ©imi.� ®�iiiiiiiiiiii iii• iiio■ ii�iiii .i.i.i.i.ii�iiiiiiiiiiiiiiii� N e v r s r o x s Collier County Trsfic Opatatlons 7XLNSR0R7A770N ENGRZBEROV0 AAID VAT, DESCRIPFUN CESCRIPTKW SHEET 2885 South Horseshoe Drive �ya,, MM,,L. �p� - N0. Naples, Rodda 34104 rroAD ND. Lwxrr FINANCIAL PRWfCT 1D MAST ARM TABULATION Phone: (239) 774-8192 CR B96 COLLIER 60l06A T -8 Fax: (239) 213 -5889 i NOTE., --------------- r - - - - -I I. UNUSED FIBERS SHALL BE LEFT COILED, ITS FO SPLICE BOX I AT SIGNAL CABINET BET EA CAB /NET ON CR 896 CAPPED, AND STORED IN SPLICE TRAY. I I DRIVE 2. UNUSED BUFFER TUBES SHALL BE LEFT I I COILED AND STORED IN SPLICE TRAY. I SPL -1 I I COLOR CODE TIAIEIA 596A (I) ORANGE I —� p (2U OWE 9 B I (31 GREEN — TRANSMIT 36r FIBER BLUE BUFFER TUBE (4/ BROWN — RECEIVE 1. SLATE Nq, LODP BACX (G) WHITE FROU SPLICE BOX AT STA. 223+09 RT G1 RED (8) BLACK I I COIL AND CAP (9) YELLOW I . I 001 VIOLET f111 RASE L--- _- - - - /23456789 N2 (!21 AQUA SC TOW PATCH CORDS -_, EXISTING PRE TERN NATED I CONNECTORS 12 STR,, SM I I EXISTING ETHERNET SWITCH I I i I I I I Tx i 2 2 I I I xz4 4 1 I 4 SPLICES AT S I SPLICE BOX I---- 6 --- ---- - - - -'� 7 DROP CABLE 8 12s FIBER 9 IC I BLUE BUFFER TUBE I /2 I TRAFFIC I I ON 1111"ALEIRROAD (C.RE816) AT VALEWODD DRIVE I— ------ !2 SPICES - - - - -- AT CAB /NET LEGEND UNDERGROUND SPLICE BOX SPL-X SPLICE DETAIL SHEET NUMBER X FUSION SPLICE x G v r s r O x 5 Cotter County Traffic Operations TRANSfgRTA77YlN ENf.'N768RINl' AND oESTJtI'M • R r mx 2865 South Honeshce Drive SHEET LY1WTWVC`MW AL4NAG6df JVT DBPARTAOWT Naples, Florida 34104 ROAD NO COUNT. FINANCIAL PROJECT 10 FIBER OPTIC SPLICING AND Ph on:: (239) 7746192 CR 846 COLLIER 60106A CONNECTION DETAIL, T -9 Faz (2391213 -5666 STANDARD MAST ARM ASSEMBLIES DESIGN TABLE STRUCTURE ID NUMBERS ASSEMBLY N( NUMBERS FIRST ARM SECOND ARM OF (dep) LL (deg) POLE SPECIAL DRILLED SHAFT DATA re ARM TYPE FAWD IftJ FROM (In.) ARM TYPE FAA(f= (ft.) FBAW (InJ POLE TYPE UM' (ff.) 118 IftJ UCA(3/ UnJ DA (ft.) DB (ftd RA RB T-5 -1 D6 -S4 D6 789 10-W 54 &5 20.0 23.0 T -5 -3 DI -A Of 30 98 S/ 23.0 715 1276 TABLE NOTES: Cl) Assembly Number Legend Single Arm: Arm Type - Pole Type = D# - S# E# - T# F# - W# Double Arm; First Arm Type - Second Arm Type - Pole Type = D# - D# - S# E# - E# - T# F# - F# - W# (2) If an entry appears in columns 'FAA" and 'FBA ", o shorter arm is required. This is obtained by removing length from the arm tip. For these cases the most arm length shollbe shortened from "FA" to 'FAA" and the tip diameter shall be increased from "Fig" to "FBA ". (3) if an entry appears in columns "UAA" and "UCA ", a shorter pole is required. This is obtained by removing length from the pole tip. For these cases the pole height shollbe shortened from "UA" to "UAA" and the pole tip diameter shall be increased from VC" to "UCA ". (4) The foundations for Standard Most Arm Assemblies are pre - designed and are based upon the following conservative softcriterio which covers the great majority of soil types found in Florida. Only complete the "Special Drilled Shaft Data" information if site conditions dictate drilled shafts in soils with lesser strength properties. Classification = Cohesion)ess (Fine Sand) Friction Angle = 29 Degrees (291) Unit Weight = 42.6 lbs. /cu. ft. (assumed saturated) S Sn - s/aeara Dr—ON Issue one GENERAL NOTES: a) Work this sheet with the Signal Designer's "Most Arm Tabulation ". See "Mast Arm Tabulation" for special instructions that include non- standard Nandhole location, paint color, terminal compartment requirement, and pedestrian features. (2) Work this sheet with Design Standards Index Nos. 17743 and 17745 as necessary. TRANSPORTATION ENGMEEMr AND CONSIRUCRON MANAGEICENT- DEPARTMENT STANDARD MAST ARM ASSEMBLIES DESIGN TABLE BOTTOM VIEW l DETECTOR SHALL BE PLUMB. 6 l 6 NOTE: KNOCK OUT WEEP HOLE BEFORE INSTALLING. DETECTOR CABLE INSTALL PELM PRODUCTS MINI ASTRD BRAG W ?H STAINLESS STEEL HARWARE. DRILL WE INCH HOLE AND INSTALL GWMET. FRONT VIEW STAINLESS STEEL CABLE l l MAST ARM i 4 LEFT VIEW TYPICAL EMERGENCY VEHICLE DETECTOR 9 MAST ARM MOUNTING Nor TO SCALE 4 REVISIONS Collier County Traffic Operations 72L4JY2 2A77ON BNGDVEERRVG AND € SHEET E DE IPTKLY DESCRIPTION 2695 South Horseshoe Drive �, ALANAGNAfElV7' OfiPARTADlAT � Naples, Florida 34104 80.10 cwmrr I FINANCIAL PAO"T to EMERGENCY VEHICLE Phone: (239) T74 -6192 cR eas COLLIER 6olosA PRF—E"TION DETAILS r -u Far (239) 213 -5866 AusEx. ra.r[s argue. tfllfi IS � i 20' 1 R Ir pr»ded iwW cSP� ID ` 3 9 SAi-2 ST, IB• <S 9' 'i DY• li' D5 -22 -58 tY 6.ntlN S»ea tS% r IY G'.tlea s.nd .I Cn smnu -sD 9 _ SAT -3 • 19•BS 9o- Lr 6E= •16' 06 -2? -DB xiplm�< Pavrvnt »,d twst 11 L.exetl SW CSh I�B IY¢fvntlralMCroiv � SI It »ntl Grr.e t(SP -SW •enoK « it ltY SW slth ' Grvel[SW Y BORING LOCATION PLAN LEGEND w G a e16A -sro ® Sllpht lY sl ltY wou es e - -IS 2S 5' 2i 3�9 . ®tF...r zc..d ® Herd Beaaed d'r� -IS LSMrtr».e - ¢spro•el ■ p»sernlvae Eii TYPE• Sxmr -ilh was � SlitY wN �`� yi` p o.tl umurered o- ENGINEERING CLASSIFICATION ■ FlBCYBad Llne- -SI l�pht'y silty wa m1� Y ®. w • M pra.el � �C . wwtt¢¢ I� rym a t6B[ BexII aitm - 1� s1�10i11'L /PL 1S alwl mOlf Y MPRDiwAiE sruro,rm AENESR/.npx iE6T f`am 1(iRIDFt �[ z S we IOD,mx 1 f » n,xDtRD PExEix,mx Bt�sr,»�L I» Btp�ti PE» rpDr P E� y pRwxpwxrt» lev¢ t�narBm D» wlE mDC,rm rlwi ae wx.lm AR BuSevxuvec of wxdr�BtF maran K txBe tglC�t- 141016 Ble Rt nBw �xr xBIFtC �apc, m.me SPyA -su uxIBED Spk cV55Brc,nD» SYSIEU 1a.ewmoc s'u LI®Iwg x.a..6s pF vB: �d K .d�1OY,FD N. mse.la�w °m:wiL nr ®s sne:io atwla w.a nuuai:'m esE sxpuxD sraF,eE ErEVxmx Bt1lmx.ee S>1n waB» Ba M 1456 s .erwualne ,110 tt - � ea>m1n we w1®lmro pr �IwBC eaxellBws Ar ue mom ©oao °m �Ilm aewnoe .od al lcimlo Ipm o�sar aov,m SUBSTRUCTURE: �0� r ®0000 .h.- I r) uvm+ cauU�r STEEL Mpdereley Aggressive (Sol ResiaxNq= 2,100 .mxxur ohm -M) SUPERSTRUCTURE: ImK Tehlezl mim.nemtBpaN Vim BN»smd eam ElaLV»f]Mhulaen ad/wnl.ticx.nrscmwsmf . mz SBghBy Aggless6'e - FIGURE N0. 1 REV IS ZONS REVISLC]NS Behr 4trr y-EAb �0orm!'r,"Mm0000�� Loco, �d.d ,: �t ti pe,,r. 2 ENGINEERING REPORT OF CORE BORINGS mom ®1� M ct9 vtN6 Bd. .a ax< �® SnU=ON LMA AND CONSR2UCT10N SfANAC,FIA@Ii OEPARRAEPIr SHEETNO. mono ©oaoo mla�a d¢d.w� a A.setl»bs 12 xT WWI Bpi r.da.� amt tWn muaM0BS o NORTHBROOKE DRIVE VIDEN[N6/ T -12 low Amo aka I- — COLUER 60106A VALEVOQD DR. EXTENSION mom ©oao °m Do �Ilm aewnoe .od al lcimlo Ipm o�sar aov,m SUBSTRUCTURE: CONCRETE: Ukdo etely Aggmsm,, (Sal R -11vlry - 2,100 r .h.- I r) uvm+ cauU�r STEEL Mpdereley Aggressive (Sol ResiaxNq= 2,100 .mxxur ohm -M) SUPERSTRUCTURE: ImK Tehlezl mim.nemtBpaN Vim BN»smd eam ElaLV»f]Mhulaen ad/wnl.ticx.nrscmwsmf . mz SBghBy Aggless6'e - FIGURE N0. 1 REV IS ZONS REVISLC]NS Behr 4trr y-EAb xclxee» RecoxD. Loco, �d.d ,: �t ti pe,,r. 2 ENGINEERING REPORT OF CORE BORINGS M ct9 vtN6 Bd. .a ax< �® SnU=ON LMA AND CONSR2UCT10N SfANAC,FIA@Ii OEPARRAEPIr SHEETNO. mla�a d¢d.w� a A.setl»bs 12 xT WWI Bpi r.da.� amt tWn muaM0BS o NORTHBROOKE DRIVE VIDEN[N6/ T -12 Amo aka I- — COLUER 60106A VALEVOQD DR. EXTENSION Do COO C) INDEX OF TECHNICAL SPECIAL PROVISIONS • TSHEET NO. SHEET DESCRIPTION TSP -1 INDEX OF TECHNICAL SPECIAL O PROVISIONS TSP -2 TO TSP -11 SIGNALIZATION TECHNICAL SPECIAL l.' O PROVISIONS PEEP TSP -12 TO TSP -13 CABINET ASSEMBLY DETAILS TSP -14 TO TSP -16 MAST ARM DETAILS TSP -17 PEDESTAL MOUNTED VEHICLE TRAFFIC SIGNAL DETAILS SIGNALIZATION TSP 18 TO TSP -l9 PEDESTAL MOUNTED PEDESTRIAN SIGNAL DETAILS TSP -20 PEDESTAL MOUNTED PEDESTRIAN TECHNICAL PUSH BUTTON DETAILS TSP -21 PEDESTRIAN PUSH BUTTON SIGN DETAILS SPECIAL P R OVI S I O N S TSP -22 TO TSP -23 PULL BOX DETAILS TSP -24 VIDEO DETECTION DETAILS DATED: JULY, 212 TSP -25 TO TSP -26 INDUCTIVE LOOP DETECTION TO THE DETAILS TSP -27 TO TSP -29 EMERGENCY VEHICLE DETECTION FLORIDA DEPARTMENT OF TRANSPORTATION DETAILS STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION TSP -30 TO TSP -31 AERIAL STREET NAME SIGN FLORIDA DEPARTMENT OF TRANSPORTATION DETAILS DESIGN STANDARDS TSP -32 TRAFFIC MANAGEMENT CAMERA FLORIDA DEPARTMENT OF TRANSPORTATION TSP -33 TO TSP -40 FIBER OPTIC TECHNICAL SPECIAL MINIMUM SPECIFICATIONS FOR TRAFFIC CONTROL SIGNALS AND DEVICES PROVISIONS NATIONAL ELECTICAL CODE TSP -41 COMMUNICATIONS HUB CABINET ASSEMBLY DETAILS DA E REVISIONS DE$CRI u E BY DESCRIPTION ColNer County Traffic Operations 2885 South Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY INDEX OF TECHNICAL SHEET No. Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5869 TSP —I Puma All work associated with the installation of a traffic signal shall conform to current Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, Florida Department of Transportation (FDOT) Design Standards, Florida Department of Transportation (FDOT) Minimum Specifications For Traffic Control Signal Devices, National Electrical Code (NEC), and this supplement. It is the intent of ibis supplement to detail installation requirements dictated by the County, which exceed standard FDOT and NEC requirements. It is the Engineer of Record and Signalization Contractor's responsibility to note these extended specifications, and to adhere to the methods and requirements mandated in this document. nFNFR Al TNCTAI i ATION AND M A TNTFN A N('F R FQI TTRRMFNTC WORKMAhIRMP All work is to be performed in a workmanlike manner. It is the Contractor's responsibility to provide the skilled labor in the appropriate areas necessary to provide an acceptable and professional finished product. The Contractor and his personnel shall have, at all times, all the necessary paperwork needed to complete the job. It is expected that plumb surfaces shall be plumb. Spacing of multiple components, such as conduit stubs or straps, shall be in equal increments. All materials shall be new or in like -new condition. All mast arm pole assemblies, pedestrian poles, and supplemental signal poles shall be leveled to the satisfaction of the Collier Comity Signal Inspector. The Collier County Signal Inspector assigned to the project shall have the authority to make final determinations on whether workmanship, materials, and /or final product(s) meet the specifications contained herein. ()I JAI IFICATIONC OF SWINAL CONTRACTOR PFRCONNFI. The Contractor who is engaged in installing or maintaining traffic signals within Collier County shall have all work performed under the supervision of a traffic signal technician certified by the International Municipal Signal Organization (I.M.S.A.) as a Level 11, Traffic Signal Technician. All cabinet related work shall be performed by an International Municipal Signal Association (TMSA) Level TT Technician, certified in traffic signals. This certification shall be presented at the pre- construction conference or upon request. A local permanent telephone number where trouble -calls can be received on a 24 -hour basis shall be provided by the Contractor. Licensed Electricians shall supervise all electrical service type work COLLIER COUNTY TRAFFIC OPERATIONS SIGNALIZATION "TECHNICAL SPECIAL PROVISIONS" DATED: JULY, 2012 During all working hours. the Contractor shall have a responsible, English- speakiag superintendent on the project with the capabilities and authority required by the Florida Department of Transportation, Standard Specifications for Road and Bridge Consiuction, Section 5 -8. Employees shall be trained in and familiar with the safely- related work pralices, safety procedures, and other safety requirements that pertain to their respective job assignments per OSHA. Standard 1910 - Electrical and Federal Register 29 CFR Part 1926 Cranes and Derricks in Construction; Final Rule. Employees shall also be trained in and familiar with my other safety practices, including applicable emergency procedures that are not specifically addressed, but that are related to their wort and are necessary for their safety. TR ANCFFR OF M 4lNTFNANf F Once the Contractor has begun any work on any portion of the project, all traffic control devices, including interconnect, within the limits of this contract shall become die full responsibility of thc Contracmr. Whenever a new traffic control device is to be installed at a location where there is an existing device, the Contractor shall notify the Collier County Project Manager of their intent to begin any physical construction work on the project or any portion thereof. This notiftcalioo must be a minimmt of seven (7) working days prior to the start of construction to allow sufficient time for the Contractor to conduct an inspection of the existing traffic control device installation(s). In the event any deficiencies are noted by the Contractor, at the county's option, they are to be repaired by Collier County Traffic Operations or documented on the "Transfer of Maimeoance" font. If work is started prior to the inspection, maintenance of the traffic control device(s) will immediately be transferred to the Contractor without an inspection. The Contractor shall then become responsible for repairing or replacing all equipment that is not operating properly or is damaged at no cost to the owner of the traffic control device. The Contractor shall be responsible for continuous maintenance of the existing device until such time as the new device is activated, inspected by the Comfy, and accepted. For new traffic control devices, partial or final acceptance and inspection will be scheduled with the Collier Comity Project Manager before the traffic control device is placed in normal operational mode. Notification is also required before placing the signal in the flashing mode. The Contractor shall supply the Collier County Project Manager two 24 -hour emergency contact names and telephone numbers. The Contractor shall provide sufficient qualified personnel to respond to all notifications of malfunctions on a round - the -clock basis (24 hours a day, 7 days a week). The Contractor is required to keep a time and date log of each response from the time of the initial report to the time of final permanent repair. The Contractor shall be fully responsible for the safe and efficient operation of the traffic control devices. Any inquiry, complaint or request by the Division, the County's Traffic Signal Maintenance Section, or the public, shall be investigated and my repairs needed initiated immediately. When a signal malfunction occurs, the Contractor shall respond within two hours of notification and repair the traffic signal so that it is operating hm a safe manner. The Contractor shall be responsible for the permanent repair, and shall notify the County of the completion of the repairs within 24 hours. If the Contractor fails to respond within two hours, the County reserves [be right to either repair the malfunction or employ alternate personnel and charge all costs incurred by Collier County to the Contractor. Authorized Collier County personnel may, at my time, enter the controller cabinet in order to reslore any and all signal equipment to proper operation if the malfunction or non - function of such equipment poses a hazard or inconvenience to motorists or pedestrians. Such authorized entry may occur at any time within the period of the contract, and such authorized entry shall in no way relieve the Contractor or manufacturer of there respective warranties. T OCATTN(: I TNDFROROT TND FACII iTIFC Once the Contractor has begun my work on my portion of the project the contractor is responsible for providing locate services for all traffic control devices, interconnect, and street lighting within the limits of the construction project. Contractor requests for equipment locates will be granted only once prior to the start of the contract Additional requests shall be at the expense of the Contractor. The locating of underground traffic facilities does not relieve the Contractor of their responsibility to repair any item(s) damaged during the construction, at his/her own expense. Locate requests from company's and/or individuals not associated with the construction project will be forwarded to the contractor. RFCPOISIRMILITIFC OF CI(:NAI. CONTRACTOR PFRCONNFI. Collier Comfy Traffic Operations Department Inspection Staff shall be notified to writing either via form letter (To: Collier County Traffic Operations, At: 2885 Horseshoe Drive South, Naples FL 34104) or e-mail (TrafficOps@colliergov.net) a minimum of 72 Hours prior to the commencement ofjobs that include overhead or underground work that will be conducted as part of construction or maintenance projects within the Collier County or State road right of way. Collier County Traffic Operations Department Inspection Staff shall also be notified either via form letter or e-mail a minimum of 12 Hours prior to any and all daily work to be performed throughout the entire length of construction or maintenance projects. Any changes that necessitate the rescheduling of work that has been previously scheduled shall be provided in writing via e-mail no later than the morning that it was to be performed. ­111- IN DATE DESCRIPTION I DATE I Br I bEscliterioN Collier County Traffic Operations SHEET 2685 South Horseshoe Drive COLLIER COUNTY SIGNALIZATION TECHNICAL 5 South Florida hoe D NO. Phone: (239)774 -6792 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS TSP -2 Far (239) 213 -5866 Collier County Traffic Operation Department Inspection Staff has the full authority to shut In addition, when an existing fiber optic cable is to be reused, the contractor shall be prepared to " Weatherproofing: down any and all overhead or underground work that has failed to comply with the irnmedimely replace any fiber splices and/or terminations that become danhaged. Prior to Irregular mating surfaces shall be rendered weatherproof by applying an appropriate bead aforementioned requisites. disemmecting any Collier County communication link, the contractor shall contact the Collier of clear silicone caulk, such as Silicone II, or County - approved equivalent. These areas Collier County reserves the right to redirect the termination point(s) of any or all conduit(s) County Project Manager for approval of the planned construction method. include serrated signal couplings, controller cabinet foundation, pedestrian push buttons, from what is shown on the plans. If the quantity of materials is increased, the Contractor shall The Contractor shall maintain vehicle detection at each signalized intersection for the duration and any other areas typically prone to moisture infiltration. be compensated according to the per unit price of this change. of the project. The maintenance of existing signals, until removed, shall be the responsibility of • Cable Entry/Exit The Contractor shall be responsible for coordinating with all utilities having overhead or the Contractor. Except as approved by the County, there will be no lane closures or signal Wherever a cable enters or exits a field- drilled hole, the hole shall be protected by a underground facilities in close proximity or possible conflict with the Contractors excavations shutdowns during the following periods: pemtnnently installed rubber grommet. and underground cable installation. The Contractor shall notify all utility companies and maintaining agencies seventy two (72) hours in advance of commencing work. Hand- digging • Monday through Friday, from 6:00 AM until 9:00 AM and from 3:00 PM until 6:00 PM, OPTICAL. VFUICI.F. DFTFf'TtON- will be required in all areas where the utilities slake or locale a possible conflict, or where or as specified on the local agency permit documents. Inductive loops is the standard for vehicle detection in Collier County. In the event optical hand - digging is specified on the plans. The exact location of utilities shall be determined by • The Contractor will be permitted to work in the roadway during all other periods, video detection is called for in the plans, the following specifications shall Apply: the Contractor when necessary, during construction. unless informed otherwise by the County. In no case shall the Contractor close All vehicle detection modules shall be Iteris Vantage Edge 2 dual input video processors, AB below pavement crossings shall be placed at a minimum depth of thirty six inches (36 ") more than one late without approval of the County. including one Iteris EdgeComnect quad -view communications module and one Vantage TS24M below pavement to a maximum depth of one hundred twenty inches (120 ") below pavement. Interface Module. The video detection system shall communicate with TS -2 controllers using All conduit crossing a designed roadside ditch or swale invert shall be placed at a minimum It is recognized that signal shutdown will sometimes be required, such as when installing a new standard protocols. All cameras shall be Iteris RZA Advanced WDR assemblies. The camem(s) depth of thirty inches (30 ") below the designed roadside ditch or swat, invert to one hundred ") controller. During times when signal shutdown is required, the Contractor shall be responsible for shall be wired with a combination video /power cable as manufactured by Isotec or approved twenty inches (120 below the designed roadside ditch or swale invert. Primary cable (voltage furnishing uniformed Law Enforcement Officers to direct traffic. equivalent. The camera(s) shall include Edco Model CX06M video detection suppression with exceeding 500 volts) shall have minimum thirty six inches (36 ") of cover to a maximum one hundred twenty inches (120 ") of cover. Secondary cable (voltages less than 500 volts) shall a BNC pig tail. All of the video suppressors shall be mounted upon one panel along with the COUCFAI.FD WORK system mein surge aneslor and terminal block. have a minimum thirty inches (30 ") of cover m a maximum one hundred twenty inches (120 ") All work which will not be readily visible upon completion shall not be concealed until a Optical vehicle detection mounting equipment shell be manufactured by Engineered Castings, of cover. Exception may be made by authority of the Collier County Signal Inspector for good County Signal Inspector gives approval. In the event the below items are concealed, it will be Inc. part # 3015 CM or approved equivalent, and installed according to the manufacturer's cause shown. If conduits cannot be placed at a thirty inch (30 ") minimum to one hundred ") the Contractors responsibility to expose the questioned items) for the Inspectors' approval, at installation instructions. The system installer shall leave a minimum of 30" of span cable at each twenty inch (120 maximum depth due to underground conflicts (i.e., rocks, roots, culvert no additional cost to the County. This includes, but is not limited m: camera bracket to neatly form arable -tied loop to the camera. All manufacturer installation pipes, etc.), the Contractor shall contact the Collier County Signal Inspector to receive authorization to place conduits at less than thirty inches (30 ") or greater than one hundred instructions and tools shall be used. twenty inches (120 "). 1. Buried or imbedded conduit The controller assembly shall come equipped with u minimum 7 inch LCD monitor approved Traffic shall be maintained in accordance with the "Manual on Uniform Traffic Control Devices" 2. Ground wire, rods, and army by the manufacturer of the video detection system. _ and "Roadway and Tmffic Design Standards" and as designated in the plans. 3. Loops and home runs The Contractor shall schedule work in such a manner that signal coordination is maintained 4. Leveling nuts before grouting 555 MRFCTIONAT. RORF throughout the course of the project at locations where the County requires existing coordination to 5. Loop splices before encapsulating Section 555 of the Florida Department of Transportation, Standard Specifications for Road be maintained. Coordination may temporarily be accomplished through the use of time -based and Bridge Construction is expanded as follows: coordination (TBC), where applicable, but in no case shall uncoordinated operation be allowed CI IRFACF TREATMENTS, All roadway crossings shalt he accomplished by means of a directional bore. The contractor without the contractor obtaining authorization from Collier County Traffic Operations. Existing The application of the following materials to various traffic signal components shall be performed shall provide Collier Counq with directional bore log(s) taken at 10' intervals for all directional signalization shall remain in place to the extent possible and shall be used for Maintenance of during assembly: bores. The conduit installed shall be 3" schedule 40 PVC continuous or sectional. The Contractor Traffic as required. shall provide the appropriate manufacturer fittings when switching from the polyethylene The interruption of communication with County equipment shall be kept to an absolute minimum. ` Threaded Hardware: continuous conduit to standard PVC. Examples of appropriate couplings are Elco Specialty This includes communication such as controller telemetry, video transmission, camera control signals, All non- electrical threaded hardware (i.e., all Aston Brac hardware, pole hardware, or any Products and E -loc couplings. The Contractor will be responsible for cleaning up the spoil and Highway Advisory Radio, wireless interconnect, telephone (POTS/ISDN/DSL), high speed Internet, threaded surface) shall be coated with Permatex Anti -Seize Lubricant, or County- approved returning the site back to the original condition after the bore operation is complete. All drainage or any other County communication signals. This provision applies to cable Types including copper, equivalent. No spray on anti -seize compound will be accepted. The amount of anti seize facilities shall be properly protected (i.e. hay - bails, silt - fence, etc.) from directional bore spoil. multi mode fiber optic, single mode fiber optic, telephone cables. Internet cables, or any other cable being applied shall be In the event that drainage facilities become filled with spoil as a result of the directional bore, it used by the County to monitor and maintain its various signal and ITS equipment. The contractor sufficient enough to be visibly seen. shall be the Contractor's responsibility to have the material removed and the facility returned to shall plan ahead, and shall stage his construction work accordingly, so that he can interrupt ` Galvanized Surfaces: its original condition. communication, and then restore communication, with as little down time as possible. For exanhple, All scratches and field- drilled holes shall be treated with a cold galvanizing compound. when a section of existing interconnect is being relocated, the new hand holes and conduits should - be installed prior to disconnecting the interconnect cable. The interconnect cable can then be disconnected, pulled out of the existing conduit, pulled through the new conduit, end reconnected. REVISIONS Cotner Counly Traffic Operadons zees south Horseshoe Odve COLLIER COUNTY SIGNALIZATION TECHNICAL SHEET No. oarE fiY DESCRIPTION o rE &' DESCRIPTION Naples, Florida 34104 Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 2135888 TS" —.3 611 SIGNAL INSTALLATION ACCEPTANCE PROCEDURES Collier County Traffic Operations will make inspection for Final acceptance of signal The Contractor shall field galvanize, prime and paint the areas of mast arm and upright poles Section 611 of the Florida Department of Transportation, Standard Specifications for Road installations as part of all work under the Contract in accordance with the Florida Department damaged or affected by field culling or drilling operations per the above finish specification. and Bridge Construction is expanded as follows: of Transportation, Standard Specifications for Road and Bridge Construction, Section 5 -11, Must arm bases are to be left un- grouted until the leveling nut installation is inspected by the Upon notification that all Contract Work, or all Contract Work on the portion of the Contract only after satisfactory completion of all field tests of completed installations in accordance with county. scheduled fur acceptance, has been completed, Collier County Traffic Operations will make an the requirements of the Florida Department of Transportation, Standard Specifications for Road All conduit and fittings shall be utilized for One purpose they were designed. There shall be inspection for acceptance. The inspection will be made within seven working days of the and Bridge Construction, Section 611 -4, the Collier County Traffic Operations Contractor / CET no fabrications of non- standard sweeps by "culling up" a standard sweep. Heal - bending PVC notification. The contractor shalt arrange for a representative of the Controller Assembly Request for Signal Inspection form, and on the basis of a comprehensive final field inspection conduit is acceptable. No conduit shall be filled beyond the capacity stated in the National manufacturer and Video Detection manufacturer, if applicable, to be present during the inspection of all traffic signal installations. Collier County Traffic Operations will make the Final inspection Electrical Code. PVC conduit stubs into the controller cabinet shall be plumb and evenly for acceptance to insure the controller assembly and video detection is functioning properly. If of ull signal installations with a Contractors representative and a representative OF Collier County distributed. All PVC conduits shall bejoined together with `special long line couplings and Collier County Traffic Operations finds that all work has been satisfactorily completed, Collier Traffic Operations to accept mahuenancc responsibility. Transfer to Collier County Traffic terminated with deep bell ends. County Traffic Operations will consider such inspection as the final inspection. If any or all of Operations any guarantees on equipment or materials furnished by the manufacturer and ensure the Work is found to be unsatisfactory, Collier County Traffic Operations will detail the remedial that the manufacturer includes with such guarantees the provision that they are subject to such • Controller assembly PVC stubs are to be the following function and sizes: work required to achieve acceptance. The contractor shall immediately perform such remedial transfer, and proper validation of such fact, In addition, as a condition precedent to final One 314 " conduit for grounding. work. Subsequent inspections will be made on the remedial work until Collier County Traffic acceptance in accordance with 5 -11, provide a Warranty /Maintenance Bond in accordance with One 1 1/4 " conduit for power service. Operations accepts all Work. Upon satisfactory completion of the Work, Collier County Traffic the requirements of 611 -5. One 3" conduit for vehicle traffic signal cable. Operations will provide written notice of acceptance, either partial or final, to One Contractor. One 3" conduit for pedestrian traffic signal cable. Until final acceptance in accordance with the Florida Department of Transportation, Standard 611 -2.3.1 SUBMITTAL REQUIREMENTS One 3" conduit for street fighting and/or illuminated signage Specifications for Road and Bridge Construction, Section 5 -11, contractor shall replace or Section 611 -2.3.1 of the Florida Department of Transportation, Standard Specifications for One 3" conduit for pedestrian detection cable. repair any damage to the accepted Work. Payment of such work will be as provided in the Road and Bridge Construction is expanded as follows: One 3" conduit for video detection cable and/or inductive loop detection cable, Florida Department of Transportation, Standard Specifications for Road and Bridge Prior to the installation of signal equipment and within 30 days after the pre - construction emergency vehicle detection cable, and ITS CCN carriers cable. Construction, Section 7 -14. conference, submit a completed listing of all traffic devices or hardware with certification One 2" conduit for communications cable. number(s) to the Engineer and Collier County Traffic Operations for approval on a form 611 -2.1 PARTIAL ACCEPTANCE approved by the Florida Department of Transportation. ` Each one or two way must arm traffic signal assembly shall contain the following conduits: Section 611 -2.1 of the Florida Deparnment of Transportation, Standard Specifications for One dedicated 3" conduit for vehicle and/or pedestrian traffic signal cable. Road and Bridge Constriction is expanded as follows: 620 GROUNDING: One 2" conduit for pedestrian detection cable. Collier County Traffic Operations may make inspection for partial acceptance under the Section 620 of the Florida Department of Transponalion, Standard Specifications for Road One 2" conduit for video detection and Emergency Vehicle Detection cable. Contract in accordance with the Florida Department of Transponalion, Standard Specifications and Bridge Construction is expanded as follows: for Road and Bridge Concoction, Section 5 -10 of a complete installation of a signalization Minimum size of all ground/bond wire shall be green insulated stranded #6 A WG. Bare wire ' Each pedestal mounted one or two way vehicle traffic signal assembly and with a one or control system upon its completion in accordance with the Contract Documents and at such will not be accepted inside a conduit. two way pedestrian traffic signal assembly shall contain the following conduits: time that other parts of the total Contract are at a stage of completion that either require or allow Ground wire shall be attached to the ground rod by means of a Exothermic Grounding Bond. One dedicated 2" conduit for vehicle and pedestrian traffic signal cable. the installation to operate in a manner which is in accordance with the Contract Documents. Use materials from the same source, meeting the requirements of the Institute of Electrical and One 2" conduit for pedestrian detection cable. Before inspection for partial acceptance, the Engineer will require the salisiacton, completion Electronics Engineers (IEEE) Standards 80 and 837. of all field tests of completed installations in accordance with the requirements of the Florida All ground rods shall be 5/8 " x 10', copper clad bonded to a steel core. • Each pedestal mounted one or two way vehicle traffic signal assembly shall contain the Department of Transportation, Standard Specifications for Road and Bridge Construction, All exposed, above -ground metal conduit shall be properly grounded with a grounding following conduits: Section 611-4 and the Collier County Traffic Operations Contractor / CEI Request for Signal bushing or clamp. One dedicated 2" conduit for vehicle traffic signal cable. Inspection form. The Engineer will make inspection for partial acceptance in accordance with All separately grounded elements at an intersection shall be bonded together to Form an " Each pedestal mounted one or two way pedestrian traffic signal assembly shall contain the the Florida Department orTrmnsportation. Standard Specifications for Road and Bridge intersection grounding network- following conduits: Construction, Section 5 -10 in company with a Contractor's representative and a representative One dedicated 2" conduit for pedestrian traffic signal cable. of Collier County Traffic Operations. 630 CONDUIT: One 2" conduit for pedestrian detection cable. Section 630 of the Florida Department of Transportation, Standard Specifications for Road 611 -2.2 FINAL ACCEPTANCE and Bridge Construction is expanded as follows: • Each pedestal mounted one or two way pedestrian push button assemblies shall coritato Section 611 -2.2 of One Florida Department of Transportation, Standard Specifications for Road Ensure all surfaces to be coated are clean, dry, and fine from oil, grease, din, dust, soluble the following conduits: and Bridge Construction is expanded as follows: salts, corrosion, and any other surface contaminants. Sequence the surface preparations and One 2" conduit for pedestrian detection cable. coating operations so that freshly applied coatings will not be contaminated by dust or foreign owner and per the manufactures instructions. REVISIONS Collier County Traffic Operations 2885 South Horseshoe Drive COLLIER COUNTY SIGNALIZATION TECHNICAL SHEET N0. DATE fir DESCRIPTION DATE BY DESCRIPTION Naples, Florida 34104 T$P -4 1 Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 2135868 A 412 AWG blue insulated stranded or approved equivalent, locate/pull wire shall be installed * A minimum 9 conductor signal cable shall be installed continuous from the controller Wherever applicable, or as otherwise specified by the county, the controller assembly will be in all conduits, spare conduits, or conduits shown on the plans that are to receive cable at a future assembly to each 4 and/or 5- section pedestal mounted vehicular signal indication terminal wired with signal head numbering and vehicle phasing per Index No. 17870 of the Roadway dale. Al least five feet of locale /pull wire shall be accessible at each conduit termination and block. and Traffic Design Standards, and directionally oriented as follows: secured within the pull box or place of termination. All exposed, above ground conduit shall be heavy -wall, galvanized rigid conduit a minimum * A minimum 7 conductor signal cable shall be installed continuous from the controller A. When MAJOR ARTERIAL is a North/South direction: six inches underground. All threaded rigid conduit connections shall be coated with anti -seize assembly to each pedestal mounted pedestrian signal indication lerminal block. * Southbound Vehicle Movements = Controller Phase Two lubricant. * Northbound Vehicle Movements = Controller Phase Six All under ground signalization conduit shall be schedule 40 PVC, gray in color, sectional or All Pedestrian detection cable shall be IMSA Spec. 50-2, shielded, stranded, #14 AWG. * Eastbound Vehicle Movements = Controller Phase Eight continuous. * Westbound Vehicle Movements = Controller Phase Four Duct seal shall be used for scaling conduit ends. * A pedestrian detection cable shall be installed continuous from the controller assembly If conduits cannot be placed at a 30" minimum to 120" maximum depth due to underground to each pedestrian push button. The pedestrian detection cable shield wire shall be B. When MAJOR ARTERIAL is an East/ West direction: conflicts (i.e., rocks, mots, culvert pipes, etc.), then the Contractor shall contact the Collier terminated in the controller assembly earth ground buss bar. " Southbound Vehicle Movements = Controller Phase Eight County Signal Inspector to receive authorization to place conduits at less than 30" or greater than * Northbound Vehicle Movements = Controller Phase Four 120 ". All L.E.D. illuminated sign panel cable shall be IMSA Spec. 19 -1, stranded, #14 AWG. " Eastbound Vehicle Movements = Controller Phase Six Conduit entrances into base - mounted controller cabinets through the sides, back or top of the * Westbound Vehicle Movements = Controller Phase Two cabinet are not permitted. * A minimum 5 conductor signal cable shall be installed continuous from the controller assembly to each mast am pole terminal compartment for L.E.D. illuminated sign panels. All neutral conductors shall be terminated in the controller cabinet at 0me neutral/gmund bus 632 SIGNAL CABLE: A minimum 5 conductor signal cable shall be installed continuous from the mast arm and labeled as to the appropriate phase. Section 632 of the Florida Department of Transportation, Standard Specifications for Road pole terminal compartment to each L.E.U. illuminated sign panel. All Spare conductors shall be placed into a split boll and terminated to the cabinet at the and Bridge Construction is expanded as follows: neutral/ground us with a #6 AWG stranded green insulated wire pigtail and labeled "spares ". All signalization cable to mast arm poles and inductive loop shielded cable and communications Signal wiring shall be labeled by phase and direction. Signal heads shall be wired in The signal cable shall have a vertical support at the top of each mast. The use of Strain cable to the cabinet shall mn in conduit either under pavement or underground as required. At no accordance with the following color code: Relief Grips, sized for each cable, shall be used. time shall logic level (low voltage), or fiber optic cable be placed in the same conduit as 120 volt All pull boxes shall contain sufficient slack signal cable, which will extend a minimum of T signal cable. WIRE COLOR FUNCTION above the top of the pull box. All pedestrian and vehicular indication signal cable shall be IMSA Spec. 19 -1, stranded, RED .. ..............................3 SECTION THRU MOVEMENT RED BALL #14 AWG. ORANGE ........................3 SECTION THRU MOVEMENT YELLOW BALL .635 PULL AND JUNCTION BOXES: GREEN ...........................3 SECTION THRU MOVEMENT GREEN BALL Section 635 of the Florida Department of Transportation, Standard Specifications for Road * A minimum 15 conductor signal cable shall be installed continuous from the controller WHITE ...........................3 SECTION THRU MOVEMENT NEUTRAL and Bridge Construction is expanded as foliows: assembly to each mast am pole terminal compartment for vehicular signal indications. RED /BLACK ..................3 SECTION LEFT TURN MOVEMENT RED ARROW All pull boxes shall be heavy duty traffic -rated reinforced polymer concrete, "Quazite A minimum two 15 conductor signal cables shall be installed continuous from the ORANGE/BLACK .......... 3 OR 5 SECTION LEFT TURN MOVEMENT YELLOW ARROW Composolite ", or approved equivalent. controller assembly to each two -way most am pole terminal compartment for vehicular GREEN /BLACK .............3 OR 5 SECTION LEFT TURN MOVEMENT GREEN ARROW signal indications. WHITEIBLACK ..............3 OR 5 SECTION LEFT TURN MOVEMENT NEUTRAL " Inductive loop functions shall use pan #PG1324BA18(box), and #PG1324HATRAFFIC A minimum 7 conductor signal cable shall be installed contiguous from the mast am REDIWHITE ...................3 SECTION RIGHT TURN MOVEMENT RED ARROW CONTROL (lid). pole terminal compartment to each 3- section signal indication teminal block BLUE /WHITE .................3 OR 5 SECTION RIGHT TURN MOVEMENT YELLOW ARROW * Signal functions shall use part 4PG1730BA 18(box), and #PG1730HATRAFFIC A minimum 9 conductor signal cable shall be installed continuous from the mast arm GREEN /WHITE ..............3 OR 5 SECTION RIGHT TURN MOVEMENT GREEN ARROW SIGNAL (lid). pole seminal compartment to each 4 and/or 5- section signal indication terminal block. BLACKIWHITE ..............3 OR 5 SECTION RIGHT TURN MOVEMENT NEUTRAL " Communications function shall use part #PG2436BA18(box), and #PG2436HACCTO BLUE SPARE COMMUNICATIONS (lid) * A minimum 9 conductor signal cable shall be installed continuous from the controller BLUE /BLACK .................SPARE assembly to each mast am pole terminal compartment for pedestrian signal indications. BLACK ..........................SPARE All pull boxes shall be used for a single, dedicated function, and shall not carry cables of A minimum 5 conductor signal cable shall be installed continuous from the mast am varying functions. All pull boxes shall have cover logos identifying their specific purpose. pole terminal compartment to each pedestrian signal indication terminal block. PHASE WIRING 'these shall be as follows: Each vehicle movement shall be wired separately and combined in the controller cabinet to * A minimum 7 conductor signal cable shall be installed continuous from the controller obtain the specific sequence of operation as shown on the plans or as directed by the county. * TRAFFIC CONTROL - all inductive loop functions assembly to each 3- section pedestal mounted vehicular signal indication terminal block * TRAFFIC SIGNAL - all signal functions * CCTO COMMUNICATIONS -interconnect R E v I S 10 R 5 Collier County Traffic Operations 2885 South Horseshoe Drive COLLIER COUNTY SIGNALIZATION TECHNICAL ET SNO. DESCRIPTION Dare Br SCRIPT/ON Naples, Florida 34104 Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS �, Fax: (239) 213-5868 i$P -5 P" All pull boxes shall have a concrete apron poured around them. The concrete apron shall 649 -1 Description- 649 -0.2 Surface Preparation: extend 12" beyond the edges of the pull box in all directions. The concrete apron may be The work consists of furnishing and installing galvanized steel strain poles, galvanized steel Prepare all galvanized surfaces to be painted in accordance with ASTM D 6386 and the reduced to 6" between adjacent pull boxes. The concrete apron shall have a minimum mast arm(s) and galvanized steel monotube assemblies in accordance with the details shown manufacturer of the coating system's specifications. Provide a clean and suitable galvanized thickness of 6 ". The lop of the pull box and concrete apron shall be equal to the final elevation. in the Contract Documents, subject to a five year warranty period as defined herein. The surface that maximizes coating system adhesion. - - Concrete apron is to be included in the cost of each pull box. warranty period will apply only when strain poles, mast amens or steel monotube assemblies are Measure the thickness of the zinc coating after completion of surface preparation using a painted as called for in the Contract Documents. magnetic thickness gage in accordance with ASTM A 123. Ensure sufficient galvanizing remains 639 ELECTRICAL POWER SERVICE ASSEMBLIES on the substrate to meet the requirements of ASTM A 123 and the Contract Documents. Correct Section 639 of the Florida Department of Transportation, Standard Specifications for Road 649 -2 Materials any deficient areas to the satisfaction of the Engineer at no additional cost to the Department. and Bridge Construction is expanded as follows: Use strain poles and toast arm assemblies listed on the FDOT's Qualified Products List (QPL) The Contractor shall install electrical power service equipment as shown in the plans. for all standard configurations shown in the Design Standards and Collier County Signalization 6494.3 Painting: Installation shall be in accordance with Index No. 17736 of the Roadway and'['mfc Design Technical Special Provisions (CCSTSP). Obtain strain poles, mast arm, and monotube assemblies The Mast Arm Assemblies shall be painted per the following: Standards, 2010, as illustrated with "METER USED ". Electrical service shall be installed in from a fabrication facility that is listed on the FDOT's list of metal producers with accepted quality The default fmish color coat shall be "English Ivy "equal to Ameron Coatings PSX 70OT3 accordance with the current NEC and FDOT Standard Specifications for Road and Bridge control program, meeting the requirements of 105 -3. Color Number 510007 -217. Construction, with the following enhancements: The default finish color coat shall be Federal Code Color RAL 6005. Wlmen replacing any electrical power service, all work shall be completed in one day and the Provide shop drawings and signed and sealed calculations, as needed, in accordance with signal shall be made fully operational by the end of the Contractor's workday. Section 5 for configurations shown in the plans and denoted as special. 649 -4.3.1 General: A 40 ampere breaker shall be installed for the electrical power service main disconnect unless Use coating products meeting the requirements of Section 975. When required by the Contract Documents, provide painted strain poles, mast arms and current requirements for normal operation of the signalized intersection exceeds 25 amperes. Use grouts meeting We reyuirements of Section 934 listed on the FDOT QPL. monotubc assemblies. Provide products from a fabricator on the FDOT list of Prequalified As a minimum, the breaker supplied for the electrical power service shall exceed the current Use water meeting the requirements of Section 923. Fabricators of Painted Galvanized Steel Strain Poles, Mast Arms and Monotube Assemblies. requirements for normal operation of the signalized intersection by twenty five percent. Use membrane curing compounds meeting the requirements of Section 925. Provide products that will meet specification requirements throughout the warranty period. Meet A 30 ampere breaker shall be installed for the electrical power service main disconnect unless the color requirement as specified in the Contract Documents. Provide the Engineer with two current requirements for normal operation of the illuminated signage and/or street lighting. As 649 -3 Fabrication. metal sample coupons, a minimum of 2 x 4 inches, painted concurrently and with the same a minimum, the breaker supplied for the electrical power service shall exceed the current Fabricate strain poles, mast am and monombe assemblies and miscellaneous hardware in paint as was used on the first lot of any strain poles, mast arms and monotube assemblies delivered to requirements for normal operation of the signalized intersection by twenty five percent. accordance with the Contract Documents. Cut all materials to the final dimensions and complete the jobsite. Provide sample coupons and manufacturer product data sheets to the Engineer along No nails or small screws shall be used to mount the electrical disconnect or straps in place. all welding prior to galvanizing. Obtain all components for individual strain poles, mast amu and with the delivery of the first shipment of any painted strain poles, mast arcs or monotube All fastening devices shall be screws, sleeve anchors, or lag bolts, 5/16 " x 2" or larger. The monotube assemblies from the same fabricator. Obtain the luminaire and bracket from other assemblies delivered to the jobsite. At the time of their delivery, the sample coupons described in electrical service shall be installed onto a 8' concrete service pedestal. The electrical service sources, when necessary. this paragraph shall match the color of the strain poles, mast amens and monotube assemblies to disconnect and breaker shall he manufactured by Square D Company. The service disconnect Affix an aluminum identification tag which will be visible from the handhold or located inside within 1?E measured as specified in Section 975 -7 of the FDOT Standard Specifications. If the part number shall be Q0612LIOORB or approved equivalent. All service wire is to be #6 AWG the terminal box containing the information described in One Design Standards. delivered sample coupons exhibit a difference in color from the strain poles, mast arms and minimum.'rhe service neutral wire shall have continuous white insulation. Earth ground conduit Before shipping, assemble mast arm and monotube assemblies including luminaire and bracket, monotube assemblies greater than 1 ?E then the sample coupons will he considered unacceptable size from the disconnect shall be 3/4 " rigid- After the wire leaves the weather head, the wire to assure proper fit- The mast arm and monotube assemblies may be separated for shipment. and no payment shall be made for the materials which the sample coupons represent. Those shall have a minimum often turns to fomm a coil, with a minimum of 3' of wire past that point. Ensure all components are protected from damage during shipping end handling by wrapping materials shall not be accepted by the Department until acceptable representative snmple coupons The 1 114" service feed may be changed to schedule 40 PVC 18" below grade. or other eBeclive methods. Replace any component, which the Engineer determines is dauhaged in accordance with the requirements of this Section have been delivered to the Engineer. beyond repair, at no additional cost to the Departna -L If components are wrapped for shipment, 649 GALVANIZED STEEL STRAIN POLES AND MAST ARM ASSEMBLIES remove wrappings no later than five days after receipt of components or immediately if the 649 -4.3.2 Responsible Party Warranty: Section 649 of the Florida Department of Transportation, Standard Specifications for Road wrappings become saturated. Post these instructions in brightly colored wording on the wrapper. When the Contract Documents call for painted galvanized steel strain poles, mast arms or and Bridge Concoction is.expanded as follows: Failure to comply with these instructions may lead to damage of the coaling system and will be monotube assemblies, the Contractor shall designate a Responsible Puriy to accept responsibility. All mast arm and mono type structures shall be manufactured to comply with FDOT Standard cause for the rejection of the component. The Responsible party designated by the Contractor must execute and deliver to the Department Drawings, Indexes 17741 through 17746. The mast arm poles shall include the "optional terminal a form, provided by the Department, prior to the first delivery to the jobsite of any painted strain compartment'. The center of the mast arm and pole connection plates shall have a minimum 4" 6494 Coatings. poles, mast arms or monotube assemblies, stipulating that the Responsible Party accepts diameter wiring hole. The Standard Drawing Indexes shall be included within all signalization 649 -4.1. Galvanizing:- responsibility for ensuring the coating system adhesion and color retention requirements as plans. The Engineer of Record shall calculate and sign/seal all dimensions which deviate from Galvanize all components in accordance with ASTM A 123, except galvanize all fastener specified in Section 975 -7 are met for a period of five years after final acceptance in accordance, standard mast arm structure sizes. Mast arm assembly shop drawings must be submitted prior assemblies in accordance with ASTM A 153. Use galvanizing methods which provide surfaces with Section 5 -11 Acceptance. The Responsible Party shall also bear the continued responsibility to any new mast arm pole installation. All shop drawings must be FDOT approved and shown suitable for painting. for performing all remedial work associated with repairs of adhesion or color retention failure as on the Qualified Product List (QPL) index. defined in Section 975, as to which notice was provided to the Responsible Party within the five year warranty period. Failure to timely designate the Responsible Party will result in the Contractor being the Responsible Party unless otherwise agreed to in writing by the Department. DA _ R E V I CRIPTIpN S 10 N 5 pATE BY DESCRIPTION Collier County Traffic Operations 2885 South Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY SIGNALIZATION TECHNICAL SKEET Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5888 %SP -6 The responsible Party shall be either the Contractor or the Fabricator. When the Responsible All traffic signal heads shall have back plates installed. Back plate material shall be aluminum All inductive loop lead -ins shall run from the proposed loops to the nearest pull box, (lien Party is the Fabricator, the Responsible Party shall be one of the Fabricators listed on the louvered with a powder coaled Flat black finish. A yellow retro reflective strip with a minimum to the controller assembly. All inductive loop wires and loop lead -in assemblies shall be "Pmqualified Fabricators of Painted Galvanized Steel Strain Poles, Mast Arms and Monolube width of I inch and maximum width of 3 inches shall be placed along the perimeter of the each installed continuously as one length of wire or cable. No splices or connections shall be Assemblies ". This list may be viewed on the FDOT website at the following URL: signal back plate. permitted in inductive loop wires or lead -in cables except where indicated in the plans. All www.dol.slatcAus/constmetion /. Mast arm vehicular traffic signal mounting brackets shall be manufactured by Engineered splices between twisted inductive loop wire and inductive loop lead -in cable shall be made Upon final acceptance of the Contract in accordance with Section 5 -11 Acceptance, the Castings, Inc., part # 3075 or approved equivalent, and installed according to the manufacturer's in pull boxes. Splices in saw cuts, conduit or on poles am not permitted. In pull boxes where Contractor's responsibility to ensure that the coaling system adhesion and color retention installation instructions. Pedestal mounted vehicular traffic signal equipment shall be twisted inductive loop wines are to be spliced to lead -in cables, allow a minimum of 3 feel of requirements specified in Section 975 -7 will terminate. The obligations of the Responsible Party manufactured by Pelco Products, Inc., or approved equivalent, and installed according to the slack in the twisted inductive loop wires and the lead -in cable for each inductive loop set Forth in this Section shall start at final acceptance of the Contract in accordance with Section manufacture's installation instructions. assembly. 5.11 Acceptance and continue thereafter until expiration of the five year warranty period. Pedestal mounted vehicular traffic signal poles shall be mounted using Pelco, part #PB 5335 All inductive loop lead -in cable shall be grounded to the controller cabinet ground. base assemblies. These base assemblies shall be equipped with Pelee Products, Inc. part #PB Each inductive loop shall be installed on a separate loop detector channel. All inductive loop 64943.2 Installation: 5325 pole and base collar assembly. All aluminum poles shall have a sprat finish. This pole shall wires shall be labeled m to phase and direction. The Contractor shall notify the County a minimum of 24 hours prior to pouring concrete. be grounded by means of a snideness lug. All poles which require threads (i.e., to mount signs, All saw cuts must have inductive loop and lead -in wires placed and sealed immediately after The mast arm shall not be attached to the mast amt pole until the concrete achieves the strength etc.) shall be drilled and tapped. initial sawing with a inductive loop sealant that is approved by the State Materials Office, and specified by the pole manufacturer's engineer of record. It is the Contraetoes responsibility to All dark signal indications shall be covered with covers manufactured by Traffic Sign and is on the Certified Products List; except Type III Sleep Asphalt and Type 11 Coal "far Base verify that the mast arm foundation(s) is installed at the correct location and to file correct Signal Cover Concepts or other County approved equivalents. cement, which arc not acceptable for use in Collier County. Inductive loop wire placement in elevation(s), as denoted on the plans. saw cuts shall be a minimum of one inch from pavement surface. The mast arm foundation shall have a minimum of two 2" PVC schedule 40 conduits and one 652 PFT)FCTRI AN 91CNAl. A.ggP.MRT.IFg All saw cuts for inductive loops or inductive loop lead- ins at signalized intersections shall 3" PVC schedule 40 conduit All conduit shall be terminated at the nearest pull box and have a Section 653 of the Florida Department of Transportation, Standard Specifications for Road not exceed 4.25 inches nor he less than 3.75 inches, with 4.00 inches being the standard. locate/pull wire installed. It is the Contractor's responsibility to verify the bolt projection from and Bridge Construction is expanded as follows: Exception to this requirement may be taken, when in the judgment of the county, the required the concrete. Cutting ofiexcess anchor bolt material is unacceptable. Bitting toast arm anchor All pedestrian signals shall meet current F.D.O.T. Specifications, display full hand and full depth exceeds the thickness of the existing pavemenL bolts to straighten them for any purpose will not be accepted. It is the Contractor's responsibility man International Symbols, light emitting diodes (L.E.D.) shall be We display source, display to contain all removed spoil from the foundation drilling process. All drainage facilities shall be countdown digits during clearance interval, be black in color, and constructed of lightweight 660 FMFRGFNCV VPM('t F DFTFCT0R (PRFFMPTI()N) properly protected from the foundation hole spoil (i.e., hay- bails, silt fence, etc.). In the event aluminum. Section 660 of the Florida Department of Transportation, Standard Specifications for Road that drainage facilities become filled with spoil as a result of the foundations excavation, it shall Pedestrian signal mounting equipment shall be manufactured by Pelco Products, Inc. or and Bridge Construction is expanded as follows: be the Contractor's responsibility to have the material removed and restored to the original approved equivalent, and installed according to the manufacturer's installation instructions. Each approach to a signalized intcmeclion shall be provided with an emergency vehicle condition. It shall be the Contractor's responsibility to return the mast arm foundation location Pedestrian signal poles shall be mounted using Pelee, pan #PB 5335 base assemblies. These preemption. The installation shall be compatible with the existing Collier County 3M Opticon back to the original condition, including sod. base assemblies shall be equipped with Pelco Products, Inc. part #PB 5325 pole and base Emergency Vehicle Pre- Emption System. All mast arm installations are to be installed such that the mast arms are perpendicular (+ or collar assembly. All aluminum poles shall have a spun finish. This pole shall be grounded by - 1 degree) to the travel lane that is controlled by signals mounted on the mast arm. means of a solderless lug. All poles which require threads (i.e., to mount pedestrian Preemption wiring: push - buttons, pedestrian signs, etc.) shall be drilled and lapped. Each vehicle movement shall be wired separately and combined in the controller assembly to 650 VFHICI TI AR S1GNAr. ACCFMRI IRS' obtain the specific sequence of operation as shown on the plans or as directed by the county. Section 650 of the Florida Department of Transportation, Standard Specifications for Road 660 IMH I('TIVF I COP I)FTFCTOR.g Each Pre- Emplion detector shall be wired in the controller assembly to place a call for service and Bridge Construction is expanded m follows: Section 660 of the Florida Department of Transportation, Standard Specifications for Road in the following "Controller Emergency Pre - Emptiou number: All signal heads shall be TCT, Eagle Mark Five or other County- approved equivalents and Bridge Construction is expanded as follows: with tunnel visors. Plastic signal heads are not accepted. All signal indications shall be L.E.U., Inductive loops is the standard for vehicle detection in Collier County. A. When MAJOR ARTERIAL is a North/Soullt direction: as manufactured by GE Lumination or approved equivalent. All inductive loop installations shall be sealed with an FDOT approved epoxy type loop * Northbound Vehicle Movement. ............... Controller Emergency Vehicle Pre - Emptiou #1 Collier County's standard is to install signal heads horizontally on mast arm (rigid mount) sealant. No hot lar or other heated sealant's will be accepled. Wire type shall be AWG #12, * Eastbound Vehicle Movements .................Controller Emergency Vehicle Pre- Emption #2 installations, and vertically on span wire (free swinging mount) installations. stranded with XHH W insulation. A router saw will not be permitted to cut slots for the * Southbourid Vehicle Movement ................Controller Emergency Vehicle Pre - Emption #3 Protected and through movement signal heads shall be placed in the center of the lane, as inductive loop(s) in the Finished surface of the asphalt. The inductive loop window shall not * Westbound Vehicle Movement .t. ................Controller Emergency Vehicle Pre- Eruption #4 required by geometrics. Five- section signal heads shall be placed on the lane line, as required be placed on a radius. All inductive loops shall have a soldered connection between the loop by geometries, wires and the home run shielded cable. The soldered connections shall be covered with a wire B. When MAJOR ARTERIAL is an Ent/West direction: Five - section vertical mounted signal heads shall have a serrated locking spacer ring installed nut and placed into a County- approved, watertight enclosure. * Eastbound Vehicle Movement-. ................. Controller Emergency Vehicle Pre - Emption 01 on the arrow side of the signal head. The doors of a five- section signal head shall open away * Southbound Vehicle Movement .................Controller Emergency Vehicle Pre- Emplion 42 from each other (i.e., the wing nuts are between the two sections). A terminal strip shall be * Westbound Vehicle Movement ..................Controller Emergency Vehicle Pre- Emption #3 added to the red circular indication of the five section cluster. The wire connection for the red * Northbound Vehicle Movement .t. ................Controller Emergency Vehicle Pre- Emption #4 indication shall be made on this terminal block. REVISIONS Collier County Traffic Operations 2885 South Horseshoe Drive COLLIER COUNTY SIGNALIZATION TECHNICAL SHEET No. DATE Br DESCRIPTION DATE Br DESCRIPTION Naples, Florida 34104 Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 2135868 T$f —� 4, PRE- EMPTION CONFIRMATION LIGHT: 676 CONTROLLER CABINETS DOOR AND HARDWARE: Each approach to a signalized intersection shall have a Pre- Emption Confinnation Light Section 676 of the Florida Department of Transportation, Standard Specifications for Road The lower section of the cabinet door shall be equipped with a louvered air entrance. The air inlet installed. The emergency vehicle confirmation light shall be installed according to the Collier and Bridge Construction is expanded as follows: shall be large enough to allow sufficient airflow per the rated fan capacity. A removable fiberglass, County Signalization Technical Special provisions "Typical Emergency Vehicle Detector with The controller assembly shall include approved rack mounted detector assemblies with external air filter shall be supplied with each cabinet. The filter shall be secured to the air entrance in such Confirmation Light Detail" sheet. The controller assembly shall include an emergency vehicle power supply. "1Le rack with associated field hook -up panel(s) shall be fully wired and capable fashion as to maintain close contact. at all times, to the louvered air entrance. The filter retainer confirmation light panel installed according to the "Collier County Signalization Technical of 32 channels of detection consecutively labeled according to NEMA phase associations. When shall be a slide fit design with no bolts or springs utilized to secure the filter to the door opening. Special provisions, "Emergency Confirmation Light Wiring with Electromechanical Relay the rack assembly with power supply is furnished as part of the cabinet assembly, the cost of The roof of the cabinet shall incorporate an exhaust plenum with a vent screen. Perforations in Interface Panel Detail" sheet. The cost to furnish and install the "Emergency Vehicle Detector such shall be covered by the cost of the controller assembly Pay Item. The Contractor shall the vent screen shall not exceed 0.125 inches in diameter. with Confirmation Light" and "Emergency Confirmation Light Wiring with Electromechanical provide additional racks, power supplies and mounting hardwire when detection requirements The main door shall be equipped with a three -point draw roller type latching mechanism. The Relay Interface Panel" shall be included with the pay item number for tine emergency vehicle exceed 32 channels, or as shown on the plans. The cost of the additional racks, power supplies push rods shall be turned edgewise at the outward supports and shall be 0.250 inch by 0.750 inch Preemption. and mounting hardware shall be included in the cost of the detector units. aluminum, minimum. An ethernet switch meeting the requirements outlined within this specification shall be supplied The handle on the main door shall include a hasp for the attachment of an optional padlock. 665. PFTIFCTRIAN DPTFr'TOR ARCFMRI V with each controller assembly. The handle shall not extend beyond the perimeter of the main door at any time. The lock assembly Section 665 of the Florida Department of Transportation, Standard Specifications for Road Each controller assembly shall be supplied with a fiber optic communications interface that is shall be positioned so that the handle shall not cause any interference with the key when opening and Bridge Construction is expanded as follows: fully compatible with the counties existing Advanced Traffic Management System. the cabinet door. When the door is closed and latched, the door shall automatically lock. It shall Pedestrian push button signs shall be RI We according to the Collier County not be necessary to use a key in order to lock the door. "PEDESTRIAN PUSH BUTTON SIGN DETAIL" sheet. Refer to plan sheet notes for CABINET DESIGN AND CONSTRUCTION The main door shall be equipped with a mechanism to automatically hold the door open ai applicable street names. The pedestrian push button shall be manufactured by Polam, approximately 90, 125, and 150 degrees, in windy conditions. The main door shall be equipped Momentary L.E.D. Bulldog model, part number BDLM2 -B or approved equivalent. The GENERAL: with a #2 tumbler lock number. The lock shall be of brass construction, mid shall have a swing location of each button shal I face perpendicular to the crosswalk for minch it is intended. The cabinet and door(s) shall be constructed from type 5052 -H32 aluminum with a minimum away cover. Two No. 2 keys shall be supplied and attached to each cabinet door upon shipment. Cable from the pedestrian mid/or vehicle signals shall not be run in the sane conduit as We thickness off. 125 inches. All welds shall be neatly formed and free of cracks, blowholes and cable for the pedestrian detectors. All pedestrian field wiring entering the controller shall be other irregularities. POLICE SWITCH COMPARTMENT: wired through an appropriate lightening suppression device. All inside and outside edges of the cabinet shall be free of burrs. All sharp edges shall be A switch compartment shall be provided on the main door. made smooth. The opening for the switch compartment door shall be double Banged on all four sides and shall 670 TRAM- C. r.ONTROI I FR A¢¢FMRI Y The cabinet shall be designed and manufactured with materials that will allow for base incorporate a rain channel on all four sides. Section 670 of the Florida Department of Transportation, Standard Specifications for Road mounting. The police door lock shall be of brass construction, and shall have a swing away cover. All and Bridge Construction is expanded as follows: A rain channel shall be incorporated on all four (4) sides of the main door opening to prevent cabinets shall have a police panel door that utilizes a slam shut type latching mechanism. Two The entire controller assembly concrete foundation shall be compacted with a plate tamper, liquids from entering the enclosure. Cabinet door openings shall be double flanged outward on police keys shall be supplied and attached to each cabinet door upon shipment. to the Coungr's approval, before the concrete is poured. The elevation at the mp of the controller all four (4) sides to produce the rein channel. assembly concrete foundation shall be equal to the crown of the roadway. No preformed The top of the cabinet shall incorporate a 1" (inch) slope toward the rear to prevent rain TYPE 1 TERMINALS AND FACILITIES MAIN PANEL DESIGN: controller assembly concrete foundations are acceptable. The controller assembly concrete accumulation. The main panel shall be constructed from 5052 -H32 brushed aluminum of 0.090 inches foundation shall have five 3" PVC conduits for signalization and detection functions, one 2" PVC The cabinet shall be supplied with a natural aluminum finish. Sufficient care shall be taken in minimum thickness and formed so as to minimize any flexing when plug -in components are conduit for interconnect, one 1 114 " PVC conduit for the electrical power service, and one 3/4" handling to ensure that scratches are minimized. All surfaces shall be cleaned of all oil residue installed. PVC conduit for cabinet ground (8 total). The controller assembly concrete foundation shall and shall be free from weld flash. All main panels shall be hinged at the bottom to allow easy access to all mvirmg on the rear of include one 1 114" PVC conduit for the U.P.S. electrical power service and one 2" PVC conduit All interior seams shall be sealed with RTV sealant or equivalent material. the panel. The cabinet back panel conductors shall be arranged to allow the top of the panel to be for communications installed in the foundation connecting the U.P.S. mid controller assemblies. All cabinets shall be supplied with three removable shelves manufactured from 5052 -H32 liked out through the main cabinet door. The power and grounding conduits shall be on the right side of the controller assembly. All spree aluminum having a minimum thickness off. 125 inches. conduits shall be terminated in a pull box. One set ol'vertical "C" channels shall be mounted on each interior wall of the cabinet for the MAIN PANEL CONFIGURATION: purpose of mounting the cabinet components. The channels shall accommodate spring - mounted The main pmmel shall be fully wiled in the following configuration: 671 TR AFFIr`. (Y1NTR01 1 FRR nuts or studs. All mounting rails shall extend to within four (4) inches of the top and bottom of Sixteen load switch sockets, (eight vehicle sockets, fore pedestrian sockets and four overlap Section 671 of the Florida Department of Transportation, Standard Specifications for Road the cabinets. Rivets or pop -rivets of any kind shall not be used in the cabinet or.on the main sockets) eight Bash transfer relay sockets, one flasher socket and two main panel BIU rack and Bridge Construction is expanded as follows: panel. No bolls or screws shall protrude through the outside walls, top, bottom, or sides of the positions. Each traffic controller shall be solid state digital, based upon microprocessor design. The cabinet. Reference designators for all load switch and Flash transfer relay sockets shall be silk - screen traffic controller shall meet, as a minimum, all applicable sections of the NEMA TS -2 Traffic All cabinets shall be supplied with four (4) anchor bolts to properly secure the cabinet to its labeled on the front and rear of the noun panel. Controller Assemblies with NTCIP Requirements, 1998. Where differences occur, this base. Up to eight load switch sockets may be positioned horizontally and stacked in two rows on the specification shall govern. The traffic controller shall be an Eagle Model Epac 310SM52 NEMA main panel. All load switch sockets, Basher sockets, and Bash transfer sockets shall be mounted TS -2, Type 2, with optional data key reader, data key card, and port 3 RS -232. Traffic controller on the main panel only. fully compatible with Collier County's existing Advanced Traffic Management System. REVISIONS Collier County Traffic Operations 2885 SOam Horseshoe Drive COLLIER COUNTY SIGNALIZATION TECHNICAL 5NO T OAT By DESCRIPTION OAT OESCRIPT Naples, Florida 34104 Phone: (239) T74-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5858 TSP -8 ir+ Amp A bracket extending at least half the length of the load switch shall support all load switches. The power panel shall house the following components: The interface panel shall allow for the connection of a minimum of Thirty two independent This support must be rigidly mounted to the main panel and be removable for maintenance by All circuit breakers shall be single pole Square-D or approved equivalent The main power - field loops. A ground bus terminal shall he provided between each loop pair terminal to provide using hand tools only. panel circuit breaker (Main) shall be rated at 30 amperes. The main power panel circuit breaker a termination for the loop lead -in ground wire. Detector Terminals shall be screw type, All field output circuits shall be terminated on a non -fused terminal block with a minimum shall supply power to a secondary 15 ampere circuit breaker (Sec. 1) for the controller, MMU, Compression type termination shall not be acceptable. rating of 20 amps. cabinet power supply, and signal buss. The main power panel circuit breaker shall supply Printed circuit boards shall not be used on the interface panel. All main panels shall provide means of programming the controller phase outputs to load power to a Auxiliary 15 ampere breaker (Aux. 1) that shall supply power to the fan, cabinet All interface panels shall be provided with lightning protective devices for all channels. All switch inputs with only the use of a screwdriver. interior light, one duplex GFCI outlet installed in a 1 -gang outlet box on the upper right side interface panels shall be provided with EDCO SRA -6LCA or approved equivalent lightning Permanent alphanumerical labels shall identify all field input/output (1/0) terminals. All labels wall of the cabinet, and two duplex outlets installed in a 2 -gang outlet box on the upper left protective devices for all available inputs. shall use standard nomenclature per the NEMA TS -2 Specification. side wall of the cabinet. The power feed for this breaker shall be fed from the load side of the All termination points shall be identifted by a unique number and silk - screened on the panel. All flash color selection shall be accomplished at the field terminals with the use of a main circuit breaker. All breakers shall be installed in a vertical orientation. Each detector rack shall be powered by the cabinet power supply. screwdriver only. It shall also be possible to select, through terminal connections, which of the two flasher circuits is connected to each phase. All cabinets shall he wired so that flasher circuit * A 50 amp, 125 VAC radio interference line filter shall be supplied. CABINET AUXILIARY SWITCH PANEL AND POLICE PANEL: output #1 shall be wired for phases 1,15.6 and overlap A and overlap C. Flasher output circuit * A normally oper- 60 -amp, mercury contractor shall be supplied. An auxiliary switch panel shall be mounted on the inside of the main door. The panel shall 42 shall be wired for phases 3, 4, 7,8 and overlap B and overlap D. All cabinets shall be * One (1) insulated AC Neutral bus bar with a minimum of twelve (12) positions include a hinged flip up plastic cover for the switches. The auxiliary switch panel shall provide pre-wired to flash phases 2 and 6 yellow and all other phases and overlaps red. capable of accepting three #12 wires per position, as a minimum the following: Signal output terminals shall be screw type, Compression type termination shall not be " One (1) Earth ground bus bar (chassis ground) with a minimum of seven (7) acceptable. positions large enough to accept three #12 wires per position. * AUTOIFLASH SWITCH. When in the FLASH position, power shall be maintained to the As a minimum, an RC network shall be wired in parallel with each group of three flash - transfer controller and the "flash entry" programming sequence initiated with the intersection being relay coils. AUXILIARY CABINET EQUIPMENT placed into unifumm code flash (remote Gash). The controller shall not be in slop timed when An RC network shall be installed on all other relay coils. The cabinet shall be provided with two thermostatically controlled (adjustable between in remote flash. When the All Controller Unit and Malfunction Management Unit cables shall be of sufficient length to 80 -150 degrees Fahrenheit) ventilation fans in the top of the cabinet plenum. switch is moved from the FLASH position to the AUTO position, the controller shall initiate allow the units to be placed on either two of the lower shelves. Connecting cables shall be A fluorescent lighting fixture shall be mounted on the inside top of the cabinet near the front the flash exit startup sequence and intersection placed into sop- and -go operation.. jacketed or sleeved in a banded nylon mesh. The use of exposed tie -wraps or interwoven cables edge. The lamp shall be wired to a door - activated switch mounted near the lop of the door. If * SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed are unacceptable. the main door is closed the lamp will be off, from all signal heads in the intersection. The MMU shall not conflict or require reset. Cabinet configuration shell be provided with a minimum of eight RS485 Pon 1 communication A rigid slide -out document tray shall be mounted blow the bottom shelf. The tray shall be * STOP TIME ON /OFF /AUTO SWITCH. STOP TIME ON position, when applied, the cables to allow full capabilities of that cabinet. Each communication cable connector shall be a of sufficient size and strength to hold a complete set of cabinet wiring drawings, intersection controller shall be slop tined in the current interval. STOP TIME MOMENTARY OFF 15 -pin metal shell D subminiature type. The cable shall be a shielded cable suitable for RS485 diagrams, equipment and programming manuals for all equipment and modules applicable to position, when applied, the controller shall not stop time in the current interval. STOP TIME communications. - each cabinet. The tray shall operate by sliding out then opening a hinged cover to remove AUTO position, when applied, the controller normal operation. All main panels shall be pre- wired for a Type -16 Malfunction Management Unit documents. After removing the documents and closing the cover, the tray shall serve as a * EQUIPMENT POWER ON /OFF SWITCH. This switch shall control the Controller Unit, All wiring shall be neat in appearance. All cabinet wiring shall be continuous from its point of suitable resting place for documents or a laptop computer. Malfunction Management Unit and Power Supply AC power. When in the ON position the origin to its termination point. Butt type connections/splices are not acceptable. All cabinet back AC power shall be applied, panel conductors shall be soldered, at its destination point as specified. Printed circuit boards, Three- (3) sets of co apiete and accurate cabinet wiring drawings shall be supplied with each * POWER ON /OFF SWITCH, This switch shall turn all power otl'with the exception of the except for BIU, shall not be used on main panels. cabinet. cabinet lighting, outlel(s), and fan. All connecting cables and wire runs shall be secured by mechanical clamps. Stick- on type One (1) set of manuals for the Controller Unit, Malfunction Management Unit, Power Supply, clamps we not acceptable. Detector Rack, Vehicle Detection, and Emergency Vehicle Detection shall be supplied with The police door switch panel shall contain the following: All exposed or protruding 120 VAC terminals or screws shall be covered or shielded to each cabinet + AUTOIFLASH SWITCH. When in the FLASH position, power shall be maintained to the prevent shock hazard to personnel. controller and stop time shall be applied. The intersection shall be placed in flash. When the VEHICLE DETECTION: switch is moved from FLASH position to the AUTO position, an external start signal shall be POWER PANEL DESIGN AND CONSTRUCTION: Two vehicle detector amplifier rack(s) shall be provided in each cabinet. applied to the controller. The power panel shall consist of a separate, fully enclosed module, securely fastened to the One detector rack shall support 10 position, 16 channels, of loop amplifier detection, I BIU, This will force the controller to initiate the star. up sequence when exiting flash. lower right side wall of the cabinet. The power panel shall be wired to provide the necessary and 4 additional channels of preempt detection (with Opticom compatibility). * SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed power to the cabinet controller, Malfunction Management Unit, cabinet power supply and Second detector rack shall support 8 position, 16 channels, of loop amplifier detection and from all signal heads in the intersection. The MMU sball not conflict or require reset. auxiliary equipment. Means shall be provided to allow access to the main and auxiliary breakers I BIU. * AUTO/MANUAL SWITCH. Cabinet wiring shall include provisions for an AUTO(MANUAL without removing the front cover. All components of the power panel shall be accessible for ease Each cabinet shall contain a detector interface panels for the purpose of connecting field toggle switch and a six (6) foot hand cord. Hand Cord and police panel connection shall be of replacement without removing any other components or equipment. Adequate space between loops. made with an ACA type connection. components shall be provided for the tightening of all terminals. The main circuit breaker shall One 32- position interface panel shall be provided for the two 16- channel detector racks. The turn off all power to the cabinet and shall not be used for the power switch which is located in interface panel(s) shall be attached to the lower left side wall of the cabinet. the service panel. REVISIONS Cofker County Traffic Operm 2885 South Horseshoe Ddve COLLIER COUNTY SIGNALIZATION TECHNICAL SHEET NO. GATE B/ DESCRIPTION DA I Br I OESrRIPTRW Naples, Florida 34104 Phone: (239) 77"192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5868 TSP -9 All toggle type switches shall be heavy duty and rated 15 amps, at a minimum. Single or TS -2 CABINET POWER SUPPLY: ETHERNET S WITCH double -pole switches may be provided, as required. The TS -2 cabinet power supply shall provide regulated DC power, unregulated AC power A 10 port managed ethernet switch with gigabit up link ports shall be furnish and installed in All switch functions shall be permanently and clearly labeled, and a line frequency reference for the TS -2 detector rack Bus Interface Units, load switches, each controller assembly. Ethernet ports shall consist of 2 fiber optical ethernet ports (1000 All wire routed to the police panel and auxiliary panel shall be adequately protected against and other auxiliary equipment. As a minimum, the power supply shall meet all applicable Base X) and 8 fast ethernet ports (10 /100 Base TX). All fiber connections to the ethernet ports damage from repetitive opening and closing of the main door. No modular connectors will be requirements of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. shall use an "FC" type connector. The 2 fiber optical gigabit ports and fast ethernet ports I allowed in the cabinet except for the detector panel interface. All other cabinet wiring shall be In addition the 12 volt DC output shall be rated at 5 amps. The TS -2 cabinet power supply shall through 4 shall be reserved for arterial monitoring camera use. The fast ethernet ports 5 trough "hard wired" point to point. be an Eagle Model CPS-105 or approved equivalent. Where differences occur, this specification 8 shall be reserved for the Collier County Traffic Management System use. The unit shall carry shall govern. a 5 year wartunty - applicable to design and manufacturing related product defects. The ethernet 67R Cr1NTROT I FR AfY'FC54f1RTPR switch shall be a "RuggedSwitch" model: "RS9000- 1-1I- N- 2LC10" or equivalent. Section 678 ofthe Florida Department ofTransportation, Standard Specifications for Road LOAD SWITCHES: The signal contractor shall furnish and install "Transient Voltage Surge Suppression" for the and Bridge Construction is expanded as follows: Signal load switches shall have a minimum load current rating of 15 amperes at 120 VAC. ethernet switch. The 120 VAC power to the ethernet switch shall be wired to an advanced 3 The front of the load switch shall embody a minimum of three LED indicators. The three stage hybrid, solid state power line protector (load side). The power line protector (line side) MALFUNCTION MANAGEMENT UNIT: indicators shall show the inputs to the load switch. shall be connected to the controller assembly, power panel, 15 amp auxiliary breaker. Wire This specification sets forth the minimum requirements for a shelf - mountable, sixteen channel, The full supplement of load switches shall be supplied with each cabinet to allow for connections to the power line protector shall be made with compression type screw solid -state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all maximum phase utilization for which the cabinet is designed. terminations. The power line protector shall be an "EDCO" model: "HSPI21 BT -I RIP or applicable sections of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, approved equivalent. 1998. Where differences occur, this specification shall govem. The Malfunction Management FLASHER: - Unit shall be an Eberle Design Inc. (EDI) MMU- 16LEip with 10 /I0OMbps Ethernet Port or The Basher shall be dual circuit rated at 20 amperes per circuit, with a nominal flash rate of VIDEO ENCODER approved equivalent meeting the following requirements: 60 FPM. When arterial monitoring cameras are shown on the plans, . the signal contractor shall furnish mid install a "Video Encoder" in the controller assembly. The video encoder shall be a "Mavix Meet all specifications of the NEMA Standard TS2 -2003 while maintaining downward FLASH TRANSFER RELAYS: MediaRacer 150 Series (Extended Temp AC)" model "MXRD030" or approved equivalent. compatibility with existing NEMA TSI -1989 Traffic Control Assemblies. All flash transfer relays contacts shall be capable of making, breaking, with a contact current Real -time SDLC communications with the Controller Unit exchanges Field input status, rating of twenty (20) amperes. UNINTERRUPTED POWER SUPPLY (UPS) Controller Unit output status, fault status, MMU programming, and time and date. The coil of the Flash transfer relay must be de- energized for Flash operation. A Traffic/ITS Uninterruprible Power Supply (UPS) shall be furnish and installed at each Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) The full complement of Bash transfer relays shall be supplied with each cabinet to allow for signalizedintersectiors. The UPS shall be A Clary SP1250PD -N (PLUS) with internal SNMP intersection status. A separate graphic LCD provides a menu driven user interface to status, maximum phase utilization for which the cabinet is designed. option providing TCP/IP capability to Internet or approved equivalent meeting the following signal voltages, configuration, event logs, and the Help system. specifications: - A time - stamped nonvolatile event log records the complete intersection status as well as AC BUS INTERFACE UNITS: The TrafficATS UPS system with batteries shall meet or exceed the NEMA Environmental Line events, configuration changes, monitor resets, temperature and true RMS voltages. All Bus Interface Units (BTU's) shall meet the requirements of the NEMA TS 2 -1998 Standard. Standards without the aid of heaten and/or air conditioners. The included non - gassing battery Built -in Setup to configure the NEMA Enhanced settings of the MMU by answering a short The full complement of Bus Interface Units shall be supplied with each cabinet to allow for set shall meet or exceed the requirements of Mil -Spec #MIL -B- 85651. Documentation from series of questions regarding intersection design and operation. maximum phase and function utilization for which the cabinet is designed. an independent testing facility shall be made available upon request. An integrated Help System provides context sensitive operational assistance. Each Bus Interface Unit shall include power on, transmit and valid data indicators. All The true Digital On -Line full double conversion Tratife /ITS UPS unit shall use programmable Configured to operate with the Port I SDLC function and Diagnostics enabled in a TS -1 indicators shall be LED's. digital technology to create a Power Factor Corrected and fully regulated and conditioned, twelve channel cabinet with no cabinet wiring changes. pure sine wave output power. All power to the cabinet and signals shall be supplied by the Enhanced settings are stored in nonvolatile memory on the MMU Program Card. Moving PHOTOCELL CONTROL: UPS which converts utility AC to DC and then digitally regenerates clean regulated AC to the Program Card to another MMU automatically transfers all settings. A photocell for illuminated signage and street lighting shall be located inside the controller all cabinet and signal loads. The resulting continuous AC output shall be a pure elean Five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 assembly. The photocell shall be mounted on a separate panel and wired so that an on/off %auto regenerated sine wave at 60 hertz, nominal 120 volts. The UPS unit shall automatically correct seconds of signal status prior to each fault event. switch can be utilized by maintenance personnel. A 2" hole, covered with Plexiglas, shall be the utility input power to all connected cabinet and signal equipment (power factor corrected). A DSP co processor to convert AC input measurements to True RMS voltages. installed in the controller cabinet. The panel shall include a Square D contactor, model number A fully programmable digital flash timer must be included. The UPS shall supply continuous Access to the MMU data is provided by Windows based software for status, event log 8910DPA42VO2 or approved equivalent. Contactor circuit LI shall be wired to control the uninterrupted no-break power to all loads at all times, regardless of utility spikes, sags, surges, retrieval, configuration, acid data archival. illuminated signage and circuit L2 shall be wired to control the street lighting. All controller brownouts or blackouts and status of battery charging system. Supports MUTCD Flashing Yellow Arrow PPLT operation with two different modes for assemblies shall have one breaker specifically for the illuminated street signs and street lighting either TS -2 or TS -1 cabinet configurations. located on the power panel, which shall be labeled accordingly.A 10 amp square D or approved equivalent, circuit breaker shall be wired to the illuminated signage circuit. A 20 amp square D or approved equivalent, circuit breaker shall be wired to the street lighting circuit. R E V I S I O N S Collier County Traffic Operations 2885 South Horseshoe Drive SHEET GATE Br DESCRIPTION DATE 8Y DESCR/PTN1N Florida COLLIER COUNTY SIGNALIZATION TECHNICAL. /+o. Phoaa: (239) 774-8192 a GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 2135666 rsP -lo The TrafficATS UPS system shall be fully software / firmware programmable. UPS shall be 690 RFMOV AI OF FXICTINfi FQI ItPMFNT capable of Local and/or remote programming. A Windows software program shall be included Section 690 of the Florida Department of Transportation, Standard Specifications for Road as part of the UPS system to allow the user to easily make operational and communications and Bridge Construction is expanded as follows: changes. The UPS unit shall utilize a hot swappable design of the UPS, and or batteries that Existing signal equipment removed from any project shall become the property of Collin facilities ease of maintenance. The complete UPS system including Power Interface Module County, except any concrete or wooden signal poles which shall be disposed of by the and/or Manual Bypass Module with batteries shall have a full tvo year factory warranty. contractor. Optional battery mounting trays, high eapacity'balteries, SNMP,WAN -NCTIP interface are available. 699 INTERN At .I V 111 I( MINA TFD WINIR Section 699 ofthe Florida Department of Transportation, Standard Specifications for Road OPERATION: and Bridge Construction is expanded as follows: A. Unit shall be capable of on -site programming with out the uses of attached computers. Internally illuminated signs installed on a toast arm shall have a rigid mount as shown on the B. On -line technology shall be supported and 100 %of the load shall flow through the inverter Collier County Sign ilization Technical Special Provisions, Aerial Street Name Sign Details. 100 %oflhe time to isolate and protect the attached equipment. The mounting hardware shall consist oftvo Pelco Products. Inc., or approved equivalent sign C. Power connection shall be made to the front or back of the UPS chassis to support hanger brackets. optional cabinet mounting. Internally illuminated signs installed on a concrete strain pole shall have a cantilever swing D. The traffic system shall support two modes of operation; Off -line (Standby operating mode mount as shown on the Collier County Signalization Technical Special Provisions, Aerial Street which supports power outages in the (lash mode) and Online (Continuous operating mode Name Sign Details. The mounting hardware shall consist of two Pelco Products, Inc., or which supports power outages in the full online mode). approved equivalent sign hanger brackets. E. The traffic UPS shall be capable of providing continuous, fully conditioned and regulated Illuminated signs shall utilize L.E.D.'s as the light source. sinusoidal (AC) power to selected devices such as signal controllers, modems, Street name sign faces shall have a green background with white lettering and a I" white communication hubs, NTCP adapters and video equipment. border around the entire sign. The primary reflective film shall be Diamond Grade. F. Up to the maximum rating, the Traffic UPS shall be capable of supporting all cabinet systems, regardless of power factor rating, without overdriving the poorer power factor MECHANICAL SPECIFICATIONS: LED heads which may cause early degradation, low luminosity or early signal failure. The outer dimensions of the sign assembly shall be standard nominal heights of 18 and 24 G. Upon loss of utility power the Traffic LIPS shall insert battery power into the system via a inches, with standard nominal widths in I foot increments. supplied Power Interface Module (PiM). In case of UPS failure and /or battery depletion, The maximum thickness of the sign shall be 3.00 inches. the PIM will ensure that the UPS will drop out and upon return of utility power the traffic Internally ilhnnmated signs shall include a terminal compartment for termination of the signal control system will default to normal operating mode. cable to the sign assembly. Photocell control shall be external to sign. H. The By -pass switch shall enable removal and replacement of the Traffic UPS without The sign shall have a front panel that is UV, weather, abrasion and impact resistant. The front shutting down the traffic control system (i.e. "hot swap" capability). Connectors shall be panel shall be replaceable so that maintaining agencies have the option to supply their own equipped with a "safety interlock" feature. sheeting and electro cut film for the sign faces. The color of the exterior of the sign assembly I. The UPS shall support generator input without going to batteries. shall be semigloss black. All exterior surfaces of the sign assembly shall be powder -coat I. The UPS traffic control system shall be capable of "cold starring ", starting when no utility painted. AC is available, i.e. starting while on batteries. The entire surface of the sign panel must be evenly illuminated with a minimum average K. Existing cabinet Flasher Modules and Flash Transfer Relays shall be utilized. brightness of 200 lux over a 40° to +60oC ambient temperature range. L. To facilitate emergency crews and police activities, the Traffic UPS shall be compatible The light source for the sign shall be LED's (light emitting diodes). LED's shall be mounted with the police panel functions. along both the top and bottom edges of the sign. The LED's shall evenly illuminate a light panel M. The Traffic UPS shall not duplicate or assume flash operation or flash transfer inlay Sign assembly shall have internal access to LED's and the power supply via a swing down door functions. sign face, (1) side for single sided signs and (2) sides for double sided signs. The swing down N. The UPS shall deliver 120 V ac out +/- 3% with an AC input between 85 and 135 V at doors shall have (2) lockable hasps fastened at the top of the sign. with out discharging the batteries while operating in the true Online Mode. Sign shall be UL listed, approved, and be marked with the UL mark. 0. The SP I250PD -N (PLUS) shall support load increases to 1400 watts for ten seconds Sign must be guaranteed for a minimum of five years. through the full NEMA temperature range of- 40o to + 74o C while on continuous battery operation , P. The Traffic UPS system shall be UL listed and conform to NEMA standards for traffic control systems. DAT B/ REVISIONS DESCRIPTION DATE Br DESCRIPTION Collier County Traffic Operations Naples, Florida Thiffi 341er 2885 SouN Floraeshce Drive COLLIER COUNTY SIGNALIZATION TECHNICAL SHEET /✓a Phone: (239) 774,8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS -SP Fax: (239) 2135868 ] -1/ TD GENERAL NOTES ROADWAY Q— I5• te• 1. THE ENTIRE CONTROLLER ASSEMBLY CONCRETE FOUNDATION SHALL - T• BE COMPACTED WITH A PLATE TAMPER, TO THE COUNTY'S APPROVAL, BEFORE THE CONCRETE IS POURED. 2. SURFACE OF CABINET PAD SHALL BE TROWEL FINISHED. m ? m 3. SURFACE OF WORK PAD SHALL BE BROOM FINISHED. r --I 4. WORK PAD DIMENSIONS MAY CHANGE DUE TO FIELD CONDITIONS UPON 6D b TYPIC -, I - AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. u•P.s 5. CONCRETE SHALL BE CLASS / I2,500 P.S.I.I 6. CHAMFER ALL EXPOSED EDGES ! ". - ssE aLx P4o 7. CABINET PAD SHALL BE PLUMB AND LEVEL. CARTROLLER - B. ELEVATIONS MAY BE CHANGED DUE TO FIELD CONDITIONS UPON a55ER8LV AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. CONSULT Pap TRAFFIC OPERATIONS PRIOR TO PLACEMENT OF PAD. WORK Pao 9. THE CONTROLLER CABINET SHALL BE INSTALLED ON TOP OF SILICANT '�• RUBBER CAULKING COMPOUND FOR WEATHER PROOFING OF THE CABINET. o -ro• O -� I0. NO. 6 AWG ELECTRICAL CONDUCTORS SHALL BE USED TO SUPPLY POWER 0 0 O 'F' FROM THE POWER SOURCEISI TO THE CONTROLLER ASSEMBLY. It. CABINET \WORK PAD SHALL BE POURED ON SITE. NO PREFORMED N O -•c• INSTALLATIONS SHALL BE ACCEPTED. O .H. 12. THE ELEVATION AT THE TOP OF THE CONTROLLER ASSEMBLY CONCRETE O FOUNDATION SHALL BE EQUAL TO THE CROWN OF THE ROADWAY. TYPICWJ CONDUIT STUB OUTS CONTROLLER ASSEMBLY 3' THICK 31000 P.S.I. A - 2" U.P.S. COMMUNICATIONS G - 3" STREET LIGHTING AND /OR PRECAST CONCRETE CONDUIT. ILLUMINATED SIGNAGE. B - IVq U.P.S. POWER CONDUIT. H - 3" PEDESTRIAN DETECTION. U.P.S. C - J/' GROUND WIRE. I - 3" VIDEO DETECTION AND /OR ASSEMBLY D - IVq' POWER SERVICE. INDUCTIVE LOOP DETECTION, E - 3" VEHICLE SIGNAL CABLE. EMERGENCY VEHICLE DETECTION, F - 3" PEDESTRIAN SIGNAL CABLE. AND ITS CCTV CAMERA CABLES. J -2" COMMUNICATIONS. ALL CONDUITS SHALL BE SCHEDULE 40 P.V.C. PLAN TO NOT TO SCALE qp Ilip �� CROWN OF II ROADWAY Q— 2', INSTALL P.V.C. BELL ENDS TO EACH CONDUIT END FINAL GRADE ROADWAY GRADE CABINET PAD ELEVATION 12' ABOVE FINAL GRADE I I SLOAP '/' PER FT. ° b GRADE - -!l1- 111 -11l- I 5 REBARS AT 9' 0/C = llLllllll ll( =ll! 111 ll,- ° p ll lll_lll_lll_lll- /1 / —l1 / -1 I I SECTION /l-Ill- 111 -IIl- Ill - Ill = llLill- 111 =Ill -1 l l -l11 =1 /l -Ill- Ill - Ill = Ill - Ill -Ill= ll10Ill- Ill Ill - Ill- llLlll- Ill - Ill = Ill =Ill- 111 =Ill= Ill = Ill - Ill =1 /l- Ill- llLllL— Ill -111 = Ill -111 -1 NOT TO SCALE TYPICAL CONTROLLER AND U.P.S. TYPICAL POWER SERVICE TRAFFIC CONTROLLER CABINET ASSEMBLY INSTALLATION PEDESTAL DETAIL ASSEMBLY PAD DETAIL NOT TO SCALE NOT TO SCALE NOT TO SCALE REV ! S 10 N S Colder County Traffic Operations SHEET p1TE DfSCR/PTKM' DA HY DESCRIPTION - 2885 South Horseshoe Odve Naples, Florida 34104 COLLIER COUNTY CONTROLLER ASSEMBLY No. Phone: (239) T74 -8182 GROWTH MANAGEMENT DIVISION DETAILS Fax: (238) 213 -5885 rSP -12 00 N � I N III I I I N I I II � II � I I �I �I I I � II I I I I it II Fes--- 25 %z ° ---► -I 44" CABINET COMPONENT INVENTORY: SHELF "A" CONTAINS POWER SUPPLY, CONTROLLER, AND MALFUNCTION MANAGEMENT UNIT. SHELF "B" CONTAINS TWO DETECTOR RACKS CAPABLE OF 32 CHANNELS OF VEHICLE DETECTION. SHELF "C" CONTAINS COMMUNICATIONS INTERFACE, ETHERNET SWITCH, AND VIDEO ENCODER (IF REQUIRED). NOTES: CABINET SHALL BE TEMPLE MODEL NUMBER ELS1008 OR APPROVED EQUIVALENT. CONTROLLER SHALL BE EAGLE EPAC MODEL NUMBER: 3108M51 SCOOT WITH SCOOT COMMUNICATIONS PORT COMPATIBLE WITH THE EXISTING COLLIER COUNTY COMPUTERIZED TRAFFIC SIGNAL SYSTEM. CABINET POWER SUPPLY SHALL BE EAGLE MODEL CPS105 OR APPROVED EQUIVALENT. ATE BY — DATE — � �, ColNar County Traffic Operations SHEET Horses, 288N plat, Florida 34104 o,e Dri a COLLIER COUNTY CONTROLLER ASSEMBLY N0. Phone: (239) 774�8192 GROWTH MANAGEMENT DIVISION DETAILS rSP —l3 Fax: (239)213 -5888 Imr 3w V4" STAINLESS STEEL SCREWS 7" (4 REQUIRED) MIN. HAND HOLE COVER NEOPRENE GASKET SIGNAL HEAD MAST ARM TERMINAL BLOCK TERMINAL SIDE VIEW BLOCK FRONT VIEW N GROUNDING LUG ENGINEERED CASTINGS OR i APPROVED EOUIVALENT ° TUNNEL VISOR y I TOP VIEW SIGNAL HEAD BRACKET TYPICAL HANDHOLE AND ATTACHMENT DETAIL TERMINAL COMPARTMENT DETAILS NOT TO SCALE NOT TO SCALE REVISIONS Colmar County Traffic Operations 2885 South Horseshoe Drive Naples, Florida hoe D COLLIER COUNTY MAST ARM rTspq A E OESCRIATION DATE 6'I OESCR /PTIDN Pho (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETAILS Fax: (239) 213 -5888 Imr 3w PULL BOX NUMBER 3 (TYPE 'B ") 12' APRON NOTE: CONDUIT REQUIREMENTS FOR A I-WAY MAST ARM INSTALLATION. REFER TO CONSTRUCTION NOTES FOR CONDUIT REQUIREMENTS FOR A 2-WAY MAST ARM INSTALLATION. 40 CONDUIT (30" DEPTH). TYPICAL MAST ARM PULL BOX AND CONDUIT DETAIL NOT TO SCALE Collier Cou 7A nty Trelfic OperaBons 268s souN Horseshoe Drive COLLIER COUNTY Naples, Flodda 34104 Phone: (239) 7748192 GROWTH MANAGEMENT DIVISION Fm: (239)213 -5868 CONSTRUCTION NOTES: 1. PULL BOX NUMBER I (TYPE "B ") SHALL CONTAIN CABLES FOR VEHICLE SIGNAL INDICATIONS, PEDESTRIAN SIGNAL INDICATIONS, STREET LIGHTING, AND ILLUMINATED SIGNAGE, AS NEEDED. 2. PULL BOX NUMBER 2 (TYPE 'B ") SHALL CONTAIN CABLES FOR VEHICLE VIDEO DETECTION, EMERGENCY VEHICLE DETECTION, AND ITS CCTV CAMERA, AS NEEDED. 3. PULL BOX NUMBER 3 (TYPE "8") SHALL CONTAIN CABLES FOR PEDESTRIAN DETECTION AS NEEDED. 4.A 2 -WAY MAST ARM INSTALLATION SHALL REWIRE I ADDITIONAL J" CONDUIT IN PULL BOX NUMBER 1. 3. GROUND WIRE .SHALL BE N6 STRANDED. 4. ALL SEPERATELY GROUNDED ELEMENTS AT AN INTERSECTION SHALL BE BONDED TOGETHER TO FORM AN INTERSECTION GROUNDING NETWORK. MAST ARM DETAILS 11; SHEET TsP -rs _, IYSA N -I 9 tt14Q2T�YCABLE iD NNTapL R AiSEYe[ � GREEx E WHITE lxEUiaAU GxEfx nvAlKe � WHITE !NEUTRAL rx • ISPAUE51 5 pRAALE lSPAREr B REp/BlAf RED 'Do, —11 9 pRE£N/BUES GREEN —LYI wxer£ INEUTaAU vTpx PERESixrAx rvpn:ATCw T WnliE /RIKS lxEUTRAU IRAFfC SWIe4 IxpCATAYfS YfnLU.` TNMxiI HS �rM TaAFFC S.pMI' a'pf TdS r.° rl'ip v£xC(E IEFT SrGBAt rvSA tl-/] COVpCTp9 cAerE ro vfxclE KxKIE acxT Tuav TaATFK $.GMAL UIpCATMY "� � �� MANp`.NE yExKlf rxa}FM TRAF K SxiAL WQCATYYS N.DKA'R�FK S�wOCA'�WY rvSA tl-I) M1'p.CrM STREET xYIE tASV CA&E To VENClE I I II IS � LOAD SIDE wx'v xac'i df°:p'rEE` aEU � �FK :�.1 :TIYEi xAYE s� I I pRANBE ll I 4REEx lY f� GENERAL NOTES weer£ lxEUTRAU nvE Ar'1�£ TMROLWI a'pICATAlYS I. INDIVIDUALLY CAP SPARES CONDUCTORS IN SIGNAL HEAD. lyTA P,yE Ili illl ll LINE SIDE SPARE51 2. TERMINATE SPARE CONDUCTORS IN CONTROLLER ASSEMBLY TO GROUND lit ] aEp aEp BUS BAR. Iil i ORAx6r 3. ALL ELECTRICAL CONNECTIONS IN THE SIGNAL POLE BASE, CONTROLLER Ili rvsA 9- IT mmLCrpR CABINET AND SIGNAL HEADS SHALL BE WOE WITH "BURNDT HYLUG' OR 111 BEEN CABLE I" W cLf APPROVED EQUAL. M—A WnLO, lNEU,RAU ixab.Gx rvpKATRM SPAaE9 <• LUMINA IRE ELECTRICAL CONDUCTORS T TO BE INSTALLED IN TRAFFIC SIGNAL POLES AND FROM THE CONTROLLER TO EACH TRAFFIC SIGNAL POLE, SHALL REp BE STRANDED COPPER TYPE THHN OR THAN 600 VOLT. AN ALTERNATE TYPE OF INSULATION NAY BE USED If APPROVED BY THE RESIDENT rvSA tl -r p9Axfd ENGINEER PRIOR TO INSTALLATION. 15 [pVdKTp4 EABIE B fVKExiBlAfi GREEx NSA 9- 19 C6VpuCro4 5. EACH TRAFFIC SI GNALPOLE SHALL BE GROUNDED TO A GROUND ROD. l YIMNIUY Tp NVTRp!/EIL T WHITE CABIE fRb! VEn4lf aA:NT MaN IxpCArgvs A NUMBER 6 AWG STRANDED COPPER WIRE SHALL BE CONNECTED FROM ASSEYeu /B4CA wm E rxEUTRAU THE GROUND ROD TO THE GROUNDING LUG AT THE BASE OF THE POLE. I l E BLUE rSPAREI • rsPARESI ALL SEPERATELY GROUNDED ELEMENTS AT AN INTERSECTION SHALL BE BONDED TOGETHER TO FORM AN INTERSECTION GROUNDING NETWOK. I - I! REUMn/Tf REp - tl BtYEM'nITE S. EACH TURNING MOVEMENT SIGNAL HEAD SHALL HAVE A NINE CONDUCTOR Illlli PEpesrRUv ' n 6RfExM'nirE wEEx wsA l��a mvoucroT SIGNAL CABLE. EACH THADDON MOVEMENT SIGNAL INDICATION SHALL rcpESMUN HAVE A SEVEN CONDUCTOR CABLE. EACH PEDESTRIAN MOVEMENT SIGNAL sAU 11 l III l rnv IP BUC%iWmTE WHILE rxEUTRAU clelE RBY vfnKlE 1EFT MaN INpKATpxs INDICATION SHALL HAVE A FIVE CONDUCTOR CABLE. EACH PEDESTRIAN nnv BUTTON SHALL HAVE A TWO CONDUCTOR SHIELDED CABLE. EACH II l x &UE/BUpr ISPAaEe rsPAafsl ILLUMINATED L.E.D. STREET NAME SIGN SHALL HAVE A FIVE CONDUCTOR l CABLE. I BIAGf rSPARE) . I ."!I! n IYSA N -I 9 tt14Q2T�YCABLE iD NNTapL R AiSEYe[ � GREEx E WHITE lxEUiaAU GxEfx nvAlKe � WHITE !NEUTRAL rx • ISPAUE51 5 pRAALE lSPAREr B REp/BlAf RED 'Do, —11 9 pRE£N/BUES GREEN —LYI wxer£ INEUTaAU vTpx PERESixrAx rvpn:ATCw T WnliE /RIKS lxEUTRAU w EARTH p9xlxp — . S-. ma p o UC TRAFFIC SIGNAL ELECTRIC CABLE SEQUENCE CABLE SIZE CONDUCTOR BASE/ TRACER U U U U NUMBER COLOR N IUD n 01 m N I BIPL( 1 !� 2 WfITE Am A OEEN 5 O II 6 B E MaTE/BLAIX 8 RSVBI.AQ( 9 Ggll9Lapr IB fWAg9l1[Y 11 B1E /BLtt' Q aAIXAMWrE u IEnlratE H G9EEW m 15 BLU:VWnE 16 BIAIXrRED 1] wNTEIRFD UI pIMfE /IED 19 BJEAEO ZB REp/fAEF.N 21 WYgAGEEI 5 RYIRKIOi J 1' I II I� ` 5 CPY0.C'IOT wWKAI,W, III ,,l aneATo ''I Ill III ail W 0 NSn W1T,rv/S �� l l II Ill! •rENxrxK W KTAII' nANpMlE MIS SxEET x • paaxaAC pw TERMINAL STRIP SIGNAL POLE DETAIL N NOT TO SCALE NOT TO SCALE TYPICAL MAST ARM WIRING DETAIL NOT TO SCALE REV IS /D AIS CoBfar County Traffic Operadonc DA E B1• DESCRIPTION DATE Br DESCRIPTION SHEET 2885 South Horseshoe Drive COLLIER COUNTY N0. Naples, Florida 34104 MAST ARM khPh.­ (239)7745192 GROWTH MANAGEMENT DIVISION DETAILS Fax: (239) 2135868 T511 -l6 jw P IP ® Y 3- SECTION,I-WAY ALUMINUM SIGNAL INOMATIDY, L.E.D. TYPE. G 0 SLIP FITTER, TRI -STUD IP£LCO OR APPROVED EDUNALENTI CONSTRUCTION NOTES: CONSTRUCTION NOTES: 1. HIGH VOLTAGE PULL BOX SHALL CONTAIN SIGNAL CABLE, I. INDIVIDUALLY CAP SPARES CONDUCTORS IN STREET LIGHT ING CABLE, AND ILLUMINATED SIGN CABLE, SIGNAL HEAD. AS NEEDED. 2. TERMINATE SPARE CONDUCTORS IN CONTROLLER 3, GROUND WIRE SHALL BE N6 STRANDED. ASSEMBLY TO GROUND BUS BAR. 4. ALL SEPERATELY GROUNDED ELEMENTS AT AN INTERSECTION SHALL BE BONDED TOGETHER TO FORM AN INTERSECTION in GROUNDING NETWORK. p _ ~ 5. TRAFFIC SIGNAL INDICATIONS SHALL BE L.E.D., TYPE. IGELCORE OR EQUIVALENT) N 6. ALL FASTENERS SHALL BE STAINLESS STEEL. POLE, SPUN ALUMINUM SCHEDULE 10 i i 4 V2 INCH O.D. X 231 INCH WALL (PELCO PB -5100 OR APPROVED EQUIVALENT) TYPE °B° CDLIAR, AWN/NUM IPELCO PULL BOX FOR OR APPROVED EDUNALENT) HIGH VOLTAGE SIGNAL CABLE. ALUMINUM SQUARE BASE ASSEMBLY WITH ALLUMMY DOOR AND GROUNDING LUG. l2' APRON fP£LCO PB -5335 OR APPROVED EQUIVALENT) FINAL GRADE /. 1171(7a/!_llfa/L/! /( 4A: N # /La 7 /1�l =/LN 1 Lam! - h-1 /I'7/17 // 1L- / /lL- /L-I A'"-: a /E / // - llElll_lll =llI H= ll/7ltalrarral... L-/ IL�T/ 7 l/7 /l_llla / /aZ= l /La /!7 /L- / /!� /l Y TEII{- Ill? / /7 /l awrNArous FRar —MILER ASSEMW ro $c AL rIEAG y, ANCHOR BOLT SET OF 4 INCH DIAMETER Br RED ORAAGE NED fSTN1U 18 INCH LENGTH. (PELCO YEILOw IS"- 3' PVC SCHEDULE P° PVC SCHEDULE '. PS-53M OR APPROVED "'T "':"a fAEEx /MBA 9-I ] L9NDICT(A4 rYSA N -/T D1ND/CTOR GItFEx f5Cx4� CABLE r0 CDNTRDLIER CAeIE F—; PEDESTRIAx — S.GNA[ INDLITAWS 4O CONDUIT 4O CONWIT + ED/NAIENTI (30" DEP7HI. (30' DEPTH). r WHITF (NEUTRAL WHITE /NEUTRAL -a i M (SPARES) rSPARF51 to IF 'y y' INCH DIAMETER 24 INCH DIAMETER COPPER CLAD GROUND ROD 36 INCH DEPTH. CONTINUOUS OR ARRAr. ITYPE Y' CONCRETE) (FOUNDATION REINFORCING NOT REQUIRED) TYPICAL PEDESTAL MOUNTED TYPICAL PEDESTAL MOUNTED TRAFFIC SIGNAL DETAIL TRAFFIC SIGNAL WIRING DETAIL NOT TO SCALE NOT TO SCALE DATE BY R E V I DESCRIPTION S I O N S DATE DESCR/PT/ON Collier County Traffic OpereBOns 2985 HDlse Drive COLLIER COUNTY PEDESTAL MOUNTED VEHICLE SHEET NO. pl.. 341 Naples, FloriDe 34104 Phone: (239) 774$192 GROWTH MANAGEMENT DIVISION TRAFFIC SIGNAL DETAILS Vex: (239) 213 -5868 TSP -17 P IP CONSTRUCTION NOTES: I. PULL BOX NUMBER I (TYPE "B ") SHALL CONTAIN CABLES FOR PEDESTRIAN SIGNAL INDICATIONS. 2. PULL BOX NUMBER 2 (TYPE "B ") SHALL CONTAIN CABLES FOR PEDESTRIAN DETECTION AS NEEDED. 3. PEDESTRIAN SIGNAL INDICATIONS SHALL BE L.E.D., COUNTDOWN, FULL HAND, AND FULL MAN TYPE. 4. ALL SEPERATELY GROUNDED ELEMENTS AT AN INTERSECTION SHALL BE BONDED TOGETHER TO FORM AN INTERSECTION GROUNDING NETWORK. 5. GROUND WIRE SHALL BE y6 STRANDED. SIGNAL MOUNT, UPPER BRACKET - ALUMINUM, 2 -WAY, SINGLE -STUD. (PELCO OR APPROVED EQUIVALENT) PEDESTRIAN, ALUMINUM SIGNAL INDICATION, L.E.D. COUNTDOWN TYPE. (LUMINATIONS OR APPROVED EQUIVALENT) SIGNAL MOUNT, LOWER BRACKET ALUMINUM,2 -WAY, TRI -STUD. (PELCO OR APPROVED EQUIVALENT) - SLIP FITTER, TRI -STUD (PELCO OR APPROVED PEDESTRIAN M( BUTTON EQUIVALENT) (POLARA BuLLM P /N: BDLM2 -B OR APPROVED EDUNAL£NT1 POLE, SPUN ALUMINUM SCHEDULE 40, 41/2 INCH O.D.X .237 INCH WALL (PELCO PB -5100 OR APPROVED EQUIVALENT) PULL BOX NUMBER 2 PULL BOX NUMBER I (TYPE 'B ") (TYPE "B') 12" APRON 6" APRON COLLIER COUNTY 1?10 -3e PEDESTRIAN ACTUATED SIGNAL SIGN PEDESTRIAN PUSHBUTTON — (POLARA BULLDOG P /N: BDLM2 -B OR APPROVED EQUIVALENT) COLLAR, ALUMINUM (PELCO PB -5325 OR APPROVED EQUIVALENT) — ALUMINUM SQUARE BASE ASSEMBLY WITH ALUMINUM DOOR AND GROUNDING LUG. (PELCO PB -5335 OR APPROVED EQUIVALENT) 12" APRON —1 Ili 10-0 `P O_ O ti FINAL GRADE - ANCHOR BOLT SET OF 4 'a q }(' INCH DIAMETER BY 4 p y 18 INCH LENGTH. (PELCO PB -5306 OR APPROVED EQUIVALENT) a a 24 INCH DIAMETER -i 36 INCH DEPTH. !TYPE `)'CONCRETE) (FOUNDATNAY REINFORCING 20 LF INCH DIAMETER NOT REQUIRED) 3" PVC SCHEDULE COPPER CLAD GROUND ROD 2" PVC SCHEDULE 40 CONDUIT CONTINUOUS OR ARRAY. 40 CONDUIT (30" DEPTH). (30" DEPTH). TYPICAL PEDESTRIAN SIGNAL DETAIL NOT TO SCALE REVISIONS Collier County Traffic Opera Bonc SHEET T SCRIPT A BY I 2885 South orcechce Drlve Naples, Fiorida 341 D4 COLLIER COUNTY PEDESTAL MOUNTED PEDESTRIAN No. lw Ph— :(239)774 -8182 GROWTH MANAGEMENT DIVISION SIGNAL DETAILS F.: (239) 213 -5868 TSP -lB C� i 3 RED 100.'T WADI 3 RED ­T WALxI r GREEN WAuI 1 GREEN wAUI J RED ... WAl1fl S RED lOON'i WALE) E WHITE (NEUTRAL! _ E WHITE INEUTMU 1 GREEN wAW 11 1WEE. wAUI B R ws_ HNNI'J WADI L 5 I 9 CBNp,CTW -GBIE 9 LDVDUCiDR CABIE B REp/BLA4. LLgV'T WADI wSA 9 -13 CBYWCTOR WSA 5-15 IYAVq 1. CABIE FRDY PE4�STRIAN II TO =TIM ER FROM PEBESTRIAN 9 WEEN/BlACT ns U) SIGNAL 4WHGixWS 9 WEE. /BIMR a— P WHITE !NEUTRAL CABLE TD LTAYT/bLLER SIGNAL NIDIG AWS II 2 WHITE !NEunth i WNITE/aLAG wEUTRAU ! WN?E /B1KB M£YTpAU (SPAREST !SPARES( (SPARES( fSPARE51 SLAG fPEf1�51RYN BUTTpI CAW BLYO! IPEDESlRIAH ET_ CAW 81ACK IPE�SlRIAN as. GW BLACK !P£DESTA/A. wrm GW —1E IPEA°sM- BUTTON RETURN( /YSA 50 -2 WIElOEO (YSA 50 -2 SH /EIAO CA9IE WHITE 1PELESTp14N wITBN AETWMI HITE fP XSTRW BUTTON RETWNI (YSA 50 -2 SHIE[DED /YS/. 50 -2 SHIElOEO LIB(£ I C RL TO IX TROL EF htlY USH N T-1 NITE 1P .STRIAB avTTON IsF— CAB(£ TO CONTROLLER FROM NISN EUTTONS SnIE a $NET O R LO BHKIO H nE IPELYZTRlAN BUTTON RETURHI (YSA 50 -2 SNIEIOEO /YSA 50 -2 SHIE(OEO CAB(E WHITE lPEQ.`STRlAN BVTTW RETURN BLAGN fPE0.`STRIA. BUTTON CAW C'�� TO CnNTRO(LER PUSH EUJTONS aLYO(IPEll�STRIAN BUTTON CAW TYPICAL PEDESTRIAN I —WAY TYPICAL PEDESTRIAN 2 —WAY SIGNAL WIRING DETAIL SIGNAL WIRING DETAIL NOT TO SCALE NOT TO SCALE REVISIONS Collier County Traffic Operations 2085 South Horseshoe Drive COLLIER COUNTY PEDESTAL MOUNTED PEDESTRIAN EET SNO. DA BT DESCRIPTIQN DA sC IPTNIH Naples, Florida 341D4 \ Phone : (239) T74-8192 GROWTH MANAGEMENT DIVISION SIGNAL DETAILS Fax: (239)213 -5868 TsP -r9 C� POST CAP. APPROVED .fPE[fD OR APPROVED — EWNALENTI COLLIER COUNTY RN) -3N PEDESTRIAN ACTUATED -- 1 SIGNAL SIGN y PEDESTRIAN PoSHBUTTGN 1E a� IPOLPRA BULLDOG P /N: BOLY2-B —as OR APPROVED EDErvAIENJI POLE, SCHEDULE BICIN O.D. XNUM INCH D. X .231 INCH WALL (% fPELGO PB -51W OR APPROVED 2L EQUIVALENT) b O PULL BOX NUMBER I COLLAR, ALUMINUM IVALCO OR APPROVED EQUIVALENT) (TYPE 'B') BL10( lP£LESTRLW BUTTON ULII BLACT I�sTRIAN BUTTLW CAILI 12' APRON AIMYIHU4 SWARE liA.Sf ASSEMBLY W /iN ALUMINUM DODR AND GROUNDING LW. MHITf IPEDESTR /AN 9/TTW RfTURNI IYSA SO -2 SHIELD£G /RSA 50 -2 SNIflDEO WHITE fP£O£sTR/.w BIITTW RETU., ueLE ro owrrmLlEN cABLE FmV PUSH LN/nLw SHEI(D SHE_ OPELCO PB -5335 OR APPROVED EWNAIENTI .� lINALG TYPICAL PEDESTRIAN I -WAY /la1L /l/9 /I =// / n x! IlllLal / =l /La1 PUSHBUTTON POLE WIRING DETAIL �r�1�a -/171' – 1– lI/=7/[�/l�ll�ll�Il •N�lrall�7�H=/H =IAA, IriL�r�N./u= /N= iu�n./7.1naNa7 ;: a rr= m�rcr��7 NOT TO SCALE ANLYAR BOLT scr OF f INCH DIAMETER BY R ` 0 INCH LENGTH. IPELCO Y . PB -5306 OR APPROVED 3' PVC SCHEDULE 2' PVC SCHEDULE 40 CONDUIT 40 CONDUIT EQUIVALENT) (30" DEPTH). iL (30' DEPTH). 21 INCH DIAMETER 21 INCH DEPTH. (TYPE 'I' cONL'REry IFWNDATION REINFORCING 20 IF yj INCH DIAMETER NOT REW/REDI -_ COPPER CLAD GROUND ROD — CONTINUOUS OR ARRAY. _ CONSTRUCTION NOTES: I. PULL BOX NUMBER I (TYPE "B ") SHALL CONTAIN CABLES II - FOR PEDESTRIAN DETECTION. - 2. ALL SEPERATELY GROUNDED ELEMENTS AT AN INTERSECTION SHALL BE BONDED TOGETHER TO FORM AN INTERSECTION GROUNDING NETWORK. 3. GROUND WIRE SHALL BE N6 STRANDED. BUCF rPEOfsIRIAN 9/TTON CAW BIACA rPEBESTRIAX RITTON CAW WHITE IP£CESTRIAN LIUTTON RETURN) /RSA w -2 WIELDED NSA W -2 SHLELDEO I WHITE fPEOEBTRIAN BUTTON R£TLIRNI CABLE TO LriN TROLLER CABLE FINN /Y/sN BUTTLW I SHE/ID sMEIID WHITE (PEDESTRIAN BUTTON R£TURNL RSA K-2 SHIE(DEO IYSA S „,E O WHITE IP£O£sTa/AN.1I RETURN) TYP /CA L PEDESTRIAN PUSH it HLACN (PED£sTaIAN LN/TTgI CAw CARL TO C(WTRUL P CABLE F�1/ WSH BUTT(AV B1.1CA IPEOESTMAh BVYTaY CALU BU T TON POLE DE TA IL TYPICAL PEDESTRIAN 2 -WAY PUSHBUTTON POLE WIRING DETAIL NOT TO SCALE NOT TO SCALE R E V I S I O N S 2885 p'..' Orsas341 4 Napkc, Florida 3doDa Z%c% County Traffic Operations COLLIER COUNTY PEDESTAL MOUNTED PEDESTRIAN SHEET N0. DATE DESCRIPTION Dar CR /P N TSP -20 Ph— (239)TTa5192 GROWTH MANAGEMENT DIVISION PUSH BUTTON DETAILS Fax: (239) 2735888 01 Ima- ,. START CROSSING Watch For Vehicles DON'T START Finish Crossing If Started FLASHING TIME REMAINING To Finish Crossing TIMER STEADY DON'T CROSS TO CROSS PUSH BUTTON RIO -3e COUNT -DOWN PEDESTRIAN N �n h N LO N CO COLORS: LEGEND BACKGROUND 88, HAND SYMBOL NOTES- -BLACK -WHITE (REFLECTIVE) - ORANGE ( REFECTIVE) I> REFER TO THE "STANDARD HIGHWAY SIGNS MANUAL" (ENGLISH) SIGN RIO -3e FOR TEXT SIZE, SPACING, AND SYMBOL SIZE. TYPICAL PEDESTRIAN SIGN DETAIL NOT TO SCALE REV IS IONS Colier County Traffic Operations SHEET GATE SCI ON Dar DESCRIP ION 2885 South Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY PEDESTRIAN PUSH BUTTON ND. Phone:(239) 7748192 GROWTH MANAGEMENT DIVISION SIGN DETAILS TSP -21 Fez: (239) 213-SM 3/8" DIA. STAINLESS STEAL 1 3/8" DIA. STAINLESS STEAL a ' HEXHEAD BOLT W/ WASHER a °" ' I HEXHEAD BOLT W/ WASHER bP -vP 3/8" THREADED INSERT COVER TO BE MARKED "TRAFFIC CONTROL" \ _ / - 3/81' THREADED INSERT COVER TO BE MARKED "TRAFFIC SIGNAL" COVER DETAIL COVER DETAIL BOLT -DOWN HOLES (TYP.) 'y3 `IA Y •� BOLT -DOWN HOLES (TYP.) I � `IZ � y HEAVY DUTY COMPOSITE �� HEAVY DUTY COMPOSITE S CONCRETE PULL BOX. CONCRETE PULL BOX. QUAZITEr PG1324HAOO QUAZITEI PG1730HAOO COVER OR APPROVED COVER OR APPROVED EQUIVALENT. EQUIVALENT. LIFT SLOT LIFT SLOT 3/8" DIA. INSERT FOR /Si- e 3/8" DIA. INSERT FOR 19 BOLT -DOWN COVER T15 BOLT -DOWN COVER (SEE COVER DETAIL) (SEE COVER DETAIL) I 12" o.;� 12' o.y 1 OP o II o � OP .0 15 Y2" o .HEAVY DUTY COMPOSITE q HEAVY DUTY COMPOSITE q CONCRETE PULL BOX. 21' /V QUAZITEP PG1324BA12 CONCRETE PULL BOX. 28 %2' QUAZITEr PG1730BA12 �� BOX OR APPROVED I y• BOX OR APPROVED I y• EQUIVALENT. EQUIVALENT. TYPICAL SIGNAL PULL BOX TYPICAL SIGNAL PULL BOX (TRAFFIC CONTROL TYPE "A ") (TRAFFIC SIGNAL TYPE "Brr) NOT TO SCALE NOT TO SCALE R E V I S I O N S Colter County Traffic Opera 76 2985 South rcechce Dr'rve Naples, Florida 34104 COLLIER COUNTY � V I,I. B�i� PULL SHEET ND. A BY ESCRIPTION DATC DESCRIPTION TSP -22 Phone: (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETAILS Fax: (239) 213 -5868 BOLT -DOWN HOLES (TYP.) HEAVY DUTY COMPOSI CONCRETE PULL BOX. QUAZITE. PG2436HAO COVER OR APPROVED EQUIVALENT. LIFT SL( 3/6" DIA. INSERT FC BOLT -DOWN COVER (SEE COVER DETAIL) HEAVY DUTY COMPOST CONCRETE PULL BOX. OUAZITE. PG2436BA3 BOX OR APPROVED EQUIVALENT. TYPICAL SIGNAL PULL BOX (CCTO COMMUNICATIONS TYPE 'rC rr ) NOT TO SCALE 6" I� m z �- 12" BED OF PEAROCK CONDUIT PVC OR CRUSHED STONE CONDUIT PVC FOR DRA I NAGE. SCHEDULE 40 SCHEDULE 40 SECT ION III -11 I -111 =1 I I =1 I I =1 11 =1 11= PULL BOX NOTES: 1. PULL BOX SHALL BE H -20 RATED HEAVY DUTY COMPOSITE TYPE NON - STEEL. 2. PULL BOXES SHALL HAVE A 12" CONCRETE APRON AROUND BOX AT A MINIMUM 6" DEPTH. III 12 CONCRETE APRON 111 = III III e PULL BOX ICI (TYPICAL) III � III CONCRETE APRON III 1 I I PULL BOX ILI (TYPICAL) — = 111 III 12'CONCRETE APRON III =1 I I =1 i t =1 I I =1 I I =III =1 I I- PLAN f FUNCTION GRADE BELL END (TYPICAL) LOGO CONCRETE PULLBOX APRON � � 12 "�-I 3/B" DiA. STAINLESS STEAL 13 "x24 "x12" TRAFFIC CONTROL "A" ALL EXCEPT INDUCTIVE LOOPS 17 "x30 "x12" TRAFFIC SIGNAL HEXHEAD BOLT W/ WASHER AND COMMUNICATIONS a+ a e a o $ 24 "x36 "x36" � °e - N IIIII I III111111111 Illll l l- � IIIIIIIIIIIIIIIIIIIIIIIIII 3/8" THREADED INSERT COVER TO BE MARKED Z I =1 I I =1 l =1 II I =1 I I =111 =1 I I =1 " CCTO" "COMMUNICATIONS" I II 1 4" (TYPICAL) COVER DETAIL n M� BOLT -DOWN HOLES (TYP.) HEAVY DUTY COMPOSI CONCRETE PULL BOX. QUAZITE. PG2436HAO COVER OR APPROVED EQUIVALENT. LIFT SL( 3/6" DIA. INSERT FC BOLT -DOWN COVER (SEE COVER DETAIL) HEAVY DUTY COMPOST CONCRETE PULL BOX. OUAZITE. PG2436BA3 BOX OR APPROVED EQUIVALENT. TYPICAL SIGNAL PULL BOX (CCTO COMMUNICATIONS TYPE 'rC rr ) NOT TO SCALE 6" I� m z �- 12" BED OF PEAROCK CONDUIT PVC OR CRUSHED STONE CONDUIT PVC FOR DRA I NAGE. SCHEDULE 40 SCHEDULE 40 SECT ION III -11 I -111 =1 I I =1 I I =1 11 =1 11= PULL BOX NOTES: 1. PULL BOX SHALL BE H -20 RATED HEAVY DUTY COMPOSITE TYPE NON - STEEL. 2. PULL BOXES SHALL HAVE A 12" CONCRETE APRON AROUND BOX AT A MINIMUM 6" DEPTH. III 12 CONCRETE APRON 111 = III III e PULL BOX ICI (TYPICAL) III � III CONCRETE APRON III 1 I I PULL BOX ILI (TYPICAL) — = 111 III 12'CONCRETE APRON III =1 I I =1 i t =1 I I =1 I I =III =1 I I- PLAN f FUNCTION SIZE LOGO TYPE INDUCTIVE LOOPS 13 "x24 "x12" TRAFFIC CONTROL "A" ALL EXCEPT INDUCTIVE LOOPS 17 "x30 "x12" TRAFFIC SIGNAL "Br' AND COMMUNICATIONS COMMUNICATIONS 24 "x36 "x36" CCTO COMMUNICATIONS TYPICAL PULL BOX DETAIL NOT TO SCALE DESCRIPTION VA J DE SCR/ T/ON Collier County Traffic Operations SHEET 2885 South Horseshoe Drive COLLIER COUNTY DULL BOX NO. - Naples, Florlda 34104 Phane:(239) 774-8192 GROWTH MANAGEMENT DIVISION DETAILS TS)-2'3 Fax: (239) 213 -SBU rif ti 1O W N H 4 CROSSWALK 3'X20' VIDEO CAMERA VIDEO DETECTM CAMERA DETECT/ON ZONE u0JVTM'D ASSEM8LY (PELCO 2 6'X40' VIDEO CAMERA DETECTION ZONES (TYPICAL) MAST ARN MWNTW BRACKET ti 1O W N H 4 CROSSWALK NOT TO SCALE VIDEO DETECTg CAMERA VIDEO DETECTM CAMERA u0JVTM'D ASSEM8LY (PELCO 2 LUt APPADVED EQUIVALENT) VIDEO OCTECTIDN CA E£ , MAST ARN MWNTW BRACKET (ENGINEERED CASTINGS OR APPADVED EQUIVALENT, p TRAFFIC SIDNAL HEAD �• i(IYPICALI to ( 01010 I CIL �l L_ VIDEO D£TECTM CAMERA SMALL BE LOCATED ON THE CENTER LINE BETWEEN THE LEFT TURN AND NOT TO SCALE moo 6'x6' VIDEO CAMERA SYSTEM DETECTION ZONES IF REQUIRED) 2 Z ii S A p �• MAIN STREET v ( I JEET: 6'x6' VIDEO CAMERA DETECTION ZONES v6 H (TYPICAL, TX H i —s-I 2' (TYPICAL) NOTES: s'MaxIMUM 1. WHEN PROPOSED VIDEO DETECTION CAMERAS ARE LOCATED (TYPICAL) g FROM 40 TO /00 FEET OF THE STOP BAR AND NUMBER OFF 6'X40' VIDEO CAMERA APPROACH LANES EXCEED 3 (33 FEET) , VIDEO CAMERAS DETECTION ZONES SHALL BE INSTALLED FOR EACH CONTROLLER TIMING (TYPICAL) FUNCT ION. V1DIO DETECTION r� CAMERA (TYPICAL) i TYPICAL VIDEO DETECTION CAMERA LOCATION DETAIL NOT TO SCALE vI TE REVISIONS DESCRIPTION DESCR/P ION Collier County Traffic Operations 2885 South Horseshoe Drimre Naples, Florida 34106 COLLIER COUNTY T VIDEO DE'ITECTIOI\T SHEET NO. �_ Phone:(239)774 -8192 GROWTH MANAGEMENT DIVISION DETAILS Far. (239) 213 -5588 TSP -24 moo DRILL IV? ' HOLE AND INSTALL INDUCTIVE LOOP WIRE TO PULL BOX AND FILL HOLE WITH LOOP SEALANT. I2. APB, Genero/ Notes: SAW CUT PAVEMENT - TYPE "A' PULL BOX WITH APRON. INDUCTIVE LOOP 12' � SHOULDER SOLDERED WATERPROOF SPLICE. I. if the loop lend -In Is 75' or less from the edge of the loop defector to Controller cabinet, Can tInUe the twisted to the If the loop -In Is WIRE SEE SPECIFICATIONS pair cabinet. lend greater than 75' cantlnUe the twisted pair to the specified pull box, solke to shielded lead -)n wire and continue Gam/ l!� /I=ll alLaJ7 =!/ alla7J� /Lai to the controller cob /net. :: T3Zalr�„ - • !rte' / /a /La /!� /La /La/ MEN! /G /nH =N A` -I 7 2. The width of all sow cuts shall be sufficient to allow unforced placement of loo wires lead -In Into the The 9 /F_/ /9 /La /(�f� //a /LEI. �a /IaILah32�,L�1 / ?•. •,-e rr= rr- rrrarglTr Z� /L=II r., i a � �/1�773 LaT13113 3 /L�7F or codes sow cut. depth of al/sow cuts, except expansion p eP Pa joints, shall be 3" Standard Will) o maximum of 4 '. a /f3/La /L� /!� /I= iL�lL- �NatL�/ a /1- I /L =1 /!_ -gL�u�lLa,• LOal' LED -IN CARL - rrSTi�TaTn_ I LWP LEAD-IN CABLE ng or new roodw construction projects, Me loo wires and lead -In cables 3. On resurfacing roadway p p may be Installed in the asphalt structural course prior to the placement of the final asphalt I' NON- METALLIC FLEXIBLE CONDUIT wearing course. The loop wires and lend -In codes shall be placed In a sow cut In the structural course. The depth of the cables below the top of the final surface shall Comply with /rote 2. 4. A nonmetallic hold down moterlal shall be used to secure loop wires and lead -Ins to the Z' PVC SCHEDULE 40 CONDUIT Constr. ton Not es: To WHTRDLLER (30'DfPTH). bottom of saw -cuts. Hold dawn Rlaterlal shall be placed at opproxlmgtely l2" Intervals CuJ A SI of In The Edge Of The Roadway Of Suff Ic lent SIZe And Dept h To around loops and 24" Intervals on lead -Ins. Snugly P /ace The End Of The Non -Alet oil lc Fl eX INa Condu It. The End Of The Condull Shall Be At Least !2" Into The Roadway And 3" Below The 5. The minimum distance between the twisted pairs of loop leod -In wire is 6" from the imp ro Top Of The Roadway Surface. The Departure Angle Of The Condull From I2" from the pavement edge or curb. The Roadway Shot/ Be 30 To 45 degrees. 6. Splice Connections In pul /boxes with U.L. listed, Watertight, Insulated enclosures. Place one TYPICAL SECTION enclosure over the end of each conductor and piece a third enclosure over the exposed end of VIEW OF INDUCTIVE LOOP the shielded cable. W IRE THROUGH PAVEMENT TO PULL BOX. 7. The maximum grog of asphalt to be disturbed sha/l be 4 "x 4 ". This area shall be restored as directed by the Erglneer. NOT TO SCALE DRILL I %Z' HOLE AND INSTALL !ND/CTIVE LOOP WIRE TO PULL BDF AHO FIl1 (IDLE r�— PROPOSED S/OEWALX if REQY/IRED WITH LOOP SEALANT. COMBINATION / \ CURB 4 GUTTER SOLDERED WATERPROOF SPLICE. W/R£ CONNECTOR r INSULATING WATERPROOF SEE SPECIFICATIONS ACN- TAKEN NON- HARDENING SEALANT TUBE avER TWIST WIRES j+— APPROX I -0' SAW CUT I WIRE CONNECTORS IIYPICAU. IT AND SOLDER I(I PAVEMENT WIRE f LOOP � 12 �� -' ' WIRE ! /RlL- IIL� %LJl /a /! .' N 3!l3/OlLi3ILa/La/L/I!7/L-- -':' /9lLa /FJII =FIII - SHEILDfO WOUCTNf III I LOOP LEAD -IN CABLE III I III I b /E3ll_r II II 3 / /alC/ /RlH /lal/� //J 1I711F II II 1 // ll� /L� /L�IL� /L-- IIIJ /LaIF_lRc -rra /!� / / /Fl/ tin li ill =l 3ILp/Ln"ga_/lL�l/a /La /L //C - 11 I 1 //. R�~ it3Ln�� /�o /I/ir�v /?u /r�o1 S TI =L`! =P I I !' MON- METALL2 FLEXIBLE CONDUIT Z' PVC SCHEDRE 40 CONDUIT TO CONTROLLER !30' DEPTHL. Construction Notes: Or 1l / A Ho/ a h' To I" Larger In Diameter Than The FI ex /b/ a Conduit To Be Used 21C SHIELDED LOOP Through The Roadway Asphalt (Or Concrete/ Surface And Base At An Appropr /ate DETECTOR CABLE Angle To Intercept The Trench Or PUII Box Hole. Place A Predetermined Length Flail CONTROLLER Of Non -Met of/lc F/exib/e Conduit !n The Hole And Drive The Condull Into The Trench Or Hole. The Top Of The Conduit- She /I Be Approxlmale/y 3" Below The Roadway Surface. Fill The Hole With Loop Sealant To The Level Of The Roadway Surface. A Nonmetal Uc Material Should Be Used To Prevent Excessive Loop - DETECTOR WIRE GROUND WARE Seal ant From Ent er Ing The Non -Mel al I Ic FI ex /o/ a Condu It . TYPICAL SECTION VIEW OF INDUCTIVE LOOP TYPICAL INDUCTIVE LOOP WIRE THROUGH CURB TO PULL BOX. WIRE CONNECTION DETAIL NOT TO SCALE NOT TO SCALE DATE REVISIONS DESCRIPTION D R/P all Collier County Traffic Operation s 2885 SOUK Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY INDUCTIVE LOOP DETECTION SHEET NO. Phone: (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETAILS _ Fax: (239) 213-5888 TSP -25 #Mob NOT TO SCALE 5 /ON S inc �L� TWIST LEADS BETWEEN LOOP AND PULL BOX SNIELOED LEAD -IN -CABLE MULTIPLE POINT DETECTION CHART NOT TO SCALE Y 10 SEE PLANS -UuM SEE PLANS 40 ES 135 y 1.4 45 J WIRES 185 a . nAEA POnK u mOLL elF'LIXABLE NgrcrrvE LDa^ ISEE N'PIE PONT 130 195 2l DETECTION C"mr) lTPICAU DETECTAN CNR flYPICAU fWAORAFgIE TYPEL lIYPICAU 230 CONDUIT PULL. S' CNDUT TRENCNED 185 RAFFIC 27 2.1 dLf ITTP KAU fTYPICAV 300 [�LT P TYPE) NOTES: I. LOOP WIRE SHALL BE NUMBER F� IT AWG iINN STRANDED. ` l P. I SEALANT BE ON F.D.O.T. APPROVED PRODUCTS x CDIIDIr TRENCHED ,Cy TWIST LEADS BETWEEN LDDP fT'PIC,41 J' SCNEDVLE 40 1 ( 3- CONDUIT TYPICAL INDUCTIVE pw CDU PK tONd/IT. INSTALLATION UNDER pqA, .�, lNPMAU - SPLICE CRDSAY4K QUADRUPOLE LOOP _ !6' r 4p9 I6' r 40-1 f3' x PD'L TYPICAL DETECTOR LOOP WIRE CONFIGURATION 12A 12" NDICTINE SYSTEM PA -�{ Ir- 8' YAXIYl1Y E� MAIN STREET L2A !IF REOUIREN IRED1 I SPACED LM (6B l6A MAN/ STREET 1 S 7 6 -� EIDOPS� LGB fINYDP AU LW �'� LOOPS NDKTNE NOT TO SCALE 5 /ON S inc �L� TWIST LEADS BETWEEN LOOP AND PULL BOX SNIELOED LEAD -IN -CABLE MULTIPLE POINT DETECTION CHART NOT TO SCALE D. SEE PLANS -UuM SEE PLANS 40 ES 135 N 40 SP CICP 1.4 45 J WIRES 185 a . nAEA POnK u mOLL elF'LIXABLE 'SEE 'MULTIPLE MIN ISEE N'PIE PONT 130 195 2l DETECTION C"mr) lTPICAU DETECTAN CNR flYPICAU 155 230 CONDUIT 2.0 S' CNDUT TRENCNED 185 RAFFIC 27 2.1 dLf ITTP KAU 1 220 300 [�LT P TYPE) NOTES: I. LOOP WIRE SHALL BE NUMBER F� IT AWG iINN STRANDED. ` l P. I SEALANT BE ON F.D.O.T. APPROVED PRODUCTS ,Cy TWIST LEADS BETWEEN LDDP LIST. ANO PDU 60x TYPICAL INDUCTIVE LOOP INSTALLATION NOT TO SCALE 5 /ON S inc �L� TWIST LEADS BETWEEN LOOP AND PULL BOX SNIELOED LEAD -IN -CABLE MULTIPLE POINT DETECTION CHART NOT TO SCALE D. SEE PLANS MD"NUY GREEM SEE PLANS 40 ES 135 P WIRES � 1.4 45 J WIRES 185 M IS 50 130 195 2l 1.8 55 155 230 24 2.0 60 185 RAFFIC 27 2.1 65 1 220 300 ql_ 2.3 F� 3 TWIST LEADS BETWEEN LDDP ANO PDU 60x P WIRES �- EAD-IED LEAD- IN{ABIE SPLICE STANDARD LOOP QUADRUPOLE LOOP 16'.0 !6' r 4p9 I6' r 40-1 f3' x PD'L TYPICAL DETECTOR LOOP WIRE CONFIGURATION NOT TO SCALE 5 /ON S inc �L� TWIST LEADS BETWEEN LOOP AND PULL BOX SNIELOED LEAD -IN -CABLE MULTIPLE POINT DETECTION CHART Mpp_ D. D2 MD"NUY GREEM EXTENSION IPASSAGEI 40 85 135 15 1.4 45 105 185 M IS 50 130 195 2l 1.8 55 155 230 24 2.0 60 185 Z65 27 2.1 65 1 220 300 30 2.3 TIMINGS ARE INITIAL AND MAY REQUIRE FIELD ADLISTING AS DIRECTED BY PROJECT ENGINEER. INSTALL CONCURRENT TIMING OF INITIAL AND EXTENSION INTERVALS. ROADWAY POLYETMLENE BACKER ROD INSTALLED EVERY 2'. 7?i LANT 2" MIN. � T e a OVERLAP SHALL BE CUT SO THAT SLOTS AT ALL CORNERS HAVE FULL DEPTH AND CUT DIAGONAL TO PREVENT SHARP BENDS IN LOOP WIRE. SAW CUT b 40, -0" TYPICAL "TYPE F" VEHICLE INDUCTIVE LOOP NOT TO SCALE OVERLAP SHALL BE CUT SO THAT SLOTS AT ALL CORNERS HAVE FULL DEPTH AND CUT DIAGONAL TO PREVENT SHARP BENDS IN LOOP WIRE. SAW SAW CUT " T 20,. 6° TYPICAL "TYPE F" MODIFIED BICYCLE INDUCTIVE LOOP NOT TO SCALE OVERLAP SHALL BE CUT SO THAT SLOTS AT ALL CORNERS HAVE FULL DEPTH AND CUT DIAGONAL TO PREVENT SHARP BENDS IN LOOP WIRE. SAW CUT ,U "O b VARIES --�{ TYPICAL "TYPE B" VEHICLE INDUCTIVE LOOP Cdliar County Traffic OperaBons 2885 South Ho seshoe give COLLIER COUNTY Naples, Florida 34104 Phone: (238) 774 -8182 GROWTH MANAGEMENT DIVISION �. Far. (238) 2135868 NOT TO SCALE SHEET INDUCTIVE LOOP DETECTION I NO. DETAILS rsP -2s �L..li I 2 7 8 5' \ 3 4 I 2 -WAY ASSEMBLY ` \ / AS REQUIRED. i i / ITEM NO. IDENTIFICATION I OUTLET BOX- GALV. 21 CU.IN. 2 LAMP HOLDER AND COVER 3 OUTLET BOX COVER 4 RUBBER COVER GASKET 5 REDUCING BUSHING 6 3� /4" CLOSE NIPPLE 7 Y4" LOCKNUT 8 %4" HOLE PLUG 9 ASTRO MINI -BRAC CABLE MNT. (STAINLESS UPGRADE) 10 PAR 38 LAMP II DETECTOR UNIT 12 POST CAP 118 FT. POST MIN.] NOTES: \i I. ALL ELECTRICAL ITEMS, EXCEPT ITEMS •2 AND •11 SHALL BE ALUMINUM j OR GALVANIZED. i / 2. ITEM •1- OZ /GEDNEY FSX -I -50 OR APPROVED EQUIVALENT. ITEM •2- MULBERRY CON -O -SHADE LAMP SHIELD OR APPROVED EQUIVALENT. ITEM •9- ASTRO MINI -BRAC CABLE MNT. WITH STAINLESS UPGRADE OR APPROVED EQUIVALENT. 3. WHEN POST MOUNTING IS SPECIFIED, ITEM •9 SHALL NOT BE REQUIRED. THE DETECTION UNIT SHALL BE MOUNTED DIRECTLY ON TOP OF THE CAP BY DRILLING AND TAPPING A 3/4" HOLE WITH PIPE THREADS. THE POST CAP SHALL EITHER BE SCREWED TO THE TOP OF THE POST OR A MINIMUM OF 3 TIGHTENING SCREWS SHALL BE REQUIRED ON EACH CAP. 4. MAST ARM INSTALLATION: DRILL %4" HOLE ON MAST ARM AND INSTALL GROMMET. 5. EMERGENCY VEHICLE DETECTOR SHALL BE PLUMB. 6. KNOCK OUT EMERGENCY VEHICLE DETECTOR WEEP HOLE BEFORE INSTALLING. 7. EACH EMERGENCY CONFIRMATION INDICATOR ASSEMBLY SHALL HAVE A I.M.S.A. 19-1 STRANDED 5 CONDUCTOR CABLE INSTALLED CONTINUOUS FROM THE CONTROLLER ASSEMBLY TO THE EMERGENCY CONFIRMATION INDICATOR OUTLET BOX. TYPICAL EMERGENCY VEHICLE DETECTOR WITH CONFIRMATION LIGHT DATAIL> NOT TO SCALE R E V I S I O N S Collier County Traffic Operations DA IT OESCRIPT/Ox 2885 South Horseshoe Drive SHEET � I - Naples, Florida 34104 COLLIER COUNTY EMERGENCY VEHICLE NO. Phone: (239) 7748192 GROWTH MANAGEMENT DIVISION DETECTION DETAILS rsP -27 F2 (239) 213 -5888 USE U—BOLT CLAMP WHEN DETECTOR IS HUNG UPSIDE DOWN FROM SPAN WIRE BEFORE MOUNTING APPLY WATERPROOF TAPE TO THREADS AS DIRECTED BY MANUFACTURER CABLE TIES 8" MIN. LOOP — DETECTOR CABLE ( INSIDE VIEW OF TOP COVER NOTEo KNOCK OUT WEEP HOLE BEFORE INSTALLING NOTE2 ROUTE CONTROL CABLES ABOVE ATTACHMENT POINT SO THEY DO NOT CONTACT DETECTOR TYPICAL OPTICOM DETECTOR SPAN WIRE INSTALLATION NOT TO SCALE DAT BC DESCRIPTION DA BY C IPTION Collier County TI", Operationb SHEET 2895 South HoHda 341 Drive COLLIER COUNTY EMERGENCY VEHICLE Ho. Naples, Florltla 34104 GROWTH MANAGEMENT DIVISION Fhone:223)213 -587)2 DETECTI ®N DETAILS rsP -28 Fax: (239) 213-5868 moo PRE- EMPTION 1 EMERGENCY PRE - EMPTION 2 EMERGENCY PRE - EMPTION 3 EMERGENCY PRE- EMPTION 4 EMERGENCY VEHICLE DETECTOR RELAY VEHICLE DETECTOR RELAY VEHICLE DETECTOR RELAY VEHICLE DETECTOR RELAY - - - - - - - - - - - - - - - - - - - - - -- - - - - -- I I I I I 1 1 I I 1 1 I I 1 1 I I I I 1 1 I I 1 I 1 1 I I 11 I I R1 1 1 R2 I I R3 I I R4 I I I I I I I I I I I I I I 1 1 I I I I I I 1 1 I 1 I I I I 1 1 I ( 1 1 11 I I I 1 24 VOC 1 1 n_9 1 1 n-1 1 1 n- - 1 I COIL 1 1 I I I I I Z U L — — - - - -1 L— - - - -1 L— - -- i L— - - - -1 1 W I v FIELD WIRING TO EMEGENCY VEHICLE CONFIRMATION INDICATOR ASSEMBLY (120 VAC) xz rZ In 1I U' NOTESr I. EACH EMERGENCY CONFIRMATION INDICATOR ASSEMBLY SHALL HAVE A I.M.S.A. 19-1 STRANDED 5 CONDUCTOR CABLE INSTALLED CONTINUOUS FROM THE CONTROLLER ASSEMBLY TO THE EMERGENCY CONFIRMATION INDICATOR OUTLET BOX. 2. RELAY SHALL BE AN OMRON DPDT, MODEL NUMBER LY2 -DC24, OR APPROVED EQUIVALENT. 3. INSTALL A DIODE (IN4004 OR EQUIVALENT) ACROSS THE INPUT TO EACH ELECTROMECHANICAL RELAY. EMERGENCY VEHICLE CONFIRMATION LIGHT WIRING WITH ELECTROMECHANICAL RELAY INTERFACE PANEL DETAIL. NOT TO SCALE REVISIONS - Golller County Traffic Oparadons OA DESCRIPTION A SCRIPTp7N 2885 South Horseshoe Drive SHEET Naples, Flodde 34104 COLLIER COUNTY EMERGENCY VEHICLE NO. Phone: (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETECTION DETAILS rsP -29 -° F-:(239)213-5868 - t-i _ -_l- 0 0' 0 0 lmmmmmmmmimmml Ly w w W le w W z �O W W jz z z z� z �o -o -o -o H F F F- I- h. 1- V- a¢ 4a s�2 six six ��� Ur Ur UI- OF w> w> W m U J J+ m < Ofd Ow o < wC( - 'J uwIt��K(7 wKU' wKU' Q� ¢n WWJ LL'ZJ �ZJ C2J Z 2 ¢� Q7 2 Z a �w �w> m zw zye v FIELD WIRING TO EMEGENCY VEHICLE CONFIRMATION INDICATOR ASSEMBLY (120 VAC) xz rZ In 1I U' NOTESr I. EACH EMERGENCY CONFIRMATION INDICATOR ASSEMBLY SHALL HAVE A I.M.S.A. 19-1 STRANDED 5 CONDUCTOR CABLE INSTALLED CONTINUOUS FROM THE CONTROLLER ASSEMBLY TO THE EMERGENCY CONFIRMATION INDICATOR OUTLET BOX. 2. RELAY SHALL BE AN OMRON DPDT, MODEL NUMBER LY2 -DC24, OR APPROVED EQUIVALENT. 3. INSTALL A DIODE (IN4004 OR EQUIVALENT) ACROSS THE INPUT TO EACH ELECTROMECHANICAL RELAY. EMERGENCY VEHICLE CONFIRMATION LIGHT WIRING WITH ELECTROMECHANICAL RELAY INTERFACE PANEL DETAIL. NOT TO SCALE REVISIONS - Golller County Traffic Oparadons OA DESCRIPTION A SCRIPTp7N 2885 South Horseshoe Drive SHEET Naples, Flodde 34104 COLLIER COUNTY EMERGENCY VEHICLE NO. Phone: (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETECTION DETAILS rsP -29 -° F-:(239)213-5868 - t-i _ -_l- 0 0' 0 0 w Ijl z Ly w w W le w W z �O W W jz z z z� z �o -o -o -o H F F F- I- h. 1- V- a¢ 4a s�2 six six ��� Ur Ur UI- OF w> w> W m U J J+ m < Ofd Ow o < wC( - 'J uwIt��K(7 wKU' wKU' Q� ¢n WWJ LL'ZJ �ZJ C2J Z 2 ¢� Q7 2 Z a �w �w> m zw zye O do ao ao o_o o¢� oQ� U U TRAFFIC CONTROLLER v \U U U U / PRE -EMPT OUT i v FIELD WIRING TO EMEGENCY VEHICLE CONFIRMATION INDICATOR ASSEMBLY (120 VAC) xz rZ In 1I U' NOTESr I. EACH EMERGENCY CONFIRMATION INDICATOR ASSEMBLY SHALL HAVE A I.M.S.A. 19-1 STRANDED 5 CONDUCTOR CABLE INSTALLED CONTINUOUS FROM THE CONTROLLER ASSEMBLY TO THE EMERGENCY CONFIRMATION INDICATOR OUTLET BOX. 2. RELAY SHALL BE AN OMRON DPDT, MODEL NUMBER LY2 -DC24, OR APPROVED EQUIVALENT. 3. INSTALL A DIODE (IN4004 OR EQUIVALENT) ACROSS THE INPUT TO EACH ELECTROMECHANICAL RELAY. EMERGENCY VEHICLE CONFIRMATION LIGHT WIRING WITH ELECTROMECHANICAL RELAY INTERFACE PANEL DETAIL. NOT TO SCALE REVISIONS - Golller County Traffic Oparadons OA DESCRIPTION A SCRIPTp7N 2885 South Horseshoe Drive SHEET Naples, Flodde 34104 COLLIER COUNTY EMERGENCY VEHICLE NO. Phone: (239) 774 -8192 GROWTH MANAGEMENT DIVISION DETECTION DETAILS rsP -29 -° F-:(239)213-5868 - t-i CONSTRUCTION NOTES:. 1. SIGN BRACKET SHALL PERMIT ROTATIONAL ADJUSTMENT ABOUT BRACKET AXIS, VERTICAL AND ROTATIONAL ADJUSTMENT ABOUT MAST ARM. 2. INTERNALLY ILLUMINATED STREET NAME SIGNS SHALL MEET SECTION 699 OF THE FLORIDA DEPARTMENT OF TRANSPORTATION, STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DATED 2010. 3. ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL. 4. INTERNALLY ILLUMINATED SIGNS SHALL INCLUDE TERMINAL COMPARTMENT FOR TERMINATION OF SIGNAL CABLE IN THE SIGN ASSEMBLY. 5. TWO BRACKETS SHALL BE FURNISHED FOR EACH STREET NAME SIGN WITH A WIDTH EQUAL TO OR GREATER THAN 48 INCHES. 6. SIGN BRACKET SHALL BE MANUFACTURED BY ENGINEERED CASTINGS INC., PELCO PRODUCTS INC., OR APPROVED EQUIVALENT. 7. INTERNALLY ILLUMINATED STREET NAME SIGNAGE SHALL BE DESIGNED USING A WHITE MESSAGE ON A GREEN BACKGROUND WITH A I INCH WHITE BORDER. 8. THE PREFERED LETTERING SIZE SHALL BE 12 INCH UPPER CASE WITH 9 INCH LOWER CASE. SIGN SIZE SQUARE FT. DIM. "A" DIM. "B" 18" X 36" 4.5 9" 12" 18" X 48" 6.0 12" 12" 18" X 60" 7.5 15" 12" 18" X 72" 9.0 18" 12" 18" X 84" 10.5 21 " 12" 181, X 96" 12.0 24" 12" 18" X 108" 13.5 27" 12" 18" X 120" 15.0 30" 12" 24" X 36" 6.0 9" 18" 24" X 48" 8.0 12" 18" 24" X 60" 10.0 15" 18" 24" X 72" 12.0 18" 18" 24" X 84" 14.0 21 " 18" 24" X 96" 16.0 24" 18" 24" X 108" 18.0 27" 18" 24" X 120" 1 20.0 30" 18" TYPICAL MAST ARM MOUNT STREET NAME SIGN DETAIL NOT TO SCALE MAST ARM STAINLESS STEEL CABLES ENGI NEERED CASTI NGS INC. OR PELCO PRODUCTS INC. STAINLESS STEEL "U" BOLTS NUTS & LOCK WASHERS. STREET NAME SIGN. DA ar SCRI T/DR 'DATE er 0 SCRIPT Collier Courtly Traffic Operations SHEET 2885 South Horseshoe Drive COLLIER COUNTY AERIAL STREET NAME N0. Naples, Florida 34104 Phone:(239) T74-8192 GROWTH MANAGEMENT DIVISION SIGN DETAILS F.:(239)213-5888 TSP -30 CONSTRUCTION NOTES: 1. SIGN BRACKET SHALL PERMIT ROTATIONAL ADJUSTMENT ABOUT BRACKET AXIS, VERTICAL AND ROTATIONAL ADJUSTMENT ABOUT MAST ARM. 2. INTERNALLY ILLUMINATED STREET NAME SIGNS SHALL MEET SECTION 699 OF THE FLORIDA AP-5101 DEPARTMENT OF TRANSPORTATION, STANDARD HARDWARE KlT SPECIFICATIONS FOR ROAD AND BRIDGE 3REQ'O) CONSTRUCTION, DATED 2010. 5. ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL. C 4. INTERNALLY ILLUMINATED SIGNS SHALL INCLUDE TERMINAL COMPARTMENT FOR TERMINATION OF SIGNAL CABLE IN THE SIGN ASSEMBLY. 5. TWO BRACKETS SHALL BE FURNISHED FOR EACH STREET NAME SIGN WITH A WIDTH EQUAL TO OR GREATER THAN 48 INCHES. 6. SIGN BRACKET SHALL BE MANUFACTURED BY ENGINEERED CASTINGS INC., PELCO PRODUCTS INC., OR APPROVED EQUIVALENT. 7. INTERNALLY ILLUMINATED STREET NAME S /GNAGE SHALL BE DESIGNED USING A WHITE MESSAGE ON A GREEN BACKGROUND WITH A / INCH WHITE BORDER. 8. THE PREFERED LETTERING SIZE SHALL BE 12 INCH UPPER CASE WITH 9 INCH LOWER CASE. SIGN SIZE SQUARE FT. DIM. "A" 18" X 48" 6.0 12" 18" X 60" 7.5 15" 18" X 72" 9.0 18" 18" X 84" 10.5 21" 18" X 96" 12.0 24" 18" X 108" 13.5 27" 18" X 120" 15.0 30" 36" X 48" 12.0 12" 36" X 60" 15.0 15" 36" X 72" 18.0 18" 36" X 84" 21.0 21 " 36" X 96" 24.0 24" 36" X 108" 27.0 27" 36" X 120" 30.0 30" XX POLE SIZE !STAMPED) SINGLE ADJUSTIBLE CLAMP FOR SQUARE POLE AND SINGLE CANTILEVER ARM PELCO PRODUCTS, INC. PART NUMBER SP -5222 OR APPROVED EQUIVALENT 1601 ° "A.. CIL \ AP -5102 HARDWARE KIT / (I REQ'O) 7�\ A� AP -5101 HARDWARE KIT (3 REQ', XX SINGLE ADJUSTIBLE CLAMP FOR SQUARE POLE AND DOUBLE CANTILEVER ARM PELCO PRODUCTS, INC. PART NUMBER SP -5277 OR APPROVED EQUIVALENT POLE SIZE !STAMPED) AP -5/02 HARDWARE KIT !2 REQ'D) TYPICAL CANTILEVER CONCRETE POLE MOUNT STREET NAME SIGN DETAIL NOT TO SCALE STAINLESS STEEL CABLES PELCO PRODUCTS INC. OR EQUIVALENT. STAINLESS STEEL BOLTS, NUTS,& LOCK WASHERS. CANTILEVER ARM STREET NAME SIGN. Da V DESCRPr IGN I DATE BY D SCRIPTIOx CoBu:r County Traffic OperaBons SHEET 2B8Nap eshFodda 341D4 rNe COLLIER COUNTS AERIAL STREET NAME NO. Ph— (239)na -8192 GROW'T'H MANAGEMENT DIVISION SIGN DETAILS F *A ax: (239) 213-5888 TSP -51 i L 150 Conduit Outlet Body Crouse—Hinds Form 5 Frame 5 with 12' Steel Nipple. 1 112' x Close Steel i Nipple Supplied by CDHU COHU 3920 Series High Performance Day /Night DSP Color Camera 3924 -5100 Wall Mount 3 a ic U N d Pelco Astro Bracket b X P /N: SP- 1010 -FL N 0 Pelco Astro Bracket d1 P /N: SP- 1010 -FL Mast Arm Pole 1 TRAFFIC MANAGEMENT CAMERA TRAFFIC MANAGEMENT CAMERA DATE R E V I SCRIP ION S I O N S BY DESCRIPTION - Collier County Traffic operations 2995 South Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY TRAFFIC MANAGEMENT SHEET no. Phone: (09)774 -9192 GROWTH MANAGEMENT DIVISION CAMERA DETAILS (239) 213-5868 I rSP —,3'2 Collier County Fiber Optic Technical Special Provisions Collier County Fiber Optic Technical Special Provisions Fiber Optic Cable System 2012 Description This document is in reference to the Florida Department of Transportation Standard Specifications Section 783 the Fiber Optic Cable System. The following standards are applicable to this bid Item and are hereby incorporated by reference: The Contractor shall furnish and Install fiber optic cable as described in the work request and in accordance with the requirements specified herein. The governing Agency for this document is Collier County Traffic Operations (CCTO) department In cooperation with Collier County information Technology (CCIT) Department. In accordance with interagency agreement the CCTO and CCIT maintain separate networks, but communally share responsibility for the fiber optic system. The contractor working an the fiber optic system shall notify the responsible department CCTO or CCIT for agency related communications. In the case that both departments are on the same fiber pathway both departments must be notified. All fiber shall be shipped on reels of marked continuous length and shall be provided from the some manufacturer. All fiber shall be tested on its reel prior to installation. Testing may be omitted only if the manufacturer has tested the cable prior to shipment, and has provided Optical Time Domain Reflectometer (OTDR) traces and a table of attenuations for each strand in the fiber optic cable. All fiber used for Collier County fiber projects must meet the minimum standards set by Collier County Traffic Operations in accordance with Florida Department of Transportation standards. No splices shall be permitted within the fiiberjacket. No point discontinuities of greater than 0.08 dB per mile shall be permitted, and if using metric standard no point discontinuities greaterthan .05 dB per kilometer. Collier County Fiber Optic Technical Special Provisions 2012 After installation, each run of fiber optic cable shall be marked within one foot of each splice and /or termination with the location that the cable goes to. This nomenclature shall be submitted to the agency for approval prior to Its use. The same nomenclature shall be used on the Optical Time Domain Reflectometer (OTDR) sweep test results specified separately. The fiber cable shall meet or exceed the Florida Department of Transportation Standard Specifications Section 783. All fiber optic glass shall meet or exceed TIA/EIA- 492CAAA, International Electrotechnlcal Commission (IEC) Publication 60793 -2, and Telcordia GR -20 -CORE. The operating, shipping and storage range of the cable shall be -402 F to +1582 F The installation temperature range of the cable shall be -222 F to +1589 F. Installation All fiber shall be installed in underground conduit. The contractor will use 2 inch diameter Orange HOPE conduit. All fiber conduits must be installed with sweeps equal to less than 45 degrees. Pulling in place shall be by hand or by an approved mechanical pulling machine. If a mechanical pulling machine is used, it must be equipped with a monitored or recording tension- meter. At no time shall the manufacturer's recommended maximum pulling tension be exceeded Where pulling through pull boxes, approved pulleys and sheaves shall be used or the excess cable must be tolled In a figure eight and fed by hand. If sheaves are to be used, the cable should never be pulled through a radius less than the manufacturers minimum bending radius. One hundred feet (100') of fiber slack shall be looped neatly in all pull boxes. Two hundred feet (200') of fiber slack shall be looped at all splice locations, one hundred feet (100') of length on either side of the splice enclosure. At each termination point, one hundred feet (100') of fiber slack shall be looped neatly within the cabinet or in an adjacent pull box. This fiber is for future additions or repairs to the fiber network. Building Entrance Point and Inside Fiber Pathways A service loop of 100' will be left at every building entrance. At no time shall an Outside Plant rated cable be ran inside a building unless it is encased in rigid metal conduit (2" Electrical metallic tubing (EMT) unless otherwise specified). Fire - Stopping All penetrations into fire -walls or core holes between floors must be properly fire - stopped in accordance with the guidelines In BICSI TDM 95 Chapter 20. Fig. 11 and must also conform to any related NEC, Federal, State and local requirements for Fire - stopping. ATE R E V 15 DESCRIPTION RUS PE -90 Cable Construction TIA /ElA 59BB -01 Color Coding TIE /ElA 472DODOO Fiber Optic C ble Telcordla GR -20 Optical Characteristics The Contractor shall furnish and Install fiber optic cable as described in the work request and in accordance with the requirements specified herein. The governing Agency for this document is Collier County Traffic Operations (CCTO) department In cooperation with Collier County information Technology (CCIT) Department. In accordance with interagency agreement the CCTO and CCIT maintain separate networks, but communally share responsibility for the fiber optic system. The contractor working an the fiber optic system shall notify the responsible department CCTO or CCIT for agency related communications. In the case that both departments are on the same fiber pathway both departments must be notified. All fiber shall be shipped on reels of marked continuous length and shall be provided from the some manufacturer. All fiber shall be tested on its reel prior to installation. Testing may be omitted only if the manufacturer has tested the cable prior to shipment, and has provided Optical Time Domain Reflectometer (OTDR) traces and a table of attenuations for each strand in the fiber optic cable. All fiber used for Collier County fiber projects must meet the minimum standards set by Collier County Traffic Operations in accordance with Florida Department of Transportation standards. No splices shall be permitted within the fiiberjacket. No point discontinuities of greater than 0.08 dB per mile shall be permitted, and if using metric standard no point discontinuities greaterthan .05 dB per kilometer. Collier County Fiber Optic Technical Special Provisions 2012 After installation, each run of fiber optic cable shall be marked within one foot of each splice and /or termination with the location that the cable goes to. This nomenclature shall be submitted to the agency for approval prior to Its use. The same nomenclature shall be used on the Optical Time Domain Reflectometer (OTDR) sweep test results specified separately. The fiber cable shall meet or exceed the Florida Department of Transportation Standard Specifications Section 783. All fiber optic glass shall meet or exceed TIA/EIA- 492CAAA, International Electrotechnlcal Commission (IEC) Publication 60793 -2, and Telcordia GR -20 -CORE. The operating, shipping and storage range of the cable shall be -402 F to +1582 F The installation temperature range of the cable shall be -222 F to +1589 F. Installation All fiber shall be installed in underground conduit. The contractor will use 2 inch diameter Orange HOPE conduit. All fiber conduits must be installed with sweeps equal to less than 45 degrees. Pulling in place shall be by hand or by an approved mechanical pulling machine. If a mechanical pulling machine is used, it must be equipped with a monitored or recording tension- meter. At no time shall the manufacturer's recommended maximum pulling tension be exceeded Where pulling through pull boxes, approved pulleys and sheaves shall be used or the excess cable must be tolled In a figure eight and fed by hand. If sheaves are to be used, the cable should never be pulled through a radius less than the manufacturers minimum bending radius. One hundred feet (100') of fiber slack shall be looped neatly in all pull boxes. Two hundred feet (200') of fiber slack shall be looped at all splice locations, one hundred feet (100') of length on either side of the splice enclosure. At each termination point, one hundred feet (100') of fiber slack shall be looped neatly within the cabinet or in an adjacent pull box. This fiber is for future additions or repairs to the fiber network. Building Entrance Point and Inside Fiber Pathways A service loop of 100' will be left at every building entrance. At no time shall an Outside Plant rated cable be ran inside a building unless it is encased in rigid metal conduit (2" Electrical metallic tubing (EMT) unless otherwise specified). Fire - Stopping All penetrations into fire -walls or core holes between floors must be properly fire - stopped in accordance with the guidelines In BICSI TDM 95 Chapter 20. Fig. 11 and must also conform to any related NEC, Federal, State and local requirements for Fire - stopping. ATE R E V 15 DESCRIPTION 10 N S DA E Hr DESCRIPTION CoNier Counly Traffic OpereBons 2885 South Horseshoe Drive Naples, Florida 34104 COLLIER COUNTY FIBER OPTIC TECHNICAL SHEET ,v0. Phone: 39)213 -581az Fax: (239) 213 -5888 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS iSP -33 R__ Collier County Fiber Optic Technical Special Provisions 2012 I Collier County Fiber Optic Technical Special Provisions 2012 Penetrations into the surface of any Firewall or presumed Firewall should be only slightly larger than the cable or cables that will need to pass through it. This will make Fire- stopping easier and allow the wall to maintain a better overall structural integrity. Proper Fire - stopping should be performed on any hole and /or penetration of a firewall or solid wall. This may include the Contractor installing Mineral Wool in the space between the sheet rock walls and then installing a sheet rock patch on both sides before installing the Fire - Stopping Material. The contractors will Fire-stop any transitions between floors using or not using conduit or sleeve. When using Fire - stopping Putty in a conduit or sleeves between floors a section of Fire - resistant Mineral Wool must be inserted to create the proper base for the putty. Making a form out of cardboard is not acceptable. Fire - stopping pillows are also acceptable to seal an opening that may need to be reentered at a later time. Single -Mode Cable All fiber optic cable shall be single mode(SM). This cable shall consist of 12, 24, 36, 48, 96 or 144 strands as described in the work request, arranged in color -ended buffer tubes of six Individually color coded fibers except for the 48, 96 and 144 fiber cables, which shall consist of 12 fibers per buffer. When less than six buffer tubes are required for the number of fibers, polyethylene filler rods shall be used to maintain cable integrity. Each buffer tube shall be filled with a non - hygroscopic gel for protection of the fibers from impact and moisture ingress. Aramid strength members shall be bundled with the buffer tubes and the filler rods and the jacket shall also contain non - hygroscopic gel. The entire cable shall conform to RUS Specification PE -90, unless the cable manufacturer's recommendation is more stringent. The exterior of the fiber optic cable jacket shall be manufactured with a color -coded stripe. The purpose of the color coding is for internal control as well as ease of identification after installation. No fiber optic cable shall be accepted that does not conform to the color coding below: W,11N 3 Will Collier County Traffic Operations 2885 South Horseshoe Drive Naples, Florida 34104 In — (239) 774 -8192 Fox,. (239) 213-5868 The minimum bend radius of the cable shall be 14 times the cable diameter. The maximum tensile strength shall be at least 2700 Newtons (600 pound force) short-term and 601 Newtons (135 pound force) long -term. Inside Fiber Pathways All pathways will consist of inner -duct, conduit or a combination of both. If broken or split, this inner -duct shall be spliced with the proper fittings. Inner -duct and fiber cable ran through Plenum airways will be Plenum rated. Where it enters a junction box or slack box the inner -duct will be connected to the wall mount box with the proper fitting to securely fasten the inner -duct to the enclosure. Cables and inner -duct shall be rated according to TIA /EIA and NEC codes for the environment in which they are installed. Support for inner -duct or conduit shall be no greater than 4' intervals. All inner -duct or conduit will have a pull string provided for future use. Indoor Pull - points Pull points shall be installed or used at intervals not to exceed the manufacturer's specifications for the cable being placed. No service loops shall be left at Indoor pull points. Service loops shall be installed only where a cable leaves a building or is terminated. Removal of Fiber Optic Cable Cable removal may be performed by hand or by machine. If the cable is to be relocated or reused the cable must meet all Florida Department of Transportation requirements set forth in Standard Specifications Section 783. Fiber Optic Cable Splicing General Requirements All fibers shall be spliced by the fusion method. The Contractor shall use a fusion splice machine for this purpose. The splice machine shall be equipped with a method for estimating the achieved splice loss. Either the "Local Injection Detection" or "Core Alignment Loss Estimation" system is acceptable. The machine used shall be new from the factory or serviced and certified by the factory or its authorized representative within the previous six months from the commencement of its use on the 4 COLLIER COUNTY FIBER OPTIC TECHNICAL GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS SHEET • N0. TS)'-34 Information Technology YELLOW "Collier County BCC IT' every 3 feet Traffic Operations GREEN "Collier County BCC Traffic "every3 feet W,11N 3 Will Collier County Traffic Operations 2885 South Horseshoe Drive Naples, Florida 34104 In — (239) 774 -8192 Fox,. (239) 213-5868 The minimum bend radius of the cable shall be 14 times the cable diameter. The maximum tensile strength shall be at least 2700 Newtons (600 pound force) short-term and 601 Newtons (135 pound force) long -term. Inside Fiber Pathways All pathways will consist of inner -duct, conduit or a combination of both. If broken or split, this inner -duct shall be spliced with the proper fittings. Inner -duct and fiber cable ran through Plenum airways will be Plenum rated. Where it enters a junction box or slack box the inner -duct will be connected to the wall mount box with the proper fitting to securely fasten the inner -duct to the enclosure. Cables and inner -duct shall be rated according to TIA /EIA and NEC codes for the environment in which they are installed. Support for inner -duct or conduit shall be no greater than 4' intervals. All inner -duct or conduit will have a pull string provided for future use. Indoor Pull - points Pull points shall be installed or used at intervals not to exceed the manufacturer's specifications for the cable being placed. No service loops shall be left at Indoor pull points. Service loops shall be installed only where a cable leaves a building or is terminated. Removal of Fiber Optic Cable Cable removal may be performed by hand or by machine. If the cable is to be relocated or reused the cable must meet all Florida Department of Transportation requirements set forth in Standard Specifications Section 783. Fiber Optic Cable Splicing General Requirements All fibers shall be spliced by the fusion method. The Contractor shall use a fusion splice machine for this purpose. The splice machine shall be equipped with a method for estimating the achieved splice loss. Either the "Local Injection Detection" or "Core Alignment Loss Estimation" system is acceptable. The machine used shall be new from the factory or serviced and certified by the factory or its authorized representative within the previous six months from the commencement of its use on the 4 COLLIER COUNTY FIBER OPTIC TECHNICAL GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS SHEET • N0. TS)'-34 Collier County Fiber Optic Technical Special Provisions 2012 Collier County Fiber Optic Technical Special Provisions 2012 project. The Contractor shall provide to the agency a letter from the manufacturer or his authorized Buffer tubes only in the patch panel tray — tray must be able to slide out, without impacting fiber, agency certifying that this requirement is met. for patching. Splice loss shall not exceed a bi-directional average of 0.1 dB per splice for a complete fiber run or a A minimum of 200 feet of slack shall be supplied at all splice points (100 feet of slack from each side; maximum of 0.1 dB bi- directional averages for any single splice at 1310 and 1550 nanometers. in and out). Repair or replace splices that exceed allowable attenuation at no cost to the County. Splices must be labeled using non - destructive tags with permanent markings. At each splice location, one hundred feet of fiber shall be coiled (on each side of the splice — two hundred feet In total) to allow for future access to the cable at a distance from the splice point to Fiber Optic Terminations accommodate a van or tent for the purpose of keeping the splice machine and craft- person out of the weather. General Requirements All terminations to fiber optic cable shall be made with type SC connectors to single fiber break -out When a fiber cable is accessed, only the buffer tube containing the fiber(s) to be accessed shall be opened. Only the actual fiber to be accessed shall be cut. cable. Where access to a trunk fiber or local fiber cable is made, a length of single fiber break -out cable If a fiber end is not to be used at the time, it shall be cut to a length equal to that of the fiber to be shall be spliced onto the trunk fiber by the fusion splice method. used and the spare neatly laid into the splice tray. Nowhere shall a fiber be terminated directly. At least one and one -half revolutions of the splice tray of fiber shall be left on each end of fiber after splicing. Where single fiber break -out cable is used, it shall be marked within six inches of the connector with appropriate nomenclature to identify It. Splice Materials At each splice point, splice organizer trays shall be provided to contain and protect the bare fibers All single -mode break -out cable shall be yellow In color. and splices. The Contractor shall utilize the color codes and the splice diagrams as described in the work request Splice trays shall be easily attachable and accessible. Splice tray raceways shall include a raceway for for the termination of all cables. excess fiber storage that will accommodate the minimum bend radius of single -mode fiber without causing excessive signal losses due to bending or fiber damage. Termination enclosures should only contain buffer tubes; the tray must be able to slide out, without impacting fiber, for patching. The splice trays shall have a means to affix the buffer tube rigidly in place, and space & guides to allow "race tracking' of the fiber, and guides to locate the splice protectors. Termination enclosures should also be labeled with each fiber optic strand's buffer tube and strand colors. The splice trays shall be layered above the transition /storage compartment and shall be easily slipped into place on two studs and secured with a hold down strap. Splice trays shall have fixed Terminations and splices need to be completed using industry standard color coding scheme rigid slots for fiber placement. (TIA /EIA- 598 -A). Enclosures shall have provisions for storing fiber splices, non - spliced fiber and buffer tubes. Each A machine printed not a hand written layout card will be attached to each patch panel indicating the tray shall be made of injection - molded plastic and have a hinged clear plastic cover for maximum layout of the fiber strands within the panel, fiber protection that allows for visible inspection of the fibers. The covers shall have a lock mechanism to hold them in place. Fiber Optic Connectors All SC type connectors shall conform to the NTT -SC and Telcordia 326 Specifications for SC All splices shall be protected with a heat - shrink sleeve containing a stainless steel strength rod or connectors. protective sleeve and housing. Completed splice protectors shall be held in place with RTV silicone The connectors shall be applied by the adhesive and polish method. At least two grades of polish or adhesive tape. No more than 12 splices shall be placed In one tray. film shall be used and the fiber visually inspected after polishing. All splice trays to be installed in surface level pull boxes 5 6 REVISIONS Collier County Tratfic Operations 2885 South Horseshoe Drive Naples, Fionda 34104 COLLIER COUNTY FIBER OPTIC TECHNICAL, SHEET N0. GATE Bl DESCRIPTION DATE BY DESCRIPTION TSP -35 Phone (239) 774-6192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5868 0" AV Collier County Fiber Optic Technical Special Provisions 2012 Collier County Fiber Optic Technical Special Provisions 2012 Any marks on the fiber core or on the cladding within a core diameter from the core shall be cause Attenuation shall not exceed 0.56 dB per mile at 1330nm and 0.19 dB per mile at 1550nm. for rejection and re- termination of the fiber. No discontinuities greater than 0.1 dB over a distance of less than 300 feet shall be allowed inside a The fiber strength member shall be affixed to the connector by crimp ring or by epoxy. If a crimp building or structure. ring is used, it shall be crimped with a ratcheting tool that ensures correct crimp pressure. If the cable falls to meet these requirements, the Contractor shall replace the entire reel at no The completed termination shall exhibit a loss of no more than 0.25 dB per mated pair when tested additional cost. with an OTDR and a standard test cable. This requirement applies equally to field terminations and factory terminated pigtails. Print -outs of the OTDR trace with the identification of the fiber and the attenuation and length noted on the print -out shall be provided. Fiber Optic Splicing & Termination Hardware This test may be eliminated at the Contractor's option if the manufacturer has done these tests at the factory and after the cable is placed on the reel and provides a typical OTDR trace together with General Requirements a table of all attenuations and lengths of each fiber on a reel. Provide a splice plan showing the location and configuration of splices in the system for approval by If the Contractor elects to forgo this test, It shall In no way relieve him of the obligation to replace Collier County Traffic Operations. Perform all splicing according to the plan. Document each splice any cable that, after installation and testing, proves not to meet the specifications. location and identify the source and destination of each fitter in each splice tray. Document all fiber colors and buffer jacket colors used during Installation, and develop a sequential fiber numbering Cable replacement shall be done at no additional cost to the Collier County. plan as required in the TIA /EIA -598 -A standard for color -coding in the documentation. Post - installation Test After installation, the Contractor shall test all fibers from both end points with an Optical Time Ensure that cables, buffer tubes, or strands are neatly routed, secured and terminated in a patch Domain Reflectometer (OTDR) at wavelengths of 1310 and 1550 rim. Test optical fibers that are not panel. Ensure all cable termination points include documentation regarding the identification, route, terminated at the time of installation using a bare fiber adapter. Present the results of the OTDR and function of each fiber installed at that location. Ensure that at least one copy of this information testing (i.e., traces for each fiber) and a loss table showing details for each splice or termination is placed alongside the installed equipment (for instance, in a document pouch or drawer within a tested to Collier County Traffic Operations in an approved electronic format. Ensure all OTDR testing field cabinet). complies with the EIA/TIA -55 -61 standard. A pair of traces for each fiber shall be placed in a physical note book and electronic format. These Fiber Optic Cable Tests traces will be presented to Collier County Traffic operations and the Collier County Information Technology departments. General Requirements The OTDR used in testing shall be checked to ensure that It has the capability to measure fiber A loss table shall be included with each trace showing each splice ortermination. attenuation and transmission loss between any two points along the fiber optic cable plant. The No active devices shall be connected for this test and all SC connectors shall be capped. OTDR shall also be able to measure insertion loss and reflectance of any optical connection. The Contractor shall investigate any discontinuities greater than 0.20 dB /300 feet inside a building The Contractor shall test all fiber optic cable prior to installation. or structure, and repair them or replace the cable section at no additional cost to the agency. Cable delivered to the job site shall be tested on the reels prior to installation. The required traces shall also be delivered on CD or DVD. All traces must be arranged in logical This test shall consist of a single direction sweep of each individual fiber with an Optical Time directories with a printed list of directories and filenames referenced to the fiber location provided. Domain Reflectometer (OTDR) that has been calibrated for the index of refraction of the fiber to be The Contractor shall provide (at no additional compensation) licensed software compatible with tested. Microsoft Windows Operating Systems (latest versions) to allow viewing and printing of the traces. Verification of the fiber length and attenuation shall be made. 7 $ REVISIONS Collier County Traffic Operations 2885 Sou h Horseshoe Drive COLLIER COUNTY FIBER OPTIC TECHNICAL SNEf i NO. DATE a DESCR/Pr ON DATE B O SCRIPTION Naples, Florid, 34104 F_ Phone:(239) 774-8792 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS a, Fax: (239) 213 -5868 TSP -36 a. Collier County Fiber Optic Technical Special Provisions 2012 Collier County Fiber Optic Technical Special Provisions 2012 Communications Conduit At least five feet of locate /pull wire shall be accessible at each conduit termination and secured within the pull box or place of termination. General Requirements Exterior conduit applications will use 2 inch diameter HOPE The tracer wire shall be installed for the entire length of conduit(s). Interior conduit applications will use 2 inch EMT. All joints are to use industry standard connectors. The tracer wire shall contain a means of being located by a metallic cable detector. All unused conduits in outdoor pull boxes will be properly plugged with removable watertight plugs. Identification tape shall also be Installed above conduit Installed by open trenching. Mule tape and or Tracer wire will be installed in all conduits for future use as pull strings. Identification tape shall be colored in accordance with American Public Works Association orange for communications and shall be continuously emblazoned with black non - fading ink with the Conduit Installation by Trench or Directional Bore message "CAUTION FIBER OPTIC" in minimum one -inch high block letters. All new conduits connecting to existing conduit shall be of the identical size as the existing conduit. One length of identification tape shall be installed for all parallel conduits within one foot of each No reducing couplings or reduction In the inside diameter of conduit shall be permitted. other; parallel conduits more than one foot apart shall have two or more identification tapes as Any conduit installed which Is new from end to end (i.e. not coupled to an existing conduit), shall be - needed, a two -inch conduit. The identification tape shall be continuous from conduit termination point to termination point and Rigid couplings shall be used to join two or more conduits. Adhesive appropriate for and shall enter pull boxes with the conduit. For new conduit, the identification tape shall be at a depth recommended by the manufacturer of the conduit may be used to assure a complete and durable of one foot above the Installed conduit. seal at the coupling points. Sidewalk restoration shall be full width by section for all sidewalks Five feet wide or narrower. For At no time shall cape or any other adhesive be used in place of rigid couplings when two or more sidewalks eight feet or wider, the restoration may be in half -width sections or to the nearest existing conduits are joined together. seam orjolnt as approved by the agency's Engineer. Sidewalks between five and eight feet wide may be replaced to the nearest seam or joint only if existing and approved by the agency's Engineer. At the agency's request, the contractor shall excavate a window at any point along a conduit trench so that couplings may be inspected. Aesthetic sidewalk and /or pavement (brick, brick paver, paver block, colored concrete, granite, slate, etc.) shall be replaced entirely and the Contractor shall match color and texture in accordance Directional bore logs will be provided by the contractor to Collier County Traffic Operations prior to with the local municipality's or owners requirements. inspection for verification of communication conduit depth. Any communication conduit not meeting the required minimum depth will be replaced or repaired at no additional cost to the Underground conduit shall generally be installed in non - pavement areas If possible. The Contractor shall install underground conduit in the grass utility strip if such a strip is available. agency. All new conduit installed and all existing conduit used under this Contract shall be blown and /or Conduit installation across driveways shall be accomplished by directional bore. rodded clean to the satisfaction of the contracting agency prior to the installation of any cable or Under no circumstances shall the open trench exceed three feet in width. wire in that conduit. - All underground conduits must be installed no less than 30 inches below the surface. The optimum All underground conduit installed by open trenching and directional bore methods shall be depth range is 30 to 60 inches below the surface. identified by a 12 -gauge copper wire (tracer wire) installed in the conduit. Wire is preferred. All tracer wire is to be Blue in color to readily distinguish it from ground wire. All conduit(s) that are placed deeper than fifteen feet or 180 inches must have prior approval by the county. Deep conduit must then be marked in a manner consistent with Collier County standards so Conduit and Locate Systems must comply with Florida Department of Transportation Standard that it can be easily located in the future. Specifications Section 783 -2. Must meet PUD construction standards and inspections - see Collier County Public Utilities A N12 AWG blue insulated stranded or approved equivalent, locate /pull wire shall be installed In all Engineering Standards- Section 1.1.2.3 conduits, spare conduits, or conduits shown on the plans that are to receive cable at a future date. 9 10 R E V I S 10 N S Collier County Traffic Operations 2895 South Horseshoe Drive COLLIER COUNTY FIBER OPTIC TECHNICAL SHEET NO. DATE BY DESCRIPTION DATE BY DESCRIPTION e Napl s, Florida 34104 Phona:(239)774 -8182 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5868 TSP -37 9_7�_ Collier County Fiber Optic Technical Special Provisions 2012 Collier County Fiber Optic Technical Special Provisions 2012 Road crossings should be done no closer than 100 feet from an intersection. Do not place the pull boxes in roadways, driveways, parking areas, swales, or public sidewalk curb ramps. Avoid placing pull boxes and splice boxes on steep slopes where the cover cannot be leveled Conduit Installation into Existing Pull Boxes within a tolerance of 1 inch of drop to 1 foot of grade or in low -lying locations with poor drainage. All conduit, required as described in the work request, installed into existing pull boxes shall be installed in accordance with the requirements for conduit installation into new pull boxes. All pull boxes and splice boxes supplied shall have the word "COMMUNICATIONS" Integrally cast into the covers. The Contractor shall maintain the existing pull box and shall restore the surrounding area to a condition equivalent to that prior to when work began. All pull boxes in the public right -of -way must be registered on the Florida Department of Transportation's Qualified Products List (QPL). The Contractor shall Immediately notify the agency if the Contractor determines that the existing i pull box Is unacceptable for reuse. The maximum distance between pull boxes is 1000 feet, or less, if specified by the contracting If the existing pull box needs to be temporarily removed or otherwise disturbed for the new conduit agency. installation, new gravel shall be installed in the base of the reinstalled existing pull box as required Where underground conduit crosses a paved roadway or a major driveway, a pull box is required for new pull boxes. within 20 feet of each side of the paved area. A pull box is required at the apex of any point where underground conduit turns in a 90 degree Communications Pull Boxes and Splice Boxes radius, or where two or more conduits meet at a 'T' junction. General Requirements The Contractor shall be responsible for properly sizing each pull box to ensure that all Pull boxes used for communications cable shall be, at minimum, sufficient to house the - communications cable, including spare cable, is safely stored without violating the recommended communication cable(s) without bending the cable(s) to less than 14 times the outside diameter(s) bending radius of the communications cable. or as shown on the Plans (or as described In the work request). Provide and store fiber optic cable at each pull box and splice box to allow for future splices, The minimum allowable inside dimensions for the communications pull box are 24 inches wide by additions, or repairs to the fiber network. Store the fiber optic cable without twisting or bending the 36 Inches long. The Collier County standard depth of fiber optic pull boxes shall be 36 Inches. cable below the minimum bend radius. Store 300 feet of spare fiber optic cable in all pull boxes and store a total of 200 feet of fiber optic cable in splice boxes, with 100 feet of cable on each side of the Use splice boxes at all fiber optic splice locations, as shown in the plans, and at other locations as cable splice point or as shown In the plans. approved by the Engineer. Ensure that all splice boxes have an open bottom. Ensure that the splice Removal of existing pull box and furnishing and installing of new pull box box Is equipped with a nonskid cover secured by hex head bolts; cable racks and hooks; pulling eyes; and any other miscellaneous hardware required for installation or as shown in the in the plans. Where described in the work request or directed by the agency, the Contractor shall remove existing pull boxes and furnish and install new pull boxes such that the completed installation is in Ensure that the splice box size is approximately 2.S feet wide by 5 feet long by .4 feet deep or as accordance with details specified herein. shown in the plans. Ensure that the splice box is large enough to house fiber optic cable without The Contractor is responsible for ensuring that the pull box cover is flush with the finished grade or subjecting the cable to a bend radius less than 14 times the diameter of the cable. sidewalk. An even layer of gravel must be installed In the bottom of all outdoor pull boxes. Install all pull boxes and splice boxes according to the manufacturer's recommendations; as shown At no time should the Contractor install pull boxes in roadways, driveways, parking areas, ditches or in the plans; and in compliance with FOOT Standard Specifications Section 635 and Design Standards public sidewalk curb ramps. Index No. 17700. Complete the installation of pull boxes, splice boxes, and conduit prior to cable installation. Provide all pull boxes and splice boxes a final finish grade elevation as shown in the For all types of existing pull boxes, the Contractor shall excavate and remove the existing pull box plans. Excavate pull box and splice box installation sites to a depth of 1 foot below the bottom of the and lid, adjust the pull box footing, adjust conduit terminations, add gravel, furnish and install a new box, and replace with a 1 foot bed of pearock or crushed stone at the excavation base priorto pull box and lid and restore the surrounding grade surface. installing the box. Ensure that the box cover is flush with the existing finish grade after installation, Taper the finish grade contour to provide drainage from the splice box. The Contractor shall furnish and install all materials necessary to complete this work. 11 12 OarE B/ REVISIONS !)ESCR/PTION aarE B/ DESCRIPTION Collier Count Traffic County Operations 2885 south Horseshoe Drive COLLIER COUNTY FIBER OPTIC TECHNICAL SHEET NO. Naples, Florida 34104 \ Phone:(239)774 -8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fez: (239) 213-6868 rsP -3a -� Collier County Fiber Optic Technical Special Provisions 2012 Collier County Fiber Optic Technical Special Provisions 2012 Splice Enclosures Tray raceways shall include a raceway for excess fiber storage that accommodates the minimum The fiber optic splice enclosures shall be capable of accommodating splice organizers to facilitate bend radius of single -mode fiber without causing excessive signal losses due to bending or fiber fiber management and shall accept mechanical, single fiber fusion splices. damage. The splice enclosure shall provide fiber optic cable penetration end caps on one end, to Splice enclosures shall have provisions for storing fiber splices and non - spliced fiber / buffer tubes, accommodate at least two trunk fiber optic cables and two branch fiber optic cables. Water blocking techniques shall be used to ensure that the enclosure and cable entry locations do Fiber optic cable marker not leak when immersed In 19 feet of water for 30 days. Fiber optic cable markers must be supplied by the Contractor. The enclosure end raps should be factory drilled to the proper diameter to accept and seal the fiber Markers are to be placed at all pull boxes. optic cable entry(ies). Markers are to be made of composite reinforced thermoplastic, and be white and orange in color. Cable entry locations shall accommodate an assortment offiber optic cable outer diameters ranging from 0.45 inches to 0.55 inches ( +10 percent) without jeopardizing its waterproof characteristics. Fiber optic cable markers will be Tri -View with the message 'WARNING FIBER OPTIC CABLE' clearly viewable In all direction. Fiber optic cable markers will be a minimum of 72 inches long by 2 -7/8 Hinged splice enclosures with stainless steel latching devices shall be utilized. inches wide. Only markers that meet Collier County Traffic Operations approval should be placed in - conjunction with the Collier County's fiber network. Any markers that do not meet Collier County All fiber optic splice enclosures shall meet the requirements of Telcordla Technologies GR- 711 -CORE Traffic Operation requirements will be replaced prior to final Inspection at no cast to the agency. and shall comply with all applicable NEC requirements. Installation should be adequate so that marker cannot be pulled out or removed manually. Splice enclosures may encounter high water table conditions. Splice enclosures shall be non - filled (no encapsulatel, airtight and prevent water intrusion, able to accommodate pressurization, and Install a marker at each point along the fiber optic cable path where a 45- degree or greater change have the capability to be reentered without requiring specialized tools or equipment. in direction occurs. Splice enclosures shall also be supplied with all hardware necessary to provide solid mounting to the Install all markers within 24 inches of the actual placement of the conduit or fiber optic cabling. wall of the pull box in which it is to be housed. When placed next to a pull box or splice box the marker must be mid -way along the lengthwise side, so It will not interfere with the opening or closing of the box's lid. All enclosures (bath underground and aboveground) and associated fatalities provided under this Contract shall include a quality assurance / quality control inspection for materials, workmanship Install markers no later than 3 days following the Installation of conduit to contain fiber optic cables, and compliance of the product to meet these . specifications. or of direct buried fiber optic cables. The Contractor shall provide to the agency an executed Certificate of Compliance from the Safeguard the conduit and cables during the installation of the markers. manufacturer indicating that the splice enclosures meet the requirements included herein. Remove and replace any conduit or cables that are damaged during marker installation at no All splice enclosures must employ a complete fiber management system consisting of splice trays additional cost to contract. and a stress relief system. Each enclosure shall be designed to accommodate future expansion and contain modular splice EQUIPMENT WARRANTY organizers / trays capable of handling splices in a neat and distinguishable fashion. Until final acceptance, the Contractor shall be responsible for the function and operation of each Splicing capacity for 100 percent expansion shall be provided. component proposed. Trays shall be easily attachable and accessible. The Contractor's responsibility includes, but is not limited to, all pickup and delivery of defective, repaired or replacement components. Each component that is a vendor - supplied component and is covered wholly or partially by a manufacturers warranty shall include the provision that the warranty is subject to transfer to the 13 14 ATE Bl R£ v l DESCRIPTION S l O N S ATE By DESCRIPTION CoAier Gounly Traffic Operations 2885 Soul, Horseshoe Drive COLLIER COUNTY FIBER OPTIC TECHNICAL SHEET No. Naples, Florida 34104 \ Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fez: (239) 221 &5888 TSP -39 duo Collier County Fiber Optic Technical Special Provisions 2012 maintaining agency as named by Collier County Traffic Operations prior to final acceptance of the Contract. The Contractor is responsible for ensuring that the vendor or manufacturer supplying the component and providing the equipment warranty recognizes the agency's designee as the original purchaser and owner of the component. Service maintenance contract The Contractor shall provide a service maintenance contract that completely covers each component installed as shown on the plans (or as part of the work request). The Contractor is responsible for ensuring that the supplier of the service maintenance contract recognizes the Department's designee as the original purchaser and owner of the component as new. The Contractor shall submit to the agency for approval copies of the proposed service maintenance contract prior to the commencement of testing. The service maintenance contract shall be provided by the Contractor for a period of one calendar year to begin not more than 15 days prior to final acceptance of the project by the Department. The service maintenance contract shall cover all parts, labor and other costs associated with the diagnosis, adjustment, removal, transportation, repair and reinstallation of any component. The service maintenance contract shall provide for complete on -site service with a maximum on -site response time of one working day after request for service. Payment to the Contractor for the service maintenance contract shall be Included in the unit bid price for the units covered by the service maintenance contract and no additional compensation will be provided by the Department. 15 I R E V 15 I S Collier County Traffic Operallons 288N pies, Florida 34104n� COL COUNTY FIBER OPTIC TECHNICAL SHEET NO. DATE a, I DESCRIPTION DOA DESCRIPTION Phone: (239) 774-8192 GROWTH MANAGEMENT DIVISION SPECIAL PROVISIONS Fax: (239) 213 -5868 TSP -40 T TO ROADWAY GRADE J16 CROWN OF —Ill 111= 111 =111_ ROADWAY ,p -PLAN NOT TO SCALE CONDUIT STUB OUTS A - 314" GROUND WIRE CONDUIT. D - 3" COMMUNICATIONS CONDUIT. 8 - 1114" POWER SERVICE. E - 3" COMMUNICATIONS CONDUIT. C - 3 " COMMUNICATIONS CONDUIT. F - 3" COMMUNICATIONS CONDUIT. ALL CONDUITS SHALL BE SCHEDULE 40 P.V.C. TO INSTALL P.V.C. BELL ENDS TO ROADWAY 2-1 EACH CONDUIT END GRADE CABINET 1 FT— E:l PADOELEY!�T ON .ABOVE CROWN WN OF S ll� TT ROAD . . . . ;K + SLOAP 1/4' PER FT. -fl -T I _r_l - — --- - — - — - — 5- %'REBARS AT B' 0/C 2. SECTION 3. NOT TO SCALE 4. 5. 6. �7 71 TT 7 . TYPICAL TRAFFIC COMMUNICATIONS 8. HUB CABINET ASSEMBLY PAD DETAIL 9. NOT TO SCALE 10. ATE B/ XSCRIPTM pgTE 5Y scglprm MjbNE& Collir County Traffic Operations 2885 South Horseshoe Drive Naples, Flodda 34104 Phone: (239) 774-8192 Fax; (239) 213-5868 91131131F 1911-11 W/S =111 III - 111- 11FIII- IILIIEIILIII- 11Llil- liFIII- 11L11 1= 11LIILIILIILIILllE111= 11L1IL TYPICAL TRAFFIC COMMUNICATIONS HUB CABINET ASSEMBLY INSTALLATION DETAIL NOT TO SCALE GENERAL NOTES: SURFACE OF CABINET PAD SHALL BE TROWEL FINISHED. SURFACE OF WORK PAD SHALL BE BROOM FINISHED. WORK PAD DIMENSIONS MAY CHANGE DUE TO FIELD CONDITIONS UPON AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. CONCRETE SHALL BE CLASS 1 (2,500 P.S.I.) CHAMFER CABINET PAD PROPOSED EDGES If". CABINET PAD SHALL BE PLUMB AND LEVEL. ELEVATIONS MAY BE CHANGED DUE TO FIELD CONDITIONS UPON AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. CONSULT TRAFFIC OPERATIONS PRIOR TO PLACEMENT OF PAD. THE TRAFFIC HUB CABINET ASSEMBLY SHALL BE INSTALLED ON TOP OF SILICANT RUBBER CAULKING COMPOUND FOR WEATHER PROOFING OF THE CABINET. NO. 6 AWG ELECTRICAL CONDUCTORS SHALL BE USED TO SUPPLY POWER FROM THE POWER SOURCE(S) TO THE TRAFFIC HUB CABINET ASSEMBLY CONTROLLER ASSEMBLY. CABINET\WORK PAD SHALL BE POORED ON SITE. NO PREFORMED INSTALLATIONS SHALL BE ACCEPTED. SHEET COLLIER COUNTY COMMUNICATIONS HUB No. GROWTH MANAGEMENT DIVISION CABINET ASSEMBLY DETAILS TSP-41 91-61 3.'6. ------------ — - =KA mop o 0 0 �5 iv 0 0 u WORK PAD 7-- GRADE J16 CROWN OF —Ill 111= 111 =111_ ROADWAY ,p -PLAN NOT TO SCALE CONDUIT STUB OUTS A - 314" GROUND WIRE CONDUIT. D - 3" COMMUNICATIONS CONDUIT. 8 - 1114" POWER SERVICE. E - 3" COMMUNICATIONS CONDUIT. C - 3 " COMMUNICATIONS CONDUIT. F - 3" COMMUNICATIONS CONDUIT. ALL CONDUITS SHALL BE SCHEDULE 40 P.V.C. TO INSTALL P.V.C. BELL ENDS TO ROADWAY 2-1 EACH CONDUIT END GRADE CABINET 1 FT— E:l PADOELEY!�T ON .ABOVE CROWN WN OF S ll� TT ROAD . . . . ;K + SLOAP 1/4' PER FT. -fl -T I _r_l - — --- - — - — - — 5- %'REBARS AT B' 0/C 2. SECTION 3. NOT TO SCALE 4. 5. 6. �7 71 TT 7 . TYPICAL TRAFFIC COMMUNICATIONS 8. HUB CABINET ASSEMBLY PAD DETAIL 9. NOT TO SCALE 10. ATE B/ XSCRIPTM pgTE 5Y scglprm MjbNE& Collir County Traffic Operations 2885 South Horseshoe Drive Naples, Flodda 34104 Phone: (239) 774-8192 Fax; (239) 213-5868 91131131F 1911-11 W/S =111 III - 111- 11FIII- IILIIEIILIII- 11Llil- liFIII- 11L11 1= 11LIILIILIILIILllE111= 11L1IL TYPICAL TRAFFIC COMMUNICATIONS HUB CABINET ASSEMBLY INSTALLATION DETAIL NOT TO SCALE GENERAL NOTES: SURFACE OF CABINET PAD SHALL BE TROWEL FINISHED. SURFACE OF WORK PAD SHALL BE BROOM FINISHED. WORK PAD DIMENSIONS MAY CHANGE DUE TO FIELD CONDITIONS UPON AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. CONCRETE SHALL BE CLASS 1 (2,500 P.S.I.) CHAMFER CABINET PAD PROPOSED EDGES If". CABINET PAD SHALL BE PLUMB AND LEVEL. ELEVATIONS MAY BE CHANGED DUE TO FIELD CONDITIONS UPON AUTHORIZATION OF COLLIER COUNTY TRAFFIC OPERATIONS. CONSULT TRAFFIC OPERATIONS PRIOR TO PLACEMENT OF PAD. THE TRAFFIC HUB CABINET ASSEMBLY SHALL BE INSTALLED ON TOP OF SILICANT RUBBER CAULKING COMPOUND FOR WEATHER PROOFING OF THE CABINET. NO. 6 AWG ELECTRICAL CONDUCTORS SHALL BE USED TO SUPPLY POWER FROM THE POWER SOURCE(S) TO THE TRAFFIC HUB CABINET ASSEMBLY CONTROLLER ASSEMBLY. CABINET\WORK PAD SHALL BE POORED ON SITE. NO PREFORMED INSTALLATIONS SHALL BE ACCEPTED. SHEET COLLIER COUNTY COMMUNICATIONS HUB No. GROWTH MANAGEMENT DIVISION CABINET ASSEMBLY DETAILS TSP-41 0 ri v M m a �IinIV*ICIV� Iinli* ICI' nIV* IU VI vl* IV-�I"nI/*IV*I+nI�*Iifl-Iv*I+f�Iv),I I+nl in. I+nI+j) I+nllnlv-�lv�IvnI )I `il ril ril rll ril i--I WI �I OI�INIMmN)I �I til "rINIIO�D '-I .-i .-il �o VIlw- IOD 0 NIM IwDIMI�INI d'I �I�I�I�I- IJI °I °I °I °I °IWI °IJI�IWIWIoIJInLn u �5ILILILILnI�I�I�I�IWIWIwIWI N e-1 O N O c-i a Z ca m a mw Z a zo � QL w N > m a z G K U U LL Q W C13 m w 1-i i-I p W O a a 2 7 z Y Z A � w O V V' W O M Ln lD H ai O C .--I Ln n > a y^ F` c G O O a V W J O Z .--1 Q N N N U') N 0 N d' LU v1 cr 1, O O O �w O O = _ n ~ c} 1, O L() lfl Lf) Lf) U O a O O O O cN-I l7 > 0 0 Ln z 0 0 v 0 0 0 1 1 N N LD 00 O N M M U O N N N N U ei H ra co Q ri 1-i = .-1 ri ri v H Z N sH H w ay Z Q= A ri O N N w M M M '7 w d' d' r w a w a LA U o O F- °- y ~ a l7 N N O U v y v- Q Q Z z 0 0 0 w 0 w _ Z O v 0 U W = 0 ( n F Imo- 1� Q v °- = e� QW?t�-5w Q LA w m ya>z w O Z aQ a Z Z G a ri. o Z 0 F- Z O Z�� O O O LL W N W W W a `"{ LL O Q LL O Z Z O O Z LL W W U m N Q !r l7 l7 = a LA I- W Z Ln a a v Z Z w � z ♦- Q > W J W 0 � K w Q N Q 0- N U N O a U N Q I- Ln > W m LL Z o X � W m N In ~^ Q _ a Z g m m m W W a Q U U l7 O m m w >> OU w D H Q > w z O Q Q U �' w N Q Q l7 Q Y lQ- L, U U w N Z tr w w ar m Z Z > N Ln v) l7 a d J W O LU > Z a' Q = CY' Z f Lu Y J Y >j Q m m m z W W = U F- F- z IrW' a 2 � m m Q = 2 U N N 0 J U a K W }m F O O N N Q O Z Z Z i-I � O V V' O M Ln lD O C .--I O .--1 N N N N N N N N d' et -ct cr 1, r, O O O O O ul Ul n V c} 1, O L() lfl Lf) Lf) U O O O O O O O O 0 0 0 0 0 0 0 0 0 0 1 1 N N LD 00 00 N M M M O N N N N U ei H e- rl Ii ri 1-i •-i .-1 ri ri r1 H ei ei sH H iA c-1 -i A ri e-i N N M M M M '7 d' d' d' r Oo o= o O: O 0= o 00 - ml lDl �I NI' -ilMl NI lDl cn �I �I �I NI m NI rl ml H MI NI pal NCI �I NI •--I W JIJI -J W w wl wlJ J V I V})I WI Ln (A Z -w1l J �IJI JI Wl wl Z JI WIX H w Z Lu w U O u 0 C) U U N 00 V Z Z Z w s oc O Z Z z Z Z O O O O d O d O d O O O Z Z Z Z 0 0 0 0 U U U U w w w w Ln Ul Ln U Z Z Z Z W W W W 0 0 0 0 w w w w Q U w w w N CL ' w Y U w U H z = O UD (7 U C, LL oil p N w m < U D d Ou i i_ w J 1 N w a O s V O w Y J � O ra (n Z p Z z Y J (7 Q a r Z 3 a O p O w O < Q (n w (n ww > cr 2 a p w K w H U S z LL Q w 0 Q occ O n. F- L7 a = 0 'I H (n m In (n O en O O O O N N ri N - N - N l0 ri ri e-i m N Ln N -4 m r-1 V' rl Ln O Co O 1, ri -i <f N 1-1 Ln Ql m 0 � w Vl o N V V M O O N .-i ci c-1 �-i ry c-I .-I ON N N N T OC Cl I� o ^ 00 00 00 00 O m LU N ri .-I i A Z w A .i r-1 ri 0'1 O ri e-I O F 2 Ql Ol C l N c-I I, O S '-i �--I r-1 c-i ri e-1 ri Ln c-I .-I r-1 ri 1-1 Ol Ln 0 0 0 0 0 0 0 Un O O m lD Q N ---` 0 0 0 0 0 0 0 0 0 _ u u N N m M O Z M M ri Ln N N F' O u ri ri r, ri ri ri N N 7 1-1 r--I U U V t U cF V m cY d' (n In tt1 Z w z Z z Z W �- I- n n J O Z Y Y S r n U V o O LA Z p o (n Z Z w 0 W W h F w (n U O w w w a n n p w i Z (n Q Q U U. CQ d n. N LL LL LL LL Z L 0 0 U a a 0 w = C O Z Z Q� a Z� Lu O w Y J � O ra (n Z p Z z Y J (7 Q a r Z 3 a O p O w O < Q (n w (n ww > cr 2 a p w K w H U S z LL Q w 0 Q occ O n. F- L7 a = 11A 0 N N a N ri O N O r-1 m 'A 'I H (n m In (n O O O O N N ri N - N - N l0 ri ri e-i m N Ln N -4 m r-1 V' rl Ln O Co O 1, ri -i <f N 1-1 Ln Ql m 0 � to Vl N N V V M O N .-i ci c-1 �-i ry c-I .-I ri N N N T OC Cl I� � ^ 00 00 00 00 O N N ri .-I i A r-1 A A .i r-1 ri 0'1 O ri e-I e-i e-I Q1 Ql Ol C l N c-I I, N a-1 '-i �--I r-1 c-i ri e-1 ri c-I c-I .-I r-1 ri 1-1 Ol Ln 0 0 0 0 0 0 0 Un O O N r 0 0 0 0 0 0 0 0 0 0 0 0 0 u u N N m M M M M M m Ln N N N N N ri ri r, ri ri ri ri r-1 r, 1-1 r--I U U V t V cF V <t cY d' (n In tt1 V1 Ln Ln m Ll1 I- n n n n n N n t\ r n U V 11A 0 N N a N ri O N O r-1 m I I 'J94 M■■.■■ WMEMEMEMEMMI V M N M M Ol N W w O '� w to p N N N V7 lD 1.4 1-1 W Ln O� O O1 m 00 N N Q Q lD ei O N F O d' ei N m V1 Z w ::D V:: z cNH O N lID 0 O = < Z O N LU � J W Z w O LU LLJ U W V Z w z O Z m z u O v Z U W W _ F z J (D Q Q Q W W W W in VI Vl 0 J 0 V) J Q W 'n J J Vf X� z O d o U U F J J V) J J sin J Z w w Q Z Z F z F O O O> Z N VI V) 11 V IW_- fw_- FW_- Fw_- I_w- J J O WWC dI U- W 0 O_ W d 2 S 2 S S 2= J V) O LL m M v} v* vw v} �Ln v} in v} v* VV in. v} ljl� v} v> vi i n v} � v> tir w -Ln in v). vil v} Q tz� cza z> 3 2 -- c� u u u u u u u CD , n ut a. Ln O w F- F- t- w a V) Y w J w > V) g V) g o' V) 5 V) g N N g VI V) g N g d Ln N Q o M o a z O O o w} Q - m m a a m n. m m a m m N Q D- a a Q m m p 0 0 0 0 0 0 0 N 0 0 y W W �i W O W W F- LL Z C7 iJ W Z OJ =_ Z d lzy w w w W z z z CD W W l7 71 z;i c� W Q 2 2 2 2 2 2 2 2 2 F- 2 o .-1 m sn . A .-t o o 1-1 v , i 2 N O H M■■.■■ WMEMEMEMEMMI V M N M M Ol N W w O '� w to p N N N V7 lD 1.4 1-1 W Ln O� O O1 m 00 N N Q Q lD ei O N F O d' ei N m V1 Z w ::D V:: z cNH O N lID 0 O = < Z O N LU � J W Z w O LU LLJ U W V Z w z O Z m z u O v Z U W W _ F z J (D Q Q Q W W W W in VI Vl 0 J 0 V) J Q W 'n J J Vf X� z O d o U U y Ln O m Q) w 1a CL N rl O N O w in p U z z �D J W V O� O O1 m 00 W J Q LLJ d LL W Y F -i "- N ct m V1 Z w ::D w z Z N N 0 O = < Z O N LU � w O LU U W V Z w z O Z m z u O v Z U U L _ F O NO W o a- 0 C W IL 0 in z Vl 0 0 0 V) J Q Q 'n m m z O d o U U F J J V) J J sin J Z w w Q Z Z F z F O O O> Z N VI V) 11 V IW_- fw_- FW_- Fw_- I_w- J J O WWC dI U- W 0 O_ W d 2 S 2 S S 2= J V) O LL m M V1 Z M W W V) lD UD h u h v (7 W Q tz� cza z> 3 2 -- c� u u u u u u u n ut W Ln O w F- F- t- w a V) Y w J w > V) g V) g V) g V) 5 V) g N N g VI V) g N g d Ln N Q o M o a z O O w} w m m a a m n. m m a m m N Q D- a a Q m m p 0 0 0 0 0 0 0 0 0 0 W W �i W O W W F- LL Z C7 iJ W Z OJ =_ Z d z w w w W z z z CD W W l7 71 z;i c� W Q 2 2 2 2 2 2 2 2 2 F- 2 o .-1 m sn . A .-t o o 1-1 v , i 2 N O H m 1-1 N N M Vl lD n N m M 1- 10 1- 1 e-I . N 1- N VI O O c l O. rH a -1 a-1 I-1 r1 c-1 1-1 1-1 cH 1-1 c-1 11 n O r-1 tf) O O O V) V) 1p O .-� .-1 .-1 .-I .-1 .-I rl N ci .-i '-I T O O O O O O e-1 e-I '-i e-i ri r-1 e-I c-I H 14 a-i 11 U h n n n y Ln O m Q) w 1a CL N rl O N O w in p U z z J V O m J J LLJ d LL W F z W Q V1 Z 2 ::D z z N 0 O = Z O N LU � w O v1 m U W V Z w z O Z m z u O v Z U U L _ F o 3 a- 0 C IL 0 in Lu � J Q Z m m m z O d o U U F J J V) J sin J w Z Z Z z N VI V) 11 V ci N N ri ri 1?1 V) O N r m M V1 M M W W V) lD UD h u h y Ln O m Q) w 1a CL N rl O N O (6 CD C CI N f0 O CE C O c v N 0 Q. E m O z 11A Ln c 0 a� 00 m CL N C N C 0 0 0 O O O rt '-i N N N iT N m N n n n rN rH M) rH UD ll i rH rN M c'A N ri Cp rN rN M e--I M H lD m m rN �l J J Jj Q W QQ V{I Q W Q W Q W Q W Q W QQ U{1 Q V) Q V) Q V) Q V1 Q Q Q Q a UN W 1.!{I W W W W Q W WI W IJN 11N K O w H ujU p N V1 p C K � 0 0 Z a ¢ o U U F o ' a z z�� v V) Y U p p p 0 W Z } CC D N O J J < Q C Q m J z p w p p Q V o Z p I p Z Q Z Q O w Z Z X Q Q N w J (D O a0 N W m Z Z h _ O = w ¢ p Z Z O C w �� w p Z J ZO }o O O a > Z Q Q U= O C v) v) O W 02 02 O cW W a N C� OZ ` v W J Fw_ 5 O w z z U U a Z } uu x O ' " W w H w w m ° O O z o V V W w V T6 v) Ooc U U O F W W M J V) V) a' a' Q Q C a' U O LL H U Vt V) vl N Q Q Q ~ H W J H LL X X O w Z Z N Q N Q J Q V) Q W V) N 5 F- U Z U W J W Q W 2 O Q O m m w Z Z p 0 0 Q p W oS' J J 'U C7 w U U w g Q z W U W J V f- J Q Q z z V) V) a W W p p p F J Z V) O m O m D p a w p H H L7. Ur Z Z � F_ w F_ W Z Z Z Z X C7 W p U LL W LL a V) ° a QQ V1 to Q ¢ p p Q_ Q Q a N W O[� J - J J J J V J cc G C U U _2 Z W W C Z U V a U Q Q Q Q Q Q Q J J LL LL V1 V1 c U v N 0 (% LL W w Q Z Z Z Z Z Z Z Z W W LL LL W W G W F- W LL LL Z J l7 l7 l7 V (7 Q Z W W Q Q p 0 2 2 p Q p Q V) Q O m V) N V) V) V) cc C V) � /) N V) V) F- j— a a Q > > a V) O_ �- Vl' F- V) Q U N 'm O O O c-I N .--I N r lD r ri ri e-I ri a1 e-I m V) rn m ri - ri e-I H - a m ri )n o r-i 1 m rn m m m m ^ m Ln a, a) o o �» m � m» n �n o n o 0 0 co C^o co n Lon im Ln c 0 a� 00 m CL N C N C ILII N IF d t1p d N �-i O N O N Q\1 O O M N O O O O O rn N ° �i m cN ti �D tD ,--i — W J J J W W w d W W X LL N Z m a Z � v w a w z z ui o 0 U J N QW ui O Q J Z- > O z l7 O vai O w z o z 0 w m < o in ~ Z O w D z w a o a O O w C7 o LU >O g " z C) ° V) ? o LU W o = = J 2 w o o z > v v x O a m x w p p m Z z z z z O J a — 0 0 0 v 0 w J W y U U w LL a F Q vf. Lu Q Z O C7 C7 p lU l7 N N m. J a z z z a Z Z a P: p� P= p a z 0 o (D 2— LD 0 to Z In J J J J J J Le) l '.. H 0 O o 1 L) O l0 N O ci O e-I Ll) V) O Ol O Lfl l!1 V1 LM l71 tf1 Ol Ql O .-i •- i-1 '-I e-i ei U . _....... lD lD 1l r r n n n ILII N IF d t1p d N �-i O N O N Q\1 TABLE OF CONTENTS PUBLICNOTICE .......................................................................................... ..............................3 PART B - INSTRUCTIONS TO BIDDERS .................................................... ..............................5 CONSTRUCTIONBID ................................................................................. .............................14 BIDSCHEDULE .......................................................................................... .............................15 MATERIAL MANUFACTURERS ................................................................. .............................16 LIST OF MAJOR SUBCONTRACTORS ..................................................... .............................17 STATEMENT OF EXPERIENCE OF BIDDER ............................................. .............................18 TRENCHSAFETY ACT .............................................................................. .............................19 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS .............. .............................20 IMMIGRATION LAW AFFIDAVIT CERTIFICATION .................................... .............................21 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 ........................ .............................22 BIDBOND ................................................................................................... .............................26 BIDDERSCHECK LIST .............................................................................. .............................27 CONSTRUCTION AGREEMENT ................................................................ .............................28 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................... .............................35 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ......................................... .............................38 EXHIBIT B: INSURANCE REQUIREMENTS .............................................. .............................41 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ......................................... .............................45 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ........ .............................46 EXHIBIT E: CHANGE ORDER .................................................................... .............................49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................. .............................51 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................... .............................53 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................. .............................54 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ........................ .............................84 EXHIBIT J: TECHNICAL SPECIFICATIONS .............................................. .............................84 EXHIBITK: PERMITS ................................................................................. .............................91 EXHIBIT L: STANDARD DETAILS ............................................................. .............................92 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................. .............................93 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............95 2 Construction Services Agreement: Revised 6/1/11 PUBLIC NOTICE INVITATION TO BID Roadway Improvements of Immokalee Road (CR 846), Valewood Drive, and Autumn Oaks Lane COUNTY BID NO. 12 -5947 Separate sealed bids for the construction of Roadway Improvements of Immokalee Road (CR846), Valewood Drive, and Autumn Oaks Lane addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 4th day of September 2012, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non - mandatory pre -bid conference shall be held at the Purchasing Department, Conference Room A, at 10:00 a.m. LOCAL TIME on the 13th day of August 2012, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Roadway Improvements of Immokalee Road (CR 846), Valewood Drive, and Autumn Oaks Lane Bid No. 12- 5947and Bid Date of September 4, 2012. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the 3 Construction Services Agreement: Revised 6/1/11 11A Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within one hundred and eighty (180) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 6t" day of August 2012. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director 4 Construction Services Agreement: Revised 6/1/11 11A114 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to "the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and /or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his /her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 14 - 27 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the 5 Construction Services Agreement: Revised 6/1/11 11A , :4 location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit "). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 6 Construction Services Agreement: Revised 6/1/11 11A Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department at the County's On Line Bidding System at http: / /bid.colliergov.net/bid /, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be issued on the County's On Line Bidding System at http: / /bid.colliergov.net/bid/ no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. Construction Services Agreement: Revised 6/1/11 11A _; ! 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non - mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non - responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not s Construction Services Agreement: Revised 6/1/11 MCA conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit price(s) where the actual quantity varies by more than twenty -five percent (25 %) from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non - responsive and will not be considered for award. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement Specialist of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the_protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at http: / /www.coIIiergov.net/index.aspx ?page =762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida s Construction Services Agreement: Revised 6/1/11 11A*4 '- (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (wvvw.sunbiz.org /search.htmi). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive 10 Construction Services Agreement: Revised 6 /1/11 11,14 ' bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid_ response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 11 Construction Services Agreement: Revised 611/11 11A 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311 Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified- period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 12 Construction Services Agreement: Revised 6/1/11 11A Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public . entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 19. Single Bid. Only one bid from a legal entity as a primary will be considered. A legal entity that submits a bid as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - contractor to any other firm submitting under the same ITB. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- contractor to any other firm or firms submitting under the same ITB. All submittals in violation, of this requirement will be deemed non - responsive and rejected from further consideration. 13 Construction Services Agreement: Revised 6/1/11 11A CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane BID NO. 12 -5947 Full Name of Bidder Main Business Address 1990 Seward Avenue Place of Business Naples. FL 34109 Telephone No 239 -597 -6221 Fax No. 239 -597 -7416 State Contractor's License # CBC059904: CUC 1224797 State of Florida Certificate of Authority Document Number F19249 Federal Tax Identification Number 59- 2055219 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 14 Construction Services Agreement: Revised 611/11 11A cf 00 lD ei N I� m O �-f ci O 00 a0 �' O N O Uf ri Ln N ci N N � Lf1 N a1 N c-i O 00 O lD M N 00 Ln Ln l0 O O N" lD ci to N 00 "1 O O l0 n m Lf1 O 1- �--� lD O 1, n LD M W L ill 1., M N lD m al 00 N to 00 a1 Co 00 m N � al O N a1 N n 00 n ci a1 tD O a1 a' O M LO Ln a1 � w M N LD lD � N rD lD N m a1 � O � W M m m In Lf1 N N M LO w W I� M N M Q> C1' <i 11 rl Ni ci V1 r1 V1 Ln W m M a1 rn rl e-I 1-4 e-1 Ln O �--1 N N N O i--I O N N N .-i f-1 ci H L10 rq lD lD m N m Ln ^ ON N L! 1 M lD d' W N M N W lD m M I� m m W 01 "I ct M M m c-I a1 W 4 Lf1 a N n ei M N Ln Ln M N 1� m lD M M m CF n m , M N lD rl tb lD N Il W to il M O n 41 Ln O I, m d' N O O O Il O M N f-1 ci r1 Ln m w I-1 LO 1--I Ln Ln O M a1 lD w LD I" 1� ri I, w Ln lD O lD I� tb r-I O m 00 N C lD i--I N Ln m m Lf1 m I,. N O Gf n r-1 UD 1� n n n n al n lD N rl r-1 lD f" n n ri i--I Lfl i-i cN-I N N N N N N N � � � n -1 00 O O O O Ln Lf1 1, V 4 H O N 0 -1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ri L--I N N to W W N m m LU O N •-- )�I.-- II•- II•-- tli-- IIoI�Irn ul NIMI�I�I�INIIDIrilcilr- 1I�I�IMILIMIDI�IQINIMILD J.JJJJJ wJJ wWJJJ V UU� Ln Ln �-� uwI I I I I I °I °I °I °I °I l °I I I I I I I I I I I I I NI I ZI I I I r-I U U Ln N f!1 e1 O lD I� tb Ol O m O 1-1 ri Q N r-1 UD 1� n n n n al N rl r-1 lD f" n n ri Ll' ri i-i N N N N N N N N � � � n n O O O O O Ln Lf1 1, V 4 H O LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ri L--I N N to W W N m m LU O N U e-i rl c-I r-i N c-1 N e-1 r1 ri r-1 a-i TH ri rl ri ri ei e-I i i-i ci cl N N M M m LULL :t m m C G � � LLJ Q OZS } cQ Z J J J � C W Z Z � � z N > a} F O O w LL a ~ w -� Z W Lf1 Lf1 O J Ln Z O W S OW 0 _ N w <. U Q J Z __ J~ Q to w LL m m= >Q w 2 — W z LL w > LL) LU U O O N Ln a }CL} a w N Y H N LL Li Z Z p C7 H m N } W U O Q W w - O O LD Lf1 `� .... Ln O > LL � Z W d U O r-1 > U �-- W u1 a tQL' < I- w Z LL a. U U m U CL = (7 = 5 Q Ln w m F- w Z Z Z o O o D_ Z o Z o LL Ln e Z Ln z � Z O d Q Z g LL Q W W m � Q O S W Z w CL a LL a W ° Z CL G Z LL w a U n _ J m S Un Q ~ Q O u Ln S 2 W V41 } (, W Z x > F Q O Z O Q Z F- Q N LL Z C7 LL U z J Q Q Ln Q Q Z m O W LO w z > a J m F- Y Ln O o7i O x w m m m X w w O U m U z p p w a cD U J U 0 - w � Q y w w >> U w� W N W j\ W Q Q w U ~ �' Q W w �' in Q Q w C7 a Y N N Ln Q Q H- W U O O W N U U Z z m lY Z Z g Z Q Q (LJ CL CL m > W F Z Y Q Y Z S w� H m K> m m m Z m r a U Ln m > H > d' S F- Y J Y w Q c° S m W J W W S z O O O W o Q O m s > Ui Q a Z Q U O W G (D C J_ d d. 2 J C z z m c a s C S} I- O° Z CL G d d LL G m m Q S G U N Ln Ln 5 J U m LY w 0 0 N to Q UO _ r-I Ln N f!1 e1 O lD I� tb Ol O m O 1-1 ri N r-1 UD 1� n n n n al N rl r-1 lD f" n n ri n ri i-i N N N N N N N N � � � n n O O O O O Ln Lf1 1, V 4 n O LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ri L--I N N to W W N m m m O N U e-i rl c-I r-i N c-1 N e-1 r1 ri r-1 a-i TH ri rl ri ri ei e-I i i-i ci cl N N M M m M :t O e-i 00 N o_ N 0 N c-I N C f0 J Y fE O C 7 Q C CO OJ 0 Q 0) [6 !6 O ra cc cc C Ol Ln N ri m H 11A O 00 N d' O C M l0 N N a' ri O -ZT O r\ 00 O 'N O p 00 V1 O O 00 l0 00 n O N O O O1 t\ N l0 U1 N n V1 V1 O W V1 N lD N N lD d' 00 li ri V1 lD It V1 r\ V1 V1 00 00 N lD N M lD ri V) Ln ci " 00 0) 0) O O a) Ch M O N N 00 M 00 -j O 41 N V1 O O f\ r-I N M 00 V1 O Ol W 01 r\ 3 N Co O 00 a' 01 O O ,I. V1 m lD ri 0) V) m N m O ri V1 N O 00 O C1' l0 N M V1 00 N N ri M 00 0) V1 lD N N ri d' 00 d' V1 O 50; 1.0 m r\ O -tT r\ N r-i V V1 O -zt n ZF N l ri ri M ri M m N rco'= V1. '-"I- V', Y'� n lD 01 00 W ri 01 m lD � lD d' ri V) N a0 n a N r� t\ 01 V O O O l0 lD n t\ M ri Ln lD O N V1 m n 00 n 00 00 m r\ N N lD r\ 00 M lD V) n.. O O ri m M ri cr O m lD l0 -til r\ V1 V1 ri V1 1-I 01 M O O d' e1 N N O ri V1 li M r\ m N ri Ln O N V1 O -til m r\ M to O1 w m lD m 00 N O ri O O M N O l0 m co M l0 D fl, M� ct 01 01 N 0 m t. ri ^ In lD R f\ `� N m N N 00 ri 1p ri V1 V) N a M O m ri M N lD O 1p 00 N Ln N 1, O M N O NN co N ri Ol N M n N r M O r-I N N Q Q Q Q LL LL LL Q Q Q Q U- LL y } In Q } } W w G W LL Q Q G W W Q , W W W W J J J W W W W J J In {n J W N V1 Z J J J J W W Z J J W X LL , r_ } Z Q D O U � N C7 J a CY Z N N J 0 ri ° S YJ 0 O J O �n a 0 O n. w N N 5 Z W O O W BO N CO 00 N W W Q = _ <Q 0 D O D V1 U W S J J Z Z w S ` Z LL Q =^ Z } S S S °° ~= J Q Q cr Co 1O 0 5 z O z z cc O Z w N 0 mO o "' U p Q Q Q -� - Q J LL v1 Q z O F- Q J co Z Z Z Z Q C' J VI Vl ..r lD ...r Q O un , LL W F- W F- W F- O H W F U Q U t7 C7 co \ W W W C7 U w O r.{ p Q Q Q F- _O F- _O F- V W S W Z Z f•" F.. �"' Z O Z U z V ° 0_ LL a a Z U U Y Y= 2 S S _Z Y Y Q; •• J J J O O O O w U Z_ F- Z 0 z C 5 Z z z W to U a a Q Q ,p Z-- c O N a s - -- O a Q> Z � a Z Z Z Z Z Z Z Q C7 Z lD lD D 2 O w n w 0 0 0 0 0 0 0 O LL� F- z O F- F- F- F- O J' v ~a U U U U J o� ° U w a w a_ w Z Z Q Q: } H z_ a s j R 2 z O w w O Z N p C Ln ~ 00 O O O W N W N W N W j C] Q U O Q F- CC G cc G N �' F- 0_' F- J N C C V) } L ; =Y. a W U7 Q p U W U O w w W o N Ln W p w G w G w W C G m O F= F F O O In U U a- O W H: m Ln w w w Z Z Z Z Z U o U Q J Z Q Q z Q Q z LL V�1 U w w w w Q w w Y O m a o_ o- I- LL �- C7 F- n. m F- w Z y a J LL .i F (n J a C Q V1 W LL Z Vi Z — a 'n ° w w W w U Q F F- U U v, = w U U U In LL Q U O Q w F- w F- W C F- F- w F- w F- w F- w U. w 3 F- LU F- uj N O LL' W F- W F- W F- W F- W U Z LL Q w F- LL = Z LL a D_ d Z] w W Z. LL LL Q 0 0 Q fDi J Q J o_ o_ 0- c W O a' W d W C W ° J _Z a a W' Y Y Q Q _Z Q Q a C' S 5 O: O} U d O_ d �- G d U F- to V) d LL O_ O_ F- to V1 0_ 0_ 0- 0_ F- L7 CL C �: ri ri .-1 V1 m V) Ln O O O N N N N ri m V1 r1 ri tT r-I Ol ri Ol O ri ri N ri ri ri lD ri l-i N N m � V) lD rl r-I N V1 Ol Vl tf1 N N O O N m ri ri ri ri ri ri ri ri N N N Ol K1 Lry. lD 41 t\ t\ t\ 00 00 CO W O N ri ri r� i ri ri ri . �1 e I . �i ri e•i C 1 O `. ri e-1 N 71 ri ri ri m m m m N ri r\ N N r-I ri ri ri ri ri ri ri e-i ei ri rl ri ri Ol Ln V) Ln V1 V1 O O O O O O O V1 O O N V1 n O O O O N N N N M M M M M M M ri N N N U N N r\ ri ri ri ri ri e-i i-1 ri ri ri ri U U v a v �t v a a a Ln Ln In u- U � Ln rn n r� 11 r., r., r., � n r- r-, U U z' Ln O 0D (6 a N ri O N ri ri o �o ri � rn � � a o a n �o �o ao o � � o0 0o w o l0 ri ri Q) V ri "' O o l0 00 lO Ol O u) ri '0 tD '0 N O ri 0p 01 N N m O O i-1 n V N m w W T u1 l0. m O w n ri o Lo o n ri m 00 io m LO ri lO ri N w m O l0 N C3 ct N m N N (n lO N m Q) lO m r-I M O N 'T n n m I Ln W 00 lO M Ol 00 00 ri u'1 ri M N ri a0 O Oto M V W O Ol 01 O l0 V 01 ri ri N u"1 t0 Ol ri O O -i lO ri rn n M m c-i rq N 0 M d' r-1 lD d' ri to O M ri O N N Ln m I N I M I m I N I I O l O I 0 I l O I I N I O l O I L I M N Q I Q I Q I Q I W I W I W I W I VII z l J I J I� I J I W I W I Z I J I J I� O m a� OA f6 O_ N r-i O N r-I r-I O� o .-( m Ln r-I ri o O ri zt ri 2 r-I N O ri O w N N N. m u) lO n r-I N u) d N ri T ri ri r-I J J V1 O r-I ri ri ri ri r-I ri N N N Vf O O O ri O r-I LLJ } p Z r-i ri rH r-I ri ri ri ri r-I ri n O N N N N ri N m W O N ri ri ri ri ri e-I ri ri `-I LU O O O O u) V) O w Z r-i r-I r-I r-I ri r-I ri ri ri r4 v O O O O O O J O r-I -r-I r-I r-I ri ri r-I ri rH r-I ri Z n n n n n n J = VI n n n n n n n n n n Q LU O w NU z ip w Q W Q Q >. O Q � O Q W Z J N o V) 0 2 2 Y 0 0 W p z z z 0 0 0 Y Y w= Q O_ w w Q O z w Q Fw_- FW_- Iw_- �_ O O O> Z = w L Z> r> w �j w w v u w 2 2 2 0 z z Fes: - u u u u u u u u a N N N N H H N N H V) N N C w LL w LL Q QN �% �- VQ~f Q c~ Q� a p O O Q Q LL J a -5 a a 7 J _7 z N Q O O a 2 H Q� W w W 0 0 0 0 CL 0 a 0 a 0 n 0 a 0 a 0 LL 0 C7 0 0 U' J W LL d Z C 1 5 5 C 5 d C d d LL Z J W W W W W W W W W W Q (7 v v1 cn O D z a H H H F- H H H H E- F N O m a� OA f6 O_ N r-i O N r-I r-I O� o .-( m Ln r-I ri o O ri zt ri 2 r-I N O ri m N N N. m u) lO n r-I N u) d N ri T ri ri r-I N r-I ri ri ri ri r-I ri N N N Vf O O O ri O r-I r-I r-i ri rH r-I ri ri ri ri r-I ri n O N N N N ri N m m ri N ri ri ri ri ri e-I ri ri `-I ri u'i O O O O u) V) l0 LO O r-i r-I r-I r-I ri r-I ri ri ri r4 ri O O O O O O O O r-I -r-I r-I r-I ri ri r-I ri rH r-I ri ri U n n n n n n n n n n n n n n n n n n n n U O m a� OA f6 O_ N r-i O N r-I r-I O� a� c J Y fE CC C Q 5= f6 07 O 0) O cu v �n E E O i cu E 0 E ca m fE O Ln Ln N r-1 CG mr 0 ' o LD o 0 0 0 o as m , N o N o �t a w o0 o rn w Ln LO LD m m N I, 0 0 0 N Ln N W N O O O l0 LD M lD t\ N M N t\ N O N t1'f o7 W a0 n c-I r W Q1 N 10 n t\ 01 o m, 00 O t0 r\ l0 Ln m -i e-i oo lD 01 :t m W O n O m 01 N e4 '00 N O LD O Ln Ln . 00 ` >. to LO CO Ln O N Ln 01 rI O r1 LD rl G1' 91 01 n r, 00 O W a c-I d' m C N l0 Ln O .-i m w t\ lD N Ln N rl n (-, M LD Ln N 00 -zr rl n N Ln m w ri l0 I lD to N Ln rl N L0 d' Ln -I rl el' 1p O c-I C rl rl rl t\ N N lD lD m m c-i v1 i r . n VII v in y r v1 v� v1 <n v1 +n v� v1 v> v1. v� ih v1 v� v> v� v1 yr v} Ln lD N N WD DD a0 M e-I rl r` r\ O Ln n r\ n ID � r, m m Ln 1-1 N M m � n m N I-i m N O N O LD l0 eh �-I to M O LD N W t\ N 00 d' In 00 m LD t\ ri N o0 tr1 N �' CT lD Ol N Ql t\ c-I n CO in l0 lD rl et Q1 01 TT lD N O `� m m 01 Ln O 00 N O LO rl O r\ LD m N O r\ N r1 N M M n 00 LD O e-i ri O 00 N Lo Ln o N n M l0 M 1.0 00 t\ O 00 N n Lo "t N r1 LD ri Ln c-I rl IH rl m O rl rl N lD N l0 N m -, �x e 00 Ln rl O O O rl rl H rj i--I rl N N r1 N m N M LD >: N 0 r t\ t\ ri e-1 c-I m r1 rl m r1 ID LOO Ln r1 c-i LL W LL Q LL LL LL Q Q Q Q Q Q N N Cn N Q Q Q Q Q Ln Q Q Q Q Q LL LL LL J J J W W W W W W Q Q Q Q W W W W W Q W w W 1 d W W J J J 4 ..A 0 U H W Ln Ln N Z O O Z U Q < O o v Q >a Co _ F- k (n Ln Y -- w J C F LU U .x ;. Ln N O LU O w m W 2 F U O m Ln O N °z a¢ z Q z a z W (D w �_ v EFi Z Z a 0 Q x O 0N ° O Q O 0U 6 n O z z i F a - w v) O 7 > ¢ > z O U O v 0 z O N a z z 06 O p O j w Nz ° p °2 v Ln iw >CZ i LL Z O Q ^W ^ O p z:E Ln o° z D O O z z O a a N CC. p - Z U P-- U- LL W z w O C) W w W > O D_ O W CO co Z Z U U (n N p }- Z } Z Z W W v H F p m X .._. .__. p p J J a p m Z m w -- O° W = O W W w V Z W Z U m m J J J ^ m m ^ ^ cc C W N D J ° O ° m LL {U- Z W ',W .N o2S w N W O .-Q!. ... O~ z m Z Z .Z m m N o2S ,� N ~ - OU pU m O w m Ln LL J N h un Q CZ Q F z m o2S La Z U LL N U Q Q 5 m 5 Q 0 0 02$ U U - v O F N Ln ^- N N Q p O m° w L,, LLJ „'r = _U I- W LL X W Z Ln Q Ln Q J J N Ln N F' LL! LN Q F ZZ_ F D_ d D_ X O z Q Q w C) U Z W J W i O z p o O p m Q D_ O m CD w v v 0 0 ° 0 L w G W O ° M ° D ° m LLJ J J W W C' J a Z J ZJ W W W U W J U F- J Q Q Z Z N V1 W W °° ° F- J a .1 O D_ J C Z Z O Z O Q m m 00 m p m W O F- F- U 0 Z z z Z z Z X LU U O } J U ,. Q O U LL LL LL LL LL O_ Cn ° O_ Q Q Q Q W °' W ° a Q Q O Q W co CJ J W J Ln v1 v1 N v1 an v1 ✓i c c N U N U m m Z w w m Z m N a U Lu Q Z C7 J J J J J J J J U Q J G G �- _ J J o U U _ J z J z Q z Z_ z Z_ Z_ Q Q Q Q Q Q Q Q Q Q J J LL LL (n (n C U N V1 LL W LL Q Q d F- p F- W. Z Z Z Z Z Z Z Z Z Z z W W LL LL W W G 2 _U W W LL LL J m 0 0 0 0 0 0 0 0 0 0 W W Q Q °° D 2° Q° Q (~n Q m O F C7 C7 C7 C7 -` ° N N V1 Ln In N N _U to H to N N F- F- O_ O_ Q > > d N D_ F- N F• to U N Z N J J J ri? N M e-1 c-1 H N m O O O rl .--I ct Ln N O N N ri N rl m r1 N l0 r1 i- -I rl m Ln rl rl e-1 N lD N O ri rl N ri rl c-1 N rl rl 7' V N Ln n r\ ' I ri ci r!I a-1 01 Ol V' N M 00 ri rl LD rI < Ln o N m m M m fY1 fv rr1 rl e-1 Ln m Ol m m Ln O Ln O rl M rI m rl l0 r\ M r\ m e-i Ln rI Ln Ln O rl Ln r1 O M O 01 O r1 O e-1 Q1 Gt O Ln r-1 Ln N Ln ' Ln m M o0 W 00 00 00 w w w m a d' Ln Ln In Ln d' m L0 LO LD n w m m m m m o ri ri ri Ln Lo Lo r- rl � rl N � r, rl � Lo Lo � Lo Lc Lo W � Ln LD ko I.D. Lc Lc Lo cD ko Lo r" n n r` Ln O N m rB a N r-1 O N \ r-I tz cr al ar to ro M 11A W 11A MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NOW RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and /or material is proposed and listed below and is not approved by Engineer /Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. 16 Construction Services Agreement: Revised 6 /1 /11 11A' LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON - RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 87 -25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non - compliant or non - qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove /replace any Subcontractor, at no additional cost to Owner, which is found to be non - compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Survey 2. Signalization 3. Clearing 4. 5. Subcontractor and Address Agnoli, Barber & Brundage 7400 Tamiami Trail N, Naples 34108 Southern Signal & Lighting 3884 Prospect Ave, Naples 34104 Wherry Truck Lines PO Box 61008, Ft Myers, 33906 17 Construction Services Agreement; Revised 611/11 STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 2 3 4 Protect and Location City Gate Commerce Center Collier County Regal Acres, Collier County Naples Centre Collier Count Livingston Rd Extension, Collier County 5. Piper Road, Charlotte County 6. Burnt Store Rd, Charlotte County Reference Ron Rice, Owner (239)598 -5270 Nick Kouloheras, Habitat for Humanity Stan Flack, The Sembler Company (727)384 -6000 Bob DiBacco, The Henning Group (239)732 -6669 Roy Benjamin (941)243-1549 John Elias (941)743 -1378 TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure Quantit Cost Cost (Description) LF SY 1, Trench Box LF 625 $2.00 $1,250.00 2. 3. 4. 5. TOTAL $ 1,250.00 Failure to complete the above may result in the Bid being declared non - responsive. 19 11A cot cotsrrt Aacrarmssativa 5dtv1[�S GIs.«, AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS BID #:12-5947 ROADWAY IMPROVEMENTS OF IMMOKALEE ROAD (CR 648), VALEWOOD DRNE AND AUTUMN OAKS LANE (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. AS defined in Section XI of the Collier County Purchasing Policy; A 'local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless It contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in [OCollier County or ❑ Lee County: 1981 Number of Employees (including Owner(s) or Corporate Officers): 85 Number of Employees Living in ® Collier County or ❑ Lee (Including Owner(s) or Corporate Officers). 37 If requested by the County, vendor will be required to provide documentation substantiating the information given In this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Bonness Inc. Collier or Lee County Address: Sign 1990 Seward Avenue, Naples, FL 34109 Date: 9/4/2012 Title: Secretary/Treasurer STATE OF FLORIDA: 0 COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed aefore Me, a Notary Public, for the above State and County, on this Day of 2 20 1 N Notary Public ..,,R. &� JEANNE CARNES My mmission Expires: , MyCOM41ISSION9DD91)4M24 s EXPIRES: August 4,2013 (AFFIX OFFICIAL SEAL) 20 Adrturist am Semo:s Wsion rtffd Immigration Law Affidavit Certification ITB 12 -5947 Solicitation # and Title: Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor / Bidder's proposal as non- responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security In partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Bonness Inc. Print Name Jane Baratta Title Secretary/Treasurer Signature � Date 914/2012 r State of Florida County of Collier The foregoing instrument was signed and acknowledged before me this day of�, 20,�, by fLL►'I-� (print or type name) who has produced yL r4a-! n (type of identification and number) as identification. l�bt$ry Public j9,nature ✓�J °` • . °_e�� JEANNE CANNES * My COMMISSION { DD 9M24 Printed Narn pta trpust4, Of3 rfoFS�0- edThru Budget NderySWAM Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 21 11A 4 1 Co �e-r Cc�unly AcuivnsstmM SeMces Dwisiw rswV COLLIER COUNTY SOLICITATIONS SuBsTITUTE W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Bonness Inc (as shown on income tax return) Business Name (if different from taxpayer name) Address 1990 Seward Avenue City Naples State FL Zip 34109 Telephone 239 -597 -6221 FAx 239 -597 -7416 Email jcarnes @bonnessinc.com Order Information Address City State Zip FAX Email 2. Company Status (check only one) Remit / Payment Information Address City _ State Zip FAX Email jbaratta ,bonnessinc.com _Individual / Sole Proprietor x Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity Limited Liability Company under Internal Revenue Service guidelines iRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax identificalion Number (TIN) 59- 2055219 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract,) 4. Sign and Date Form Certification: Under penalties of perjury, t certify that the information shown on this form is correct to my knowledge. Signature Date 9/412012 Title Secretary/1'reasurer Phone Number 239 -597 -6221 11A 11 Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within one hundred and fifty (150) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Collier Jane Baratta , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them, Jane Baratta , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct, 23 11A (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida - , which operates under the legal name of as follows: Bonness Inc. , and the full names of its officers are President Kathleen M. Bailie Secretary Jane Baratta Treasurer Jane Baratta Manager The Secretary/Treasurer contracts for the company last sentence if not applicable). (b) Co- Partnership is authorized to sign construction bids and by action of its Board of Directors taken a ��tifi+ ropy oaf- wk�ish is kcataattacbed (strike out this The Bidder is a co- partnership consisting of individual partners whose full names are as follows: The co- partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is , and if operating under a trade name, said trade name is 24 11A Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) Individual from previous page. DATED 9/4/2012 STATE OF Florida COUNTY OF Collier Bonness Inc_ legal entity BY; Jane Baratta Name of Bidder (Typed) 4ga ure Secretary/Treasurer Title The foregoing instrument was acknowledged before me this by I—(JL � rcx iU , as corporation. lie /she is personally known t (did not) take an oath. MyhCprpBmission Expires: JEANNE CARNES * * MY COMMISSION I DD 904824 s EXPIRES: �AI.moust�4,2013 Y)';DFFLOQ'\O Ba wTkuBudpelNau 4 sw4m NAME: (AFFIX OFFICIAL SEAL) day of Rat ac) I ;', ec'H4al of corporatfdri, on behalf of the me or has produced as identification and did ( g ature of Notary) J' L� (Legibly Printed) Notary Public, State of Commission No.: t) 25 11A i BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Bonnegs Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of y1(�, —I .-A with its principal offices In the city of Schaumburg IL and authorized to do business in the State of A, �� a ',— are held and firmly bound unto the The Bo Ord of County Commissioners of Collier Countpereinafter called the Owner), in the full and just sum of Five Ferce t of mount 'Bid -------- I - dollars ($ good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as ITS 12 -5947- Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $5% of Amt Bd noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 4th day of September , 2012. Principal BY C146'd= (Seat) Fidelfty Gnmpan�z of Maryland Surety (Seal) Eileen C. Heard, Attorney -in -fact and Countersigned Florid, L{ car+ced R.- sidant dffQnt Local Resident Producing Agent for :s e ., x x t id Depeali;- Company og Maryland EXPERIENCE the POWER of PARTNERSHIP 26 �73L e� Insurance 11A Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the Slat prr aryland, by FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary, in ur a ifc g utliortity granted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth ga et(rta�'e e sided reof: d'4e hereby certified to be in Full force and effect on the date hereof, does hereby nomi ate -, st�o $ �tbrJ 13MSON, Richard P. RUSSO, JR., Tanya L. RUSSO, Eileen C. HE tg �' ilMA(i�ric ARCHERD, all of Tampa, Florida, EACH its true and lawful age t, � '�! d I late seal and deliver, for, and on its behalf as surety, and as its act and de( ein ' ' '• bi rn nds �� �ii�d;�sy#�kings, and the execution of such bonds or undertakings in pursuance of these eft, ¢ 11 as 4i ompanies, as fully and amply, to all intents and purposes, as if CIA they had been duly a edited� d ;c �ir��etgAd ify the regularly elected officers of the Company at its office in Baltimore, Md., in their own pr ' s�s. VIM power of attorney revokes that issued on behalf of Richard P. RUSSO, JR., Tanya L. RUSSO, Peter A. =N, Eileen C. HEARD, Megan MANNING, dated April 21, 2010. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of June, A.D. 2011. ATTEST: FE U Uf PO,,l C (. acv n •lr O W SEAL State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gerald F. Haley Assistant Secretary -, ; 11A THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc, have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding 8. Certificate of Authority to Conduct Business in State of Florida 9. Collier County Substitute W -9 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 11. Any addenda have been signed and included. 12. The mailing envelope has been addressed to: Purchasing Director Collier County Govemment Purchasing Department 3327 Tamiami Trail E Naples FL 34112 13. The mailing envelope must be sealed and marked with: ,:*Bid Number; 4*Project Name; ,:*Opening Date. 14. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Bonness Inc. Bidder Name Z- Sign6ture & Title Date: 9/4/2012 27 11A CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ( "Owner ") hereby contracts with Bonness, Inc. ( "Contractor ") of 1990 Seward Avenue, Naples, FL 34109, a corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane, -Bid No. 12 -5947 ( "Project "), as- said Work is set forth in the Plans and Specifications prepared by CME Associates, Inc., the Engineer and /or Architect of Record ( "Design Professional ") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount "), in accordance with the terms of this Agreement: One Million One Hundred Nine Thousand Four Hundred Fifty Six Dollars and Seventeen Cents ($1,109,456.17). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise 28 I IA acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www .fms.treas.gov /c570 /c570.html #certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred and fifty (150) calendar days from the Commencement Date (herein "Contract Time "). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand four hundred twenty three dollars ($1,423.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 29 111; reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his /her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. 30 11A H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form. Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by CME Associates, Inc. and identified as follows: Roadway Improvements to Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane as shown on Plan Sheets 1 - 102. Exhibit N: Contractor's List of Key Personnel ITB 12 -5947 Roadway Improvements of Immokalee Road (CR846), Valewood Drive and Autumn Oaks Lane and all addenda Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E -mail or Facsimile, addressed to the following: Marlene Messam, Project Manager Collier County Transportation Engineering 2885 S. Horseshoe Drive Naples, Florida 34104 (239) 252 -5773 31 11A B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Bonness, Inc. 1990 Seward Avenue, Naples, FL 34109 (239) 597 -6221 Telephone, (239) 597 -7416 Fax Jane Baretta, Secretary /Treasurer C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a 32 waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 33 11A IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WIT SES: RST WITNESS By: .1 ea"e- Cap- in ea Type /Print Name o� SECOND WITNESS Type /Print Name Date: Lk 12-012 ATTEST: Dwight E ,Be6ck, •EF'erk , . BY: t � Approved As To Form and Legal Sufficiency: ` 't4 Print Name: CONTRACTOR: Bonness, Inc. Ja. e- S ccre4r Type /Print Name and T e OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COU14TY FLORIDA AN filler, Esq., Chairwoman 34 11A ��oNz'PAGE OE PvOLrc c05VSTR,vc7r09V THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05, FLORIDA STATUTES, THE PROVISIONS AND LIMITATIONS OF SECTION 255.05 FLORIDA STATUTES, INCLUDING BUT NOT LIMITED TO THE NOTICE AND TIME LIMITATIONS IN SECTIONS 255.05(2) AND 255.05(10), ARE INCORPORATED IN THIS BOND BY REFERENCE CONTRACTOR: BOND NO. 9081357 Bonness Inc. 1990 Seward Ave Naples, FL 34109 239- 597 -6221 SURETY: Fidelity and Deposit Company of Maryland 1400 American Ln, Tower 1 Schaumburg IL 60196 847- 605 -6000 AGENT: Lykes Insurance, Inc. Construction Services Division 400 North Tampa Street, Suite 2200 Tampa FL 33602 (813) 223 -3911 OBLIGEE: The Board of County Commissioners of Collier County FL 3327 Tamiami Trail East Naples FL 34112 239 - 252 -8941 CONTRACT BOND AMOUNT: $1,109,456.18 CONTRACT DATE: j I , 2012 PROJECT: Contract No. 12 -5947 Roadway Improvements of Immokalee Rd (CR 846) Valewood Drive and Autumn Oaks Lane paving and underground utilities EXPERIENCE the POWER of PARTNERSHIP (K*1ns!t!k THE PROVISIONS AND LIMITATIONS OF SECTION 255.05 FLORIDA TA S TUTES INCLUDING BUT NOLI MI TO THE NOTICE AND TIME LIMITATIONS IN SECTIONS 255.05(2) AND 255.05(10), ARE INCORPORATED IN THIS BOND BY REFERENCE EXHIBIT A 1: PUBLIC PAYMENT BOND Roadway Improvements of lmmokalee Road (CR 846), Valewood Drive and . I Autumn Oaks Lane Bond No. 9081357 -Contract No. 12 -5947 KNOW ALL MEN BY THESE PRESENTS: That Bonness Inc. 1910 Seward Ave Naples FL 34109 , as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Ln, Tower 1, Schaumburg IL 60196 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County FL as Obligee in the sum of One Million One Hundred Nine Thousand Four Hundred Fifty -six and 18/100 Dollars ($_1,109,456.18 - - - - -- ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the f t+h day of ( 1-C-o 2012, with Obligee for ITB12 -5947 Roadway Improvements of Immokalee Road (CR846) ja Valewood Dr and Autumn Oaks Ln accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the. Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this .Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants: IN WITNESS WHEREOF, the above parties have executed this instrument this l I day of De-c . 2012, the name of each party being affixed and these presents duly signed by its under- signed representative, pursuant to authority of its governing body. EXPERIENCE the POWER of PARTNERSHIP 35 FBI. es Insurance Bond No. 9081357 1 1 A ITB 12 -5947 Immokalee Rd Improvements Signed, sealed and delivered in the presence of: PRINCIPAL Bonness Inc. BY: Wit es es as to Principal NAME: , I Jain o- tLfL ITS: STATE OF Florida COUNTY OF Collier 2he , foregoing instrument was acknowledged before me this A.�day of � y _ Cr 91 as Sec e4— of Bonness , a Florida corp6tation, on behalf of the corporation. �He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: JEMNE CAM g n atu re of Notary) , * My COMMISSION # DD 904824 EXPIRES: August 4 2013 NAME: Nr'TFaFFt�°` B0W dT1W,e cNamysmvh: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of f:--L- Commission No.: ATTEST: SURETY: Fidelity and Deposit Company of Maryland (Printed Name) 1400 American Ln, Tower 1 Srhanmhurg 11, <60196 (Business Address N/A N/A (Authorized Signature) Witnesses to Surety (Printed Name) 36 -@L *Inst EXPERI ENCE the POWER of PARTNERSHIP ce Witn ses Bond NO. 9081357 ITB 12 -5947 OR C_=ae- - 7t'n 5�1 As Attorney in Fact and Florida Licensed Resident (Attach Power of Attorney) Agent Eileen C. Heard (Printed Name) Lykes Insurance, Inc. 400 N Tampa St #2200 Tam a FL 33602 (Business Address) 813- 223 -3911 (Telephone Number) STATE OF Florida COUNTY OF HinsborouLh The foregoing instrument was acknowledged before me this day of , 2012, by Eileen C. Heard , as Attorney -in -fact and Florida Licensed Resident Agent Of FideIiW!<d_Devos_it'r,\ornPany of Maryland Surety, on. behalf of Surety. He /She is ersonally kna n to me 0RkAa&*tedAeed own Lam iden c on and who did (did not) take an oath. My Commission Expires: Peter A. Thomson, . ) lY••.M Notary ublic, State of Florida' .g Commission # EE 139336 Expires December 9 5, 2015 ed Thru Western Surety Ga. (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Flori.da Commission No.: EXPERIENCE the POWER of PARTNERSHIP 37 I K es Insurance THE PROVISIONS AND LIMITATIONS OF SECTION 255.05 FLORIDA STATUTES, INCLUDING BUT NOT LIMITED TO THE NOTICE AND TIME LIMITATIONS IN SECTIONS 255.05(2) AND 255.05(10), ARE INCORPORATED IN THIS BOND BY REFERENCE EXHIBIT A 2: PUBLIC PERFORMANCE BOND 11A Roadway Improvements of Immokalee Road (CR 846), Valewood Drive and Autumn Oaks Lane KNOW ALL MEN BY THESE PRESENTS: , as Principal 1400 American Ln, Tower 1 Schaumbure IL 60916 Bond No. 9081357 Contract No. 12 -5947 That Bonness Inc., 1910 Seward Ave Naples FL 34109 and F_ idelity and Deposit Company of Maryland as Surety, located at (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County FL , as Obligee in the sum of One Million One Hundred Nine Thousand Six Hundred Fifty -six and 18/100 Dollars ($ 1.109.456.18--- - - - - -- ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the I l +ti day of 'DQ..c e:.k.'.l0k"r 1 2012, with Obligee for Contract 12 -5947 Roadway Improvements of Immokalee Road (CR846) Valewood Drive and Autumn Oaks Lane in accordance with drawings. and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal ,under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials fumished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value -received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. EXPERIENCE the POWER of PARTNERSHIP 38 (X*Inst! Bond No. 9081357 11A ITB #12 -5947 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this I It+ day of _D.E, «Fey- , 2012, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL (Q5" Bonness Inc. &!WA, 6 U B - Wifnesses as to Principal NAME: Ja e i yr ITS: Sec STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me_ this day of 2013, by as 1? - Of Bonness Inc. a corporation, on behalf of the corporation. �}e /she is personally known to me OR has produced as identification and did (did not) k an oath. My Commission Expires: JEANNECAHNES i nature) * * MY COMMISSION # DO 9NO24 EXPIRES; August 4, 2013 Name: �''1,�"Ie Bondean,NBud�tNcW Ssmim (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: 1� Commission No.: 39 EXPERIENCE the POWER of PARTNERSHIP Insurance ATTEST: SURETY: N/A Witnesses as to Surety Witnesses STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknc L�v� 2012, by Eileen C. Hear of Fidelity and Deposit Company of Maryland , a behalf of Surety. He /She is ersc known as idE My Commission Expires: (AFFIX OFFICIAL SEAL) EXPERIENCE the POWER of PARTNERSHIP Bond No. 9081357 ITB #12 -5947 HA Fidelity and Deposit Company of Maryland (Printed Name) - 1400 American Ln, Tower 1 Schaumburg IL 60916 (Business Address) N/A (Authorized Signature) N/A (Printed Name) OR As Attorney in .Fact and Florida Licensed Resident Agent (Attach Power of Attorney) Eileen C. Heard (Printed Name) Lykes Insurance, Inc. 400 N Tampa: St #2200 Tampa FT, 33602 (Business Address) 813- 223 -3911 (Telephone Number) Me before me this I f��► day of as Att orney -in -fact and -Florida Licensed Resident Marylanj corporation Surety, on Agent iaily knovJn to me QR=keaxxpmdjnxd ratification who not) take an oath. Peter A. Thomson ublic, State of Florida t at �= Commission # EE 1392065 Expires December 15, me: ! Bonded Thru Western Surety Ca.' (fie ibly Pr' . tad) Notary Public, State of: Florida Commission No.: 4Q (K*1ns!t! 11A � 4 ZURICH AMERICAN INSURANCE COMPANY ' COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Peter A. THOMSON, Richard P. RUSSO, JR., Tanya L. RUSSO, Eileen C. HEARD and Frederic ARCHERD, all of Tampa, Florida, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and.all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies; and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of September, A.D. 2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL V °�r0i G1,t1.,,N5L ~w tai !a: 9 teM : ate; tie +'f 4 Assistant Secretory Vice President Gerald F. Haley Geoffrey Delisio State of Maryland City of Baltimore On this 19th day of September, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. c Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 031 -3055A EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this I k�ay of bar —Anx–v- , 20 'wp oErps� � G'►!`NS .�4",�k pAtllk�, O: SEAL Am t , James M. Carroll, Vice President 11A EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial . responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Ell 11A Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be - authorized to purchase such coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 42 Collier County Florida Insurance and Bonding Requirements Insurance /Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $2.000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4, Automobile Liability $ 1.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non - owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted; ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement_ $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers insurance $ Per Occurrence �t 43 11A 6. ®laid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award_ The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Bonness Inc. Vendor Signature Print Name Baratta Insurance Agency Marsh USA Agent Name Kim Arvanitis Date 9/4/2012 Telephone Number _813 -207 -5174 44 r1^ A TP" A%!" I I A n11 I�,Li Ilk 1�■ ■w A wr.� DATE(MM /DD/YYYY) 4C1t 1 Irn.#iA 1 C Ur LIAC51LI I Y INJUKANUt- 1 06/06'/2012 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Marsh USA, Inc. 3031 N. Rocky Point Drive West, Suite 700 Tampa, FL 33607 Attn: Kim.L.Arvanitis @Marsh.com ; Ph: (813) 207 -5174 CONTACT NAME: A/C NE Fvc No): ADDRESS: ADDL IKIRR SUBR WVn POLICY NUMBER INSURERS AFFORDING COVERAGE NAIC # INSURER A; Illinois National Ins Co 23817 101266- Bonn- Cas -12 -13 INSURED Bonness, Inc. INSURER B: New Hampshire Insurance Company 23841 INSURER C : N/A N/A 1990 Seward Avenue Naples, FL 34109 Company INSURER D: om Insurance C Of The State Of PA 19429 INSURER E: INSURER F: DAMAGE TO E D PREMISES Ea occurrence COVERAGES CERTIFICATE NUMBER: ATL- 002998680 -04 REVISION NUMBER:3 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. INSR LTR TYPE OF INSURANCE ADDL IKIRR SUBR WVn POLICY NUMBER POLICY EFF MM /DD /YYYY POLICY EXP MM /DD /YYYY LIMITS A GENERAL LIABILITY -- GL9612842 06/01/2012 06/0112013 EACH OCCURRENCE $ 1,750,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ETI OCCUR DAMAGE TO E D PREMISES Ea occurrence $ 500,000 MED EXP (Any one person) $ X SIR: $250,000 PERSONAL & ADV INJURY $ 1,750,000 GENERAL AGGREGATE $ 3,750,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 3,750,000 POLICY X PRO- LOC $ B AUTOMOBILE LIABILITY CA1707569 06/01/2012 06/01/2013 BINED ccident SINGLE LIMIT CoEa a 21000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Peraccdent $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE Is EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ D WORKERS COMPENSATION WC035896327 06/0112012 06/01/2013 X I WC STATU- I OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) N/A E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS be E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach ACORD 1e1,!Additional Remarks Schedule, if more space is required) Project: For any and all jobs performed for Collier County. Collier County is included as Additional Insured where required by written contract or agreement with respect to General Liability. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples, FL 34112 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Kim Arvanitis� @ 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD DBPR - BAILIE, KATHLEEN M, Doing Business As: BONNE SS INC, Certifie 1PA d Und t.. .age l of I 10 27 11 AM 812712012 Licensee Details Licensee Information Name: BAILIE, KATHLEEN M (Primary Name) BONNESS INC (BSA Name) Main Address: NAPLES Florida 34110 County: COLLIER License Mailing: LicenseLocation: 1990 SEWARD AVE NAPLES FL 34109 County: COLLIER License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1224797 Status: Current,Active Licensure Date: 12/15/2009 Expires: 08/31/2014 Special Qualifications Qualification Effective Construction Business 12/15/2009 View Related License Information View License Complaint 1940 North Monroe Street, Talla!]AAa er Ft 3239 Email: Customer Contact Cerlter _ Cuslomcr Con[rct Center. 850 481.1395 The State of F londa +5 an AartEO employer Gonvrioht 2007 -1010? State of Florida Privacy Statement Under 1-19ndd ectr na, al if) tins are ( 1ps' record S- It you do nt wan[ your ernmt address re�eased in response to a public- records request, no net Send rlr.Crnnn, mail to tlus tnldy instead, rantarl the office by phone or by tradmortal onad Ir you have any quasbons,_ please contact 65G 482 1 .145. "Pursuant to section ?6'- 275;.)_ Florida Statutes, eliert •. - UUa.er 1, 2012, licensees hdensetl untlP,r Chapter 455, F.S. must p, cvide the Department wdh an email address d tney have one The emafls provided rnay be used fol o(f.aal communrcabon with the licensee. however email addresses are public record If you do not wish to supply a person a! address, please prov0 the ommuni a t With th email address see. which can be made available to the public f tease see our Chanter 4U page to determined you are Mfccicd by this change lhttps :Ilw- "-w.myfloridalicense. cam /LicenseDetaii.asn? SID= R,iri= ?k'q')Inrer-or.-1cc;"1 An -I n,- .nrn - T CD @ 0 O -' cn N 0 o w 4& M Z �- -+ CO N N ca a r 1 @ ° ti a < U°i Ch m < h < D h h m < z m y a n °7 1 CD D < ID CD K N. a N to m _ O0 w CD y rn b _ N �t `G y C Of �► ~ c CL Q o -n C: D m a C c N gip{ CL d # -n z -o o a co d X o N m O x � j m C? 0 3 n. 9 a ro o 'a a a s mg IU p N A. N go N' p Z c Ib to 0 H w z 9f = 3 Ch c C z.. T CD @ 0 O -' cn N 0 o w 4& M Z �- -+ CO N N ca a r 1 @ ° ti t�D O U°i Ch m c°p ch 1 m y a n °7 1 D < o Nbonaa �► ~ c CL Q -n C: CL # -n z -o o a � o N m x � j 0 ilA OD rn 3 a g a N v a N Q tJ O ro 3 11A m 3 b g N Q O 3 iM m 52$ Z .. ......... ........... � Asa � t N O 1 Ft. L9.. N d 3 PIOL m € M 2 0 52SN cl N is 'co �Vy/ V v, D m c7 z f 4 w Cl) i 'YV. ... m 3 b g N Q EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Bid No. _ Project No. Application Date 11A FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _% after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (Z) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : . (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 46 IIA w - k�k E 0 ® LU §/ ) w T »! @� «k$ . E E &£ 50 ¥ /� \\ . �} @ (/. ° \/ e q3 z 2 U. m ° 2f a3 CL \\ §§ � § � \§ ) _ & _ §w� \: <ww< —@ / kE E§/ R06 ® ]] �2 k( . 22. ## \] ■ �- e z cn 2) (D w ww 3) \ - � ° < a. !! / —Q $_ ) ©§ o0 § 2 o CL § �2 $M ° ok %° 0 ƒ 2a ., 2 §� \\ 00 *� \& CD a. § � k §L a\ ui \ S %j6 � cr /\/ }_\ _ �§G .§ =%e �Ea Sn E \k/ � ° ®§ \ a�a E ® f/$ 0 k E . / CL ! § m2 2 2 wmaJf e k I q§ \o] W IIA w - 0 m rn ea ea m I- 0 W W C U_ x w 11A 0 F W C N t0 C Rf m I � 'C O as 'C � w c rA N � 0 � > Cl) C a — 0 > d m "ma 0 to > a 0 G> a` 0: d :.: ) 0 E r_ Z ? 0 �L v m a 0 11A TO: Project Name: Bid No. : Change Order No.: Change Order Description IIA EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ............................. ..............................$ Sum of previous Change Orders Amount ......... ..............................$ This Change Order Amount ............................. ..............................$ Revised Agreement Amount ............................ ............................... $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 49 11A EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 51 11A 1 t RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on 12012 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on By: OWNER Type Name and Title 2012 2012 52 1IA EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: , 2012 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name &Title) 53 11A EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 'it is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as maybe otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying, itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting - transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 54 11A the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub - Section 2.2 as the "Utilities ". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days, after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time 'required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress 55 11 schedule for the Project (herein "Progress Schedule "). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to Brent Addison, Grady Minor, 11940 Fairway Lakes Drive, Fort Myers, Florida 33913. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on 41 the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re- submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10 %) of the gross amount of each monthly payment request or ten percent (10 %) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current 57 Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit' a Release and Affidavit from 'each Subcontractor, sub - subcontractor, or supplier in the .form attached as Exhibit C acknowledging that each Subcontractor, sub - subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount 'and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after comp_ letion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non - compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such. claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 58 11 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non - liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery, of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. 59 11 Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse 60 11A Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS- BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub - Contractor's personnel; 8.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor, shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional,. in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in 61 relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As- Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 62 11A 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor, shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10 %) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead and profit for all Subcontractors' and sub - subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). All compensation due Contractor and any Subcontractor or sub - subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub - Contractor's bond costs associated with any change order 63 11A shall be included -in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract. Time and not inconsistent with the intent of the Contract .Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty -eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, - regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and 64 11A' Design Professional within forty -eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty -eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 65 11A 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the, terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners 66 11A Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either, may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to,, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be 67 13A bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is„ not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 68 11A 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs; losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or .damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re- letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. 1f the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 69 11A 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 ' Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar day's written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: 70 11A (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the 71 11A Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re- inspection fees and costs; to the extent such re- inspections are due to the fault or neglect of Contractor. 22.4 if any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non - defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 72 11 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design 73 11A Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally Liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 74- 11A 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty -eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. , USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 75 11A 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground .structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their.property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as -determined by the engineer. All electrical. installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees "), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 76 11A 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. .PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre- construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall. attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre- construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of this Agreement. 77 11A 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and available on -line at colliergov:net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ( "Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of 78 I I A such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sales tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any 'subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self - performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub - subcontractor performing any 79 11A portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the - Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 80 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions forgiving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal /Approval Logs 34.1.4 Equipment Purchase /Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost - Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As- Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and. records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 81 IiA 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board ", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND /UNDERGROUND TANKS. An underground 62 -761, Florida Administrative Code (F.A.C.) or aboveground 62 -762, F.A.C. regulated tank requires notification to the `County prior to installation or closure of the tank. The Pollution Control Department (239- 252 - 2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. 82 EiL Regulated tanks require notification to the `county' local program thirty (30) days prior to installation and again forty -eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty- eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation /closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor /project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62 -761, F.A.C. and 62 -762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well - groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision- making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 83 13A EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. SUPPLEMENTAL TERMS AND CONDITIONS CONTENTS: PROJECT PHASING RIGHTS OF WAY LIMITATIONS SUBMITTAL OF SHOP DRAWINGS ............ ............................... 2 PROTECTION OF UTILITIES .................... ............................... SIGNALIZATION .................................................... MASTARM .................... ............................... PROTECTION OF LOCAL ROADS .............. ............................... WATER................................................... ............................... ALLOWANCES ........................................ ............................... FUEL & BITUMINOUS COST ADJUSTMENTS NOT PROVIDED..... CONTRACTOR PRESENTATIONS .............. ............................... PROJECT INFORMATION SIGN ................. ............................... SFWMD BENCH MARKS .......................... ............................... PROJECT PHASING 2 3 3 4 4 4 5 5 5 5 6 6 84 11A ' The bid is inclusive of the following Segments: Segment 1 — Immokalee Road (CR 846) Improvements a. Begin Project Station 221 +02.88 to End Project Station 230 +52.63 Segment 2 — Valewood Drive Extension a. Begin Project Station 5 +07.92 to End Project Station 8 +68.10 Segment 3 — Autumn Oaks Improvements a. Begin Project Station 5 +31.94 to End Project Station 15 +01.90 Segment 4 — Oakes Blvd. Improvements a. Begin Project Station 5 +32.81 to End Project Station 8 +76.53 RIGHT OF WAY LIMITATIONS The following right of way areas will not be available; therefore, alternate measures must be employed to keep the project within the existing right of way limits. . a. Segment 3 - Drainage Easements: These areas are to be re- graded to stay within the existing right of way limits while maintaining positive drainage. i. From Station 5 +67.95, 32.00' Rt. to Station 7 +00.00, 32.00' Rt. ii. From Station 7 +00.00, 33.00' Rt. to Station 7 +50.00, 33.00' Rt. iii. From Station 7 +50.00, 35.00' Rt. to Station 8 +00.00, 35.00' Rt. iv. From Station 8 +00.00, 37.00' Rt. to Station 8 +50.00, 37.00' Rt. V. From Station 8 +50.00, 35.00 Rt. to Station 9 +00.00, 35.00' Rt. vi. From Station 14 +25.00, 35.00' Rt. to Station 14 +75.00, 35.00' Rt. b. Segment 4: TCE and Drainage Easement: These areas are to be re- graded within the existing right of way limits. i. TCE: From Station 6 +21.92, 59.24' Rt. to Station 6 +55.11, 59.15' Rt. Do not construct the proposed driveway apron) ii. DE: From Station 6 +60.00, 55.09' Rt. to Station 7 +80.87, 55.01' Rt. (Re -grade swale and provide positive drainage within the existing right of way limits) SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth in the specifications. Payment will not be made for these items of work until approved shop drawings have been received by the Engineer. 85 11A A. Roadway Shop Drawings are to be submitted to: Marlene Messam, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5773 MarleneMessam(cD-colliergov. net B. Signing and Pavement Marking Shop Drawings are to be submitted to: Eugene Calvert, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5791 EugeneCalvert(a-)-colliergov.net C. Signalization Shop Drawings are to be submitted to: Dale Bathon, P.E. 2885 South Horseshoe Drive Naples, FL 34104 Phone: (239) 252 -5827 Dale Bathon(a)- col Iiergov.net PROTECTION OF UTILITIES The Contractor is advised that within the project limits Collier County Public Utilities have an existing 20" C905 DR 25 PVC watermain along the east side of Oakes Boulevard with a minimum of 30" cover. The contractor shall call for locates prior to any excavation. The existing utilities have been potholed during design, however the contractor shall verify all main and service locations when they are close enough to the work to be at risk for damage. The Contractor shall protect this water main from damage during construction operations at all times. No excavation is allowed within ten feet (10') of the water main without prior approval from Public Utilities Division (PUD). Any proposed pile driving shall be reviewed and approved by PUD. The water main shall remain in service at all times. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. Should any utility be damaged, the contractor shall be responsible for all repairs including the need for both on -site and off -site pumper trucks. SIGNALIZATION 86 11A The signalization plans within the bid package are to be bid as is; however, the Collier County Traffic Operations Department will be issuing revised plan sheets to meet current Collier County standards. These revisions may affect bid quantities. As a result, the type, size and configuration of the signals may need to be modified. If the new signal design results in a quantity or cost adjustment; this will be negotiated with Collier County. Approval (in writing) from Collier County will be required prior to ordering any signalization materials. The Contractor will not be reimbursed for equipment and materials ordered prior to County's approval. MAST ARM STRUCTURES 4.2.1 Supplemental Specifications thereto, and the Roadway and Traffic Design Standards, latest edition. The work shall also be in accordance with AASHTO "Standard Specifications for Structural Supports for Highway Signs, Luminaries - and Traffic Signals ", FDOT Structures Design Standards and Guidelines, FDOT Standard Specifications for Road and Bridge Construction, Latest Edition. 4.2.2 The Mast Arm Structure shall be per Section 649 Galvanized Steel Strain Poles, Mast Arm and Monotube Assemblies Florida Department of Transportation Standard Specifications for Road and Bridge Construction 2010. The finish coat shall be per 649 -4.3 with Federal Color Code RAL 6005. 4.2.3 The Contractor shall field galvanize, prime and paint the areas of mast arm and upright poles damaged or affected by field cutting or drilling operations per the above finish specification. 4.2.4 Mast arms are to be physically and structurally designed to accommodate the installation of 5- section left turn signal heads in place of 3- section heads for future left turn phases. 4.2.5 Mast arm bases are to be left un- grouted until the leveling nut installation is inspected by the county. PROTECTION OF LOCAL ROADS This project is surrounded by local roads. The contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project to connections at Immokalee Road. The contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. WATER 87 11A No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, may likely encounter unforeseen conditions, some of a public health and safety nature. The Owner has determined these allowances and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. If the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with the categories indicated below: BID ALLOWANCES: ROADWAY ITEMS ALLOWANCE $ 76,000.00 SIGNING & PAVEMENT MARKING ITEMS ALLOWANCE $ 2,000.00 SIGNALIZATION ITEMS ALLOWANCE $ 23,000.00 FUEL & BITUMINOUS COST ADJUSTMENTS NOT PROVIDED .Section 9 -2.1.1 Fuels and Section 9 -2.1 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2010, are deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The county chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting their bid. CONTRACTOR PRESENTATIONS At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board ", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his - designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. All costs associated with participating in this process will be included in the contract price of "As -Built Plans." 88 ELI PROJECT INFORMATION SIGN The contractor shall provide project information sign at each end of the project. Details of the sign are provided on a separate plan sheet. All costs to provide and install the projects signs will be included in the unit price per each for "Project Information Sign. SFWMD BENCHMARKS The SFWMD permits for this project require that all drainage control and outfall structures have a benchmark with a known elevation established. The contractor shall construct all such structures with the required benchmark as a part of the unit contract price for the structure at no additional cost to the county. The County will be responsible for establishing the elevation of the benchmarks. 89 EXHIBIT J: TECHNICAL SPECIFICATIONS See Attached 90 a I A 6- 4 64 EXHIBIT K: PERMITS See Attached 1. South Florida Water Management District General Permit No. 11- 03059 -W 2. South Florida Water Management District Environmental Resource Standard General Permit No. 11- 03063 -P 91 EXHIBIT L: STANDARD DETAILS Not Applicable 92 11q EXHIBIT M: PLANS AND SPECIFICATIONS PLANS AND SPECIFICATIONS The following special provisions are taken from Division I of the FDOT Standard Specifications for Road and Bridge Construction 2007. Many sections of Division I have been deleted and in some cases replaced by provisions in EXHIBIT H. The Contractor is responsible for reviewing all contract documents and sections. If a section within the FDOT Specifications for Road and Bridge Construction is deleted and there is no section in EXHIBIT H that section is deleted and not applicable to this project. DIVISION II and III of the FDOT Standard Specifications for Road and Bridge Construction (2007) are adopted and made a part of this contract as amended. Any references in Division 11 and 111 to sections within Division I which have been deleted and replaced by provisions in Exhibit H shall be treated as references to the applicable section within Exhibit H. ORDER OF PRECEDENCE The order of precedence provided in Section 17 of the Construction Agreement is supplemented by the following: 1. Exhibit I - Supplemental Conditions. 2. Construction Agreement 3. Exhibit H — General Terms and Conditions 4. Advertisement for bids, instructions to bidders, proposal, contract form, payment and performance bond. 5. Exhibit M - Plans 6. Exhibit M - Specifications 7. Exhibit J - Technical Specifications 8. FDOT Roadway and Traffic Design Standards 9. FDOT Standard Specifications for Roadway and Bridge Construction 93 TABLE OF CONTENTS I. GENERAL REQUIREMENTS & COVENANTS Section 1 Definitions and Terms .......................... ..............................3 Section 2 NOTE: Omitted Entirely (Proposed Requirements & Conditions) ... 10 Section 3 NOTE: Omitted Entirely (Award and Execution of Contract) .......... 11 Section 4 Scope of Work ................................... .............................11 Section 5 Control of Work .................................. .............................17 Section 6 Control of Materials .............................. .............................28 Section 7 Legal Requirements and Responsibility to the Public ................... 31 Section 8 Prosecution and Progress ....................... .............................40 Section 9 Measurement and Payment ..................... .............................50 94 !1A EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 95 LETTER OF TRANSMITTAL Transportation Engineering and Construction Management Department 2885 Horseshoe Drive South Naples, Florida 34104 Phone: (239) 252 -8192 Fax: (239) 252 -5885 11A Date: December 14, 2009 DATE Project Name: Northbrooke DriveNalewood Drive Extension Re: Contract 9 60106 Technical Special Provision for Signal 12 -14 -09 TO: Robert Tipton, P.E., P.T.O.E. — Director, Traffic Operations We Are Sending You: Z Attached ❑ Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Reproducible ❑ Copy of letter COPIES DATE NO. DESCRIPTION 1 12 -14 -09 Technical Special Provision for Traffic.Si nal Control Devices These Are Transmitted As Checked Below: ❑ For approval ❑Approved as submitted ❑ For your use ❑Approved as noted ❑ As requested ❑ "Returned for corrections ® For review and comment ❑ DUE: January 1 1, 2410 ❑Resubmit copies for approval ❑Submit copies for distribution ❑Return corrected prints ❑ Returned After Loan to Us A copy of the signal plans can be found at the following transportation location: H: \1Traffic Ops -ATM Dept\Proiect 60106 - Plans Copy To: rile t Manager 11A V TECHNICAL SPECIAL PROVISION FOR Traffic Signal Control Devices Collier County project Number 60106 Roadway Improvement o Immokalee Road (CR 846) Prepared For: Collier County Transportation Engineering & Construction Management Department Ca er County 1 _moo YEARS 1) Parsons Brinckerhoff 5405 West Cypress Street Tampa, Florida 33607 Prepared By: Bijan Behzadi, P.E. Date: December 9, 1-009 Florida P.E. Number: 43868 I I A' PURPOSE: All work associated with the installation of a traffic signal shall conform to current Florida Department of Transportation (FDOT), National Electrical Codes (NEC) and this supplement. It is the intent of this supplement to detail installation requirements dictated by the County, which exceed standard FDOT and NEC requirements. It is the Contractor's responsibility to note these extended specifications, and to adhere to the methods. and requirements mandated in this document. GENERAL INSTALLATION AND MAINTENANCE REQUIREMENTS WORKMANSHIP: All work is to be performed in a workmanlike manner. It is the Contractor's responsibility to provide the labor, skilled in the appropriate areas, necessary to provide an acceptable and professional finished product. The Contractor and his personnel shall have, at all times, all the necessary paperwork needed to complete the job. It is expected that plumb surfaces shall be plumb. Spacing of multiple components, such as conduit stubs or straps, shall be in equal increments. All materials shall be new or in like -new condition. All mast arm pole assemblies, pedestrian poles, and supplemental signal poles shall be leveled to the satisfaction of the Collier County Signal Inspector. The Collier County Signal Inspector assigned to the project shall have the authority to make final determinations on whether workmanship, materials, and/or final product(s) meet the specifications contained herein. QUALIFICATIONS OF SIGNAL CONTRACTOR PERSONNEL The Contractor who is engaged in installing or maintaining traffic signals within Collier County shall have all work performed under the supervision of a traffic signal technician certified by the International Municipal Signal Organization (I.M.S.A.) as a Level I1, Traffic Signal Technician. All cabinet - related work shall be performed by an International Municipal Signal Association (IMSA) Level LI Technician, certified in traffic signals. This certification shall be presented at the pre- construction conference or upon request. A local permanent telephone number where trouble -calls can be received on a 24 -hour basis shall be provided by the Contractor. Licensed Electricians shall supervise all electrical service type work. Installation, repair and maintenance of the county's fiber optic cable network shall be performed by fully trained and qualified technicians. During all working hours, the Contractor shall have a responsible, English- speaking superintendent on the project with the capabilities and authority required by FDOT Specifications, Section 5 -3. 2 11A RESPONSIBILITIES OF SIGNAL CONTRACTOR PERSONNEL Collier County Traffic Operations Department Inspection Staff shall be notified in writing either via forrn letter (To: Collier County Traffic Operations, At: 2885 Horseshoe Drive South, Naples FL 34104) or e -mail (TrafficOps @colliergov.net) a minimum of 72 Hours prior to the commencement of jobs that include overhead or underground work that will be conducted as part of construction or maintenance projects within Collier County or State road rights -of -way within Collier County, Collier County Traffic Operations Department Inspection Staff shall also be notified either via form letter or e -mail a minimum of 12 Hours prior to any and all daily work to be performed throughout the entire length of construction or maintenance projects. Any changes that necessitate the rescheduling of work that has been previously scheduled shall be provided in writing via e -mail no later than the morning that it was to be performed. Collier County Traffic Operation Department Inspection Staff has the full authority to shut down any and all overhead or underground work that has failed to comply with the aforementioned requisites. All new traffic signal installations shall flash for a minimum of 48 hours prior to the beginning of the "48 Hour Test." Collier County reserves the right to redirect the termination point(s) of any or all conduit(s) from what is shown on the plans. If the quantity of materials is increased, the Contractor shall be compensated according to the per unit price of this change. The Contractor shall submit cut sheets on all materials proposed for the installation of a traffic signal. The material submittal will be reviewed by Collier County for conformance and returned to the Contractor within five business days. Whenever a new traffic control device is to be installed at a location where no device exists, the installing Contractor (from the time of activation of the device) will assume the full responsibility of maintenance of said device until such time as a final inspection is completed by the County and the installation accepted. Whenever a new traffic control device is to be installed at a location where there is an existing device, the Contractor shall assume the full responsibility of maintenance of the existing device on the commence work date of the contract. The Contractor shall be responsible for continuous maintenance of the existing device until such time as the new device is activated, inspected by the County, and accepted. For new traffic signals, conditional acceptance and inspection will be scheduled with Mr. Gregory Garcia of Collier County Traffic Operations, (239) 774 -8260, before the signal is placed in the normal operational mode. Notification is also required before placing the signal in the flashing mode. When a signal malfunction occurs, the Contractor shall respond within two hours of notification and repair the traffic signal so that it is operating in a safe manner. The Contractor shall be responsible for the permanent repair, and shall notify the County of the completion of the repairs within 24 hours. If the Contractor fails to respond within two hours, the County reserves the right 3 11A to either repair the malfunction or employ alternate personnel and charge -all costs incurred by Collier County to the Contractor. Authorized Collier County personnel may, at any time, enter the controller cabinet in order to restore any and all signal equipment to proper operation, if the malfunction or non- function of such equipment poses a hazard or inconvenience to motorists or pedestrians. Such authorized entry may occur at any time within the period of the contract, and such authorized entry shall in no way relieve the Contractor or manufacturer of his respective warranties. The Contractor shall be responsible for coordinating with all utilities having overhead or underground facilities in close proximity or possible conflict with the Contractor's excavations and underground cable installation. The Contractor shall notify all utility companies and maintaining agencies seventy -two (72) hours in advance of commencing work. Hand - digging will be required in all areas where the utilities stake or locate a possible conflict, or where hand - digging is specified on the plans. The exact location of utilities shall be determined by the Contractor when necessary, during construction. Traffic shall be maintained in accordance with the "Manual on Uniform Traffic Control Devices" and "Roadway and Traffic Design Standards" and as designated in the plans. In addition, the Contractor shall schedule work in such a manner that signal coordination is maintained throughout the course of the project at locations where the County requires existing coordination to be maintained. Coordination may temporarily be accomplished through the use of time -based coordination (TBC), where applicable, but in no case shall uncoordinated operation exceed a period of 24 hours. Existing signalization shall remain in place to the extent possible and shall be used for Maintenance of Traffic as required. The Contractor shall maintain vehicle detection at each signalized intersection for the duration of the project. The maintenance of existing signals, until removed, shall be the responsibility of the Contractor. Except as approved by the County, there will be no lane closures or signal shutdowns during the following periods: Monday through Friday, from 6:00 AM until 9:00 AM and from 3:00 PM until 6:00 PM, or as specified on the local agency permit documents. The Contractor will be permitted to work in the roadway during all other periods, unless informed otherwise by the County. In no case shall the Contractor close more than one lane without approval of the County. It is recognized that signal shutdown will sometimes be required, such as when installing a new controller. During times when signal shutdown is required, the Contractor shall be responsible for furnishing uniformed Law Enforcement Officers to direct traffic. CONCEALED WORK: All work which will not be readily visible upon. completion shall not be concealed until a County Signal Inspector gives approval. In the event the below items are concealed, it will be the 4 11 Contractor's responsibility to expose the questioned item(s) for the Inspectors' approval, at no additional cost to the County. This includes, but is not limited to: 1. Buried or imbedded conduit 2. Ground wire, rods, and array 3. Loops and homeruns 4. Leveling nuts before grouting 5. Loop splices before encapsulating GROUNDING: Minimum size of all ground/bond wire will be stranded #6 AWG. Bare wire will not be accepted inside a conduit. Ground wire shall be attached to the ground rod by means of a Exothermic Grounding Bond. Use materials from the same source, meeting the requirements of the Institute of Electrical and Electronics Engineers (IEEE) Standards 80 and 837. All ground rods shall be 5/8 " x 10', copper clad bonded to a steel core. All exposed, above- ground metal conduit shall be properly grounded with a grounding bushing or clamp. CONDUIT: All conduit and fittings shall be utilized for the purpose they were designed. There shall be no fabrications of non - standard sweeps by "cutting up" a standard sweep. Heat - bending PVC conduit is acceptable. No conduit shall be filled beyond the capacity stated in the National Electrical Code. PVC conduit stubs into the controller cabinet shall be plumb and evenly distributed. Spare conduits shall be brought to the nearest pull box and have a #I2 AWG blue insulated stranded or approved equivalent locate /pull wire installed. All PVC conduits shall be joined together with integral deep bell ends and special long line couplings. Controller cabinet PVC stubs are to be the following function and sizes: • One 3/4 " conduit for grounding. • One 1 1/2 " conduit for power service. • Two 3" conduit for vehicle traffic signal cable. • One 3" conduit for pedestrian traffic signal cable. • One 3" conduit for pedestrian detection cable. • One 3" conduit for video detection cable and/or inductive loop detection cable and emergency vehicle detection cable. • One 2" conduit for communications cable. Each one way mast arm traffic signal assembly shall contain the following conduits: • One dedicated 3" conduit for vehicle and /or pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. • One 2" conduit for video detection and Emergency Vehicle Detection cable. 5 11A Each two way mast arm traffic signal assembly shall contain the following conduits: • Two dedicated 3" conduits for vehicle and/or pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. • One 2" conduit for video detection and Emergency Vehicle Detection cable. Each pedestal mounted one or two way vehicle traffic signal assembly and with a one or two way pedestrian traffic signal assembly shall contain the following conduits: • One dedicated 3" conduit for vehicle and pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. Each pedestal mounted one or two way vehicle traffic signal assembly shall contain the following conduits: One dedicated 3" conduit for vehicle traffic signal cable. Each pedestal mounted one or two way pedestrian traffic signal assembly shall contain the following conduits: • One dedicated')" conduit for pedestrian traffic signal cable. • One 2" conduit for pedestrian detection cable. Each pedestal mounted one or two way pedestrian push button assemblies shall contain the following conduits: • One 2" conduit for pedestrian detection cable. All signalization cable to mast arm poles and inductive loop shielded cable and communications cable to the cabinet shall run in conduit either under pavement or underground as required. Conduit placed under pavement for signalization and /or communications shall be installed according to Sheet No. TSP -18 of the "Collier County Signalization Technical Special Provisions ". Conduit placed under pavement for inductive loop lead -ins shall be installed according to Sheet No. TSP -20 of the "Collier County Signalization Technical Special Provisions At no time shall logic level (low voltage), or fiber optic cable be placed in the same conduit as 120 volt signal cable. A #12 AWG blue insulated stranded or approved equivalent , locate /pull wire shall be installed in all conduits, spare conduits, or conduits shown on the plans that are to receive cable at a future date. At least five feet of locate /pull wire shall be accessible at each conduit termination and secured within the pull box or place of termination. All exposed, above ground conduit shall be heavy -wall, galvanized rigid conduit a minimum six inches underground. All threaded rigid conduit connections shall, be coated with anti -seize lubricant. All underground communications conduit shall be 2" HDPE (High Density Polyethylene) SDR 11, orange in color, sectional or continuous. fflo All underground signalization conduit shall be schedule 40 PVC, gray in color, sectional or continuous. Duct seal shall be used for sealing conduit ends. Spare conduits shall be capped with a removable PVC pressure cap. If conduits cannot be placed at a 30" minimum depth due to underground conflicts (i.e., rocks, roots, culvert pipes, etc.), then the Contractor shall contact the Collier County Signal Inspector to receive authorization to place conduits at less than 30" Conduit entrances into base - mounted controller cabinets through the sides, back or top of the cabinet are not permitted. DIRECTIONAL BORES AND DRIVEWAY CROSSINGS: All road crossings shall be accomplished by means of a directional bore. The contractor shall provide Collier County with directional bore log(s) taken at 10' intervals for all directional bores. The conduit installed shall be Schedule 40 PVC continuous conduit or sectional. The Contractor shall provide the appropriate manufacturer fittings when switching from the polyethylene continuous conduit to standard PVC. Examples of appropriate couplings are Etco Specialty Products and E -loc couplings. The Contractor will be responsible for cleaning up the spoil and returning the site back to the original condition after the bore operation is complete. All drainage facilities shall be properly protected (i..e. hay - bails, silt- fence, etc.) from directional bore spoil. In the event that drainage facilities become filled with spoil as a result of the directional bore, it shall be the Contractor's responsibility to have the material removed and the facility returned to its original condition. SIGNAL CABLE: All pedestrian and vehicular indication signal cable shall be IMSA Spec. 19 -1, stranded, #14 AWG. A minimum 15 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for vehicular signal indications. A minimum two 15 conductor signal cables shall be installed continuous from the controller assembly to a two -way mast arm pole terminal compartment for vehicular signal indications. A minimum 7 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each through movement signal indication terminal block. A minimum 9 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each left and/or right turn movement signal indication terminal block. A minimum 9 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for pedestrian signal indications. A minimum 5 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each pedestrian signal indication terminal block. 7 A minimum 7 conductor signal cable shall be installed continuous from the controller assembly to each pedestal mounted vehicular signal indication terminal block. A minimum 5 conductor signal cable shall be installed continuous from the controller assembly to each 1 -way pedestal mounted pedestrian signal indication terminal block. A minimum 9 conductor signal cable shall be installed continuous from the controller assembly to each 2 -way pedestal mounted pedestrian signal indication terminal block. All Pedestrian detection cable shall be IMSA Spec. 50 -2, shielded, stranded, #14 AWG. A pedestrian detection cable shall be installed continuous from the controller assembly to each pedestrian push button. The pedestrian detection cable shield wire shall be terminated in the controller assembly earth ground buss bar. All L.E.D. illuminated sign panel cable shall be IMSA Spec. 19 -1, stranded, #14 AWG. A minimum 5 conductor signal cable shall be installed continuous from the controller assembly to each mast arm pole terminal compartment for L.E.D. illuminated sign panels. A minimum 5 conductor signal cable shall be installed continuous from the mast arm pole terminal compartment to each L.E.D. illuminated sign panel. An Ethernet switch meeting the requirements outlined within this specification shall be supplied with each controller assembly. The controller assemblies shall be supplied with a fiber optic communications interface that is fully compatible with the counties existing Advanced Traffic Management System. The controller cabinet assembly shall include approved rack mounted detector assemblies with external power supply. The rack with associated field hook -up panel(s) shall be fully wired and capable of 32 channels of detection consecutively labeled according to NEMA phase associations. When the rack assembly with power supply is furnished as part of the cabinet assembly, the cost of such shall be covered by the cost of the controller /cabinet assembly Pay Item. The Contractor shall provide additional racks, power supplies and mounting hardwire when detection requirements exceed 32 channels, or as shown on the plans. The cost of the additional racks, power supplies and mounting hardware shall be included in the cost of the detector units. CONTROLLER UNITS Each Controller Unit shall be solid state diffital, based upon microprocessor design. The Controller shall meet, as a mimmum, all applicable sections of the NEMA TS 2 Traffic Controller Assemblies with NTCIP Requirements, 1998. Where differences occur, this specification shall govern. The controller shall be an Eagle Model Epac 3108M51 NEMA TS2, Type 1, with "SCOOT" communications port, fully compatible with Collier Counties existing Advanced Traffic Management System. 8 11A MALFUNCTION MANAGEMENT UNIT This specification sets forth the minimum requirements for a shelf - mountable, sixteen channel, solid -state Malfunction Management unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. Where differences occur, this specification shall govern. TS 2 CABINET POWER SUPPLY The TS 2 cabinet power supply shall provide regulated DC power, unregulated AC power and a line frequency reference for the TS 2- detector rack, Bus Interface Units, load switches, and other auxiliary equipment. As a minimum, the power supply shall meet all applicable requirements of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. In addition the 12 volt DC output shall be rated at 5 amps. The TS2 cabinet power supply shall be an Eagle Model CPS -105 or approved equivalent. Where differences occur, this specification shall govern. CABINET ASSEMBLY This specification sets forth the minimum requirements for a control cabinet assembly. The cabinet assembly shall meet, as a minimum, all applicable sections of the NEMA TS2 Traffic Controller Assemblies with NTCIP Requirements, 1998. CABINET - DESIGN AND CONSTRUCTION GENERAL The cabinet and door(s) shall be constructed from type 5052 -H32 aluminum with a minimum thickness of 0.125 inches. All welds shall be neatly formed and free of cracks, blowholes and other irregularities. All inside and outside edges of the cabinet shall be free of burrs. All sharp edges shall be made smooth. The cabinet shall be designed and manufactured with materials that will allow for base mounting. A rain channel shall be incorporated on all four (4) sides of the main door opening to prevent liquids from entering the enclosure. Cabinet door openings shall be double flanged outward on all four (4) sides to produce the rain channel. The top of the cabinet shall incorporate a 1 (inch) slope toward the rear to prevent rain accumulation. The cabinet shall be supplied with a natural aluminum finish. Sufficient care shall be taken in handling to ensure that scratches are minimized. All surfaces shall be cleaned of all oil residue and shall be free from weld flash. All interior seams shall be sealed with RTV sealant or equivalent material. All cabinets shall be supplied with two removable shelves manufactured from 5052 -H32 aluminum having a minimum thickness of 0.125 inches. Shelves shall have a minimum depth of 10.5 inches. V1 11A One set of vertical "C" channels shall be mounted on each interior wall of the cabinet for the purpose of mounting the cabinet components. The channels shall accommodate spring - mounted nuts or studs. All mounting rails shall extend to within four (4) inches of the top and bottom of the cabinets. Rivets or pop - rivets of any kind shall not be used in the cabinet or on the main panel. No bolts or screws shall protrude through the outside wails, top, bottom, or sides of the cabinet. All cabinets shall be supplied with four (4) anchor bolts to properly secure the cabinet to its base. DOOR and HARDWARE The lower section of the cabinet door shall be equipped with a louvered air entrance. The air inlet shall be large enough to allow sufficient airflow per the rated fan capacity. A removable fiberglass, air filter shall be supplied with each cabinet. The filter shall be secured to the air entrance in such fashion as to maintain close contact, at all times, to the louvered air entrance. The filter retainer shall be a slide fit design with no bolts or springs utilized'to secure the filter to the door opening. The roof of the cabinet shall incorporate an exhaust plenum with a vent screen. Perforations in the vent screen shall not exceed 0.125 inches in diameter. The main door shall be equipped with a three -point draw roller type latching mechanism. The push rods shall be turned edgewise at the outward supports and shall be 0.250 inch by 0.750 inch aluminum, minimum. The handle on the main door shall include a hasp for the attachment of an optional padlock. The handle shall not extend beyond the perimeter of the main door at any time. The lock assembly shall be positioned so that the handle shall not cause any interference with the key when opening the cabinet door. When the door is closed and latched, the door shall automatically lock. It shall not be necessary to use a key in order to lock the door. The main door shall be equipped with a mechanism to automatically hold the door open at approximately 90, 125, and 150 degrees, in windy conditions. The main door shall be equipped with a #22 tumbler lock number. The lock shall be of brass construction, and shall have a swing away cover. Two No. 2 keys shall be supplied and attached to each cabinet door upon shipment. POLICE SWITCH COMPARTMENT A switch compartment shall be provided on the main door. The opening for the switch compartment door shall be double flanged on all four sides and shall incorporate a rain channel on all four sides. The police door lock shall be of brass construction, and shall have a swing away cover. All cabinets shall have a police panel door that utilizes a slam shut type latching mechanism. Two police keys shall be supplied and attached to each cabinet door upon shipment. TYPE I TERMINALS AND FACILITIES MAIN PANEL DESIGN The main panel shall be constructed from 5052 -H32 brushed aluminum of 0.090 inches minimum thickness and formed so as to minimize any flexing when plug -in components are installed. All main panels shall be hinged at the bottom to allow easy access to all wiring on the 10 11 rear of the panel. The cabinet back panel conductors shall be arranged to allow the top of the panel to be tilted out through the main cabinet door. MAIN PANEL CONFIGURATION: The main panel shall be fully wired in the following configuration: Sixteen load switch sockets, (eight vehicle sockets, four pedestrian sockets and four overlap sockets) eight flash transfer relay sockets, one flasher socket and two main panel BIU rack positions. Reference designators for all load switch and flash transfer relay sockets shall be silk - screen labeled on the front and rear of the main panel. Up to eight load switch sockets may be positioned horizontally and stacked in two rows on the main panel. All load switch sockets, flasher sockets, and flash transfer sockets shall be mounted on the main panel only. A bracket extending at least half the length of the load switch shall support all load switches. This support must be ri gidly mounted to the main panel and be removable for maintenance by using hand tools only. All field output circuits shall be terminated on a non -fused terminal block with a minimum rating of 20 amps. All main panels shall provide means of programming the controller phase outputs to load switch inputs with only the use of a screwdriver. Permanent alphanumerical labels shall identify all field inputloutput (1/0) terminals. All labels shall use standard nomenclature per the NEMA TS 2 Specification. All flash color selection shall be accomplished at the field terminals with the use of a screwdriver only. It shall also be possible to select, through terminal connections, which of the two flasher circuits is connected to each phase. All cabinets shall be wired so that flasher circuit output #1 shall be wired for phases 1,2,5,6 and overlap A and overlap C. Flasher output circuit #2 shall be wired for phases 3), 4, 7,8 and overlap B and overlap D. All cabinets shall be pre -wired to flash phases 2 and 6 yellow and all other phases and overlaps red. Signal output terminals shall be screw type, Compression type termination shall not be acceptable. As a minimum, a RC network shall be wired in parallel with each group of three flash - transfer relay coils. A RC network shall be installed on all other relay coils. 11 All Controller Unit and Malfunction Management Unit cables shall be of sufficient length to allow the units to be placed on either shelf. Connecting cables shall be jacketed or sleeved in a braided nylon mesh. The use of exposed tie -wraps or interwoven cables are not acceptable. Cabinet configuration shall be provided with a minimum of eight RS -485 Port 1 communication cables to allow full capabilities of that cabinet. Each communication cable connector shall be a 15 -pin metal shell D sub - miniature type. The cable shall be a shielded cable suitable for RS -485 communications. CABINET AUXILIARY SWITCH PANEL AND POLICE PANEL An auxiliary switch panel shall be mounted on the inside of the main door. The auxiliary switch panel shall provide as a minimum the following: AUTO /FLASH SWITCH. When in the FLASH position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. When the switch is moved from FLASH position to the AUTO position, an external start signal shall be applied to the controller. This external start signal will force the controller to initiate the start up sequence when exiting flash. SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed from all signal heads in the intersection. The MMU shall not conflict or require reset. STOP TIME ON /OFF /AUTO SWITCH. STOP TIME ON position, when applied, the controller shall be stop timed in the current interval. STOP TIME OFF position, when applied, the controller shall not stop time in the current. interval. STOP TIME AUTO position, when applied, the controller normal operation. EQUIPMENT POWER ON /OFF SWITCH. This switch shall control the Controller Unit, Malfunction Management Unit and Power Supply AC power. When in the ON position the AC power shall be applied. The police door switch panel shall contain the following: -AUTO /FLASH SWITCH. When in the FLASH position, power shall be maintained to the controller and stop time shall be applied. The intersection shall be placed in flash. When the switch is moved from FLASH position to the AUTO position, an external start signal shall be applied to the controller. This will force the controller to initiate the start up sequence when exiting flash. SIGNALS ON /OFF SWITCH. When in the SIGNALS OFF position, power shall be removed from all signal heads in the intersection. The MMU shall not conflict or require reset. AUTO /MANUAL SWITCH. Cabinet wiring shall include provisions for an AUTO /MANUAL toggle switch and a six (6') foot hand cord. Hand Cord and police panel connection shall be made with an RCA type connection. 12 11A' All toggle type switches shall be heavy duty and rated 15 amps, at a minimum. Single or double - pole switches may be provided, as required. All switch functions shall be permanently and clearly labeled. All wire routed to the police panel and auxiliary panel shall be adequately protected against damage from repetitive opening and closing of the main door. No modular connectors will be allowed in the cabinet except for the detector panel interface. All other cabinet wiring shall be "hard wired" point to point. AUXILIARY DEVICES- LOAD SWITCHES Signal load switches shall have a minimum load current rating of 10 amperes at 1.20 VAC for incandescent lamp load. The front of the load switch shall embody a minimum of three LED indicators. The three indicators shall show the inputs to the load switch. The full supplement of load switches shall be supplied with each cabinet to allow for maximum phase utilization for which the cabinet is designed. FLASHER The flasher shall be rated at 15 amperes, double pole with a nominal flash rate of 50 FPM. FLASH TRANSFER RELAYS All flash transfer relays contacts shall be capable of making, breaking, with a contact current rating of twenty (20) amperes. The coil of the flash transfer relay must be de- energized for flash operation. The full complement of flash transfer relays shall be supplied with each cabinet to allow for maximum phase utilization for which the cabinet is designed. BUS INTERFACE UNITS All Bus Interface Units (BTU's) shall meet the requirements of the NEMA TS 2 -1.998 Standard. The full complement of Bus Interface Units shall be supplied with each cabinet to allow for maximum phase and function utilization for which the cabinet is designed. Each Bus Interface Unit shall include power on, transmit and valid data indicators. All indicators shall be LED's. PHOTOCELL CONTROL A photocell for street name sign(s) and /or street lighting shall be located inside the controller cabinet. The photocell shall be mounted on a separate panel and be wired so that an on/off/auto switch can be utilized for maintenance personnel. A 2" hole, covered with Plexiglas, shall be installed in the controller cabinet. All signs shall have one breaker specifically for the illuminated street sign located on the power panel, which shall be labeled accordingly. ETHERNET SWITCH A 10 port managed Ethernet switch with gigabit uplink ports shall be furnish and installed in each controller assembly. Ethernet ports shall consist of 2 fiber optical Ethernet ports (1000 Base 13 11Aq" X) and 8 fast Ethernet ports (10/100 Base TX). All fiber connections to the Ethernet ports shall use an "FC" type connector. The 2 fiber optical gigabit ports and fast Ethernet ports I through 4 shall be reserved for arterial monitoring camera use. The fast Ethernet ports 5 through 8 shall be reserved for the Collier County Traffic Management System use. The unit shall carry a 5 year warranty - applicable to design and manufacturing related product defects. The Ethernet switch shall be a "RuggedSwitch" model: "RS900G- HI- N- 2LC10" or equivalent. The signal contractor shall furnish and install "Transient Voltage Surge Suppression" for the Ethernet switch. The 120 VAC power to the Ethernet switch shall be wired to an advanced 3 stage hybrid, solid state power line protector (load side). The power line protector (line side) shall be connected to the controller assembly, power panel, 15 amp auxiliary breaker. Wire connections to the power line protector shall be made with compression type screw terminations. The power line protector shall be an "EDCO" model: "HSP121 BT- 1RU" or approved equivalent. VIDEO ENCODER When arterial monitoring cameras are shown on the plans, the signal contractor shall furnish and install a "Video Encoder" in the controller assembly. The video encoder shall be a "Mavix MediaRacer 150 Series (Extended Temp AC)" model "MXRD030" or approved equivalent. FIBER OPTIC CABLE The Contractor shall furnish and install fiber optic cable as shown on the plans and in accordance with the requirements specified herein. All fiber shall be shipped on reels of marked continuous length. No splices shall be permitted within the fiber jacket. All fiber shall be labeled with the logo "TRAFFIC OPERATION`S" and cable length at a minimum of every meter. The fiber optic cable shall have a continuous linear green stripe on the exterior of the cable. After installation, the distance .markings at each end run shall be logged and provided to the county. After installation, each run of fiber optic cable shall be marked within 0.3 meters of each splice and/or termination with the location that the cable goes to. The following standards are applicable and are hereby incorporated by reference: ORGANIZATION STANDARD APPLICABILITY REA TIA /EIA BELLCORE PE -90 598A -95 472D TR -N'WT -00020 Cable Construction Color Coding _Fiber Optic Cable _Optical Characteristics The Single -Mode fiber cable shall consist of 12, 18, 24, 30, 36 or 48 fibers as shown on the plans, arranged in color coded buffer tubes of six individually color coded fibers. When less than six buffer tubes are required for the number of fibers, polyethylene filler rods shall be used to maintain cable integrity. Each buffer tube shall be filled with a non- hygroscopic gel for protection of the fibers from impact and moisture ingress. Aramid or Kevlar strength members shall be bundled with the buffer tubes and the filler rods and jackets shall also contain non- 14 I I A'' hygroscopic gel. The entire cable shall conform to REA Specification PE -90. The minimum bend radius of the cable shall be no more than 242 millimeters, and the maximum tensile strength shall be at least 135 Newton short term and 30 Newton long term. The fiber optic cable shall meet the following optical specifications: • Attenuation at 1310 nanometers < 0.35 dB/km • Attenuation at 1550 nanometers < 0.25 dB/km • Attenuation at 1383 nanometers < 2.1 dB/km • Point Discontinuity < 0.10 dB/km • Core Diameter 83 43/64 m • Cladding Diameter 1.250 + 1.0 4' )/64 m • Core -Clad Concentricity < 0.8 43/64 m • Coating Diameter 245 + 10 43/64 m • Numerical Aperture 0.13 • Index of Refraction (1310nm) 1.4675 • Index of Refraction (1550nm) 1.4681 All saw cuts must have loop and lead -in wires placed and sealed immediately after initial sawing with a loop sealant that is approved by the State Materials Office, and is on the Certified Products List; except Type III Steep Asphalt and Type 1I Coal Tar Base cement, which are not acceptable for use in Collier County. Loop wire placement in saw cuts shall be a minimum of one inch from pavement surface. All saw cuts for loops or loop lead -ins at signalized intersections shall not exceed 4.25 inches nor lie less than 3.75 inches, with 4.00 inches being the standard. Exception to this requirement may be taken, when in the judgment of the county, the required depth exceeds the thickness of the existing pavement. ELECTRICAL POWER SERVICE The Contractor shall install electrical power service equipment as shown in the plans. Installation shall be in accordance with Index No. 17736 of the Roadway and Traffic Design Standards, January 2008, as illustrated with "NO METER USED ". Electrical service shall be installed in accordance with the current NEC and FDOT Standard Specifications for Road and Bridge Construction, with the following enhancements: When replacing any electrical power service, all work shall be completed in one day and the signal shall be made fully operational by the end of the Contractor's workday. A 40 ampere breaker will be installed for the electrical power service unless current requirements for normal operation of the signalized intersection exceeds 25 amperes. As a minimum, the breaker supplied for the electrical power service shall exceed the current requirements for normal operation of the signalized intersection by twenty five percent. No nails or small screws shall be used to mount the electrical disconnect or straps in place. 15 " ' 11A All fastening devices shall be screws, sleeve anchors, or lag bolts, 5/16 " x 2" or larger. The electrical service shall be installed onto a 8' concrete service pedestal. The electrical service disconnect and breaker shall be manufactured by Square D Company. The service disconnect part number shall be QO612LIOORB or approved equivalent. All service wire is to be 96 AWG minimum. The service neutral wire shall have continuous white insulation. Earth ground conduit size from the disconnect shall be 3/4 " rigid. After the wire leaves the weather head, the wire shall have a minimum of ten turns to form a coil, with a minimum of 3' of wire past that point. Meyers hubs shall be used for all conduits exiting the electrical service disconnect. The 1 1/2 " service feed may be changed to PVC 18" below grade. PHASE WIRING Each vehicle movement shall be wired separately and combined in the controller cabinet to obtain the specific sequence of operation as shown on the plans or as directed by the county. Wherever applicable, or as otherwise specified by the county, the controller assembly will be wired with signal head numbering and vehicle phasing per Index No. 17870 of the Roadway and Traffic Design Standards, and directionally oriented as follows: A. When MAJOR ARTERIAL is a North/South direction: • Southbound Vehicle Movements = Controller Phase Two • Northbound Vehicle Movements = Controller Phase Six • Eastbound Vehicle Movements = Controller Phase Eight • Westbound Vehicle Movements = Controller Phase Four B. When MAJOR ARTERIAL is an East/West direction: • Southbound Vehicle Movements = Controller Phase Eight • Northbound Vehicle Movements = Controller Phase Four • Eastbound Vehicle Movements = Controller Phase Six • Westbound Vehicle Movements = Controller Phase Two PEDESTRIAN ASSEMBLIES Article 653 -2 of the Standard Specifications is expanded as follows: All pedestrian signals shall meet current F.D_O.T. Specifications, shall display International Symbols, be black in color and be constructed of lightweight aluminum. Article 665 -2 of the Standard Specifications is expanded as follows: Pedestrian and push button signs shall be CC- R10 -3e according to the Collier County "PEDESTRIAN PUSH BUTTON SIGN DETAIL" sheet. Refer to plan sheet notes for applicable street names. The location of each button shall face the crosswalk for which it is intended. Cable from the pedestrian and /or vehicle signals shall not be run in the same conduit as the cable for the pedestrian detectors. All pedestrian field wiring entering the controller shall be wired through an appropriate lightening suppression device. 16 REMOVAL OF EXISTING EQUIPMENT Existing signal equipment removed from any project shall become the property of Collier -County, except any concrete or wooden signal poles which shall be disposed of by the contractor. SIGNAL EQUIPMENT: All signal heads shall be TCT, Eagle Mark Five or other County - approved equivalents with tunnel visors. Plastic signal heads are not accepted. All signal indications shall be L.E.D, as manufactured by GE Illumination or approved equivalent. Collier County's standard is to install signal heads horizontally on mast arm (rigid mount) installations, and vertically on span wire (free swinging mount) installations. Exclusive and through movement signal heads shall be placed in the center of the lane, as required by geometrics. Five section signal heads shall be placed on the lane line, as required by geometrics. Five section vertical mounted signal heads shall have a serrated locking spacer ring installed on the arrow side of the signal head. The doors of a five- section signal head shall open away from each other (i.e., the wing nuts are between the two sections). A terminal strip shall be added to the red circular indication of the five section cluster. The wire connection for the red indication shall be made on this terminal block. All East and/or West bound traffic signal heads shall have back plates. Signalized intersections that do not have a clearly defined East, West, North, and South bound movement shall have back plates installed on all traffic signal heads. All traffic signal back plates shall be louvered vacuum - formed plastic Pelco Products Inc. or approved equivalent, and mounted with the manufacturer's supplied hardware. All dark signal indications shall be covered with covers manufactured by Traffic Sign and Signal Cover Concepts or other County approved equivalents. All pedestrian heads shall be single section, with international symbols. The pedestrian signal indications shall be full -hand and full - man, Countdown, L.E.D's, as manufactured by GE Luminations or approved equivalent. Pedestrian signals are to include explanatory international signage according to the Collier County "Pedestrian Push Button Sign Detail ". Standard (no terminal compartment) "Astro -Brac" signal mounting systems using stainless steel wire rope cables as manufactured by Pelco Products, Inc. shall be used throughout and installed to the manufacturer's installation instructions. All signal assemblies shall have tube caps installed and the excess tube cut off Pedestrian signal poles and ground- mounted, near side traffic signal poles shall be mounted using Pelco, part #PB 5335 base assemblies. These base assemblies must be equipped with Pelco Products, Inc. part #PB 5325 pole and base collar assembly. All aluminum poles shall have a 17 11A I I spun finish. This pole shall be grounded by means of a solderless lug. All poles which require threads (i.e., to mount pedestrian pushbuttons, pedestrian signs, etc.) shall be drilled and tapped. OPTICAL VEHICLE DETECTION: Optical vehicle detection is Collier County's standard for vehicle detection: All new intersections shall utilize video detection on all approaches, including system detection. Any modification to existing intersections which necessitate replacement of 50% or greater vehicle detection zones (excluding system loops in the calculation) shall be converted entirely to video detection. If less than 50% is being replaced, standard inductive loop detectors can be used. Vehicle detection shall be accomplished by means of video detection. All vehicle detection modules shall be Iteris Vantage Edge 2 dual input video processors, including one Iteris Vantage E- Access module and one Vantage TS24M Interface Module. The video detection system shall communicate with TS -2 controllers using standard protocols. All cameras shall be Iteris Vantage color camera assemblies. The camera(s) shall be wired with a combination video /powers cable as manufactured by Isotec or approved equivalent. The camera(s) shall be equipped with an ES 170 motorized zoom lens, 115 VAC, NTSC with Edco Model RMCX1.05 video detection suppression with a BNC pig tail. All of the video suppressors shall be mounted upon one panel along with the system main surge arrestor and terminal block. All cameras shall be mounted on a Pelco mast arm camera bracket, part #AB -0 175- 5- 96 -ALO or approved .equivalent. The system shall come equipped with a 2 channel video input 9" color monitor with 800 lines of resolution and 2 BNC connectors, part #CEM- 09/09A. All associated cable shall be that which is recommended by the manufacturer. The system installer shall leave a minimum of 30" of spare cable at each camera bracket to neatly form a cable -tied loop to the camera. All manufacturer installation instructions and tools shall be used. INTERNALLY ILLUMINATED SIGNS: All internally illuminated street name signs shall be a rigid mount on the mast arm. The mounting hardware shall consist of two Engineered Castings, Inc. or Pelco Products, Inc., sign hanger brackets. IIluminated street signs shall utilize L.E.D.'s as the light source. All sign faces shall have a green background with white lettering and a 1 " white border around the entire sign. Specification is for the Carmanah 8409 LED Edge or Engineered Castings Quantim Lite internally illuminated Street Name Sign - for both single sided and double sided .under hang mounted signs. Mechanical Specifications: The outer dimensions of the sign assembly shall be standard nominal heights of 18 and 24 inches, and standard nominal widths of 4, 5, 6, 7, or 8 feet. The maximum thickness of the sign shall be 2.00 inches. The maximum weight shall not exceed: 4' x 18" : 40 lbs 4' x 24" : 45 lbs 5' x 18 : 45 lbs 5' x 24" :55 lbs 18 1llAo4a 6' x 18" : 50 lbs 6' x 24" : 65 lbs 7' x 18" : 60 lbs 7' x 24" : 75 1 bs 8' x 18" : 70 lbs 8' x 24" : 85 l bs UNINTERRUPTED POWER SUPPLY The UPS shall have six (6) sets of normally open (NO) and normally closed (NC) single pole double -throw (SPDT) dry contact relays rated for 250VAC @IA. ON BATTERY -The relay is energized whenever the UPS switches to battery power. LOW BATTERY - The relay is energized when the battery has reached a user defined low battery level of remaining useful capacity. This alarm is latched when a qualified line returns or the inverter shuts down. The default setting is 47VDC (-40 %) of remaining useful battery capacity. TIMER 1- The relay is energized after being in backup mode for a given amount of time. This timer is adjustable from 0 to 8hr. The default setting is two (2) hours. ALARM- The relay is activated after a specific or general alarm is detected. The alarm conditions include: line frequency, low output voltage, no temperature probe; overload, unconnected batteries, high temperature ( >55 °C) and low temperature ( <- 20 °C). FAULT The relay is activated after a specific or general fault is detected. These faults include: short circuit, low battery voltage ( <41VDC), high battery voltage (> 59VDC), overload and over temperature (575 °C). AC /DC FAN CONTROL -The relay is activated when the battery ambient temperature is greater than 35 °C or at a user programmable threshold from 25 to 55 °C @ 5 °C increments. The UPS shall have a DE -9 RS -232 connector on the front panel. The UPS shall have an optional RJ45 Ethernet connector on the front panel. The UPS shall have a battery connector on the front panel_ The battery connector shall be an Anderson p/n SB50 or equivalent. The UPS shall have a RJ 14 battery temperature probe connector on the front panel. The operating - temperature range of the UPS shall be -40° to 55 °C with the capability of operating @ 40OW: 1. For up to 4hr at 25 °C ambient using the 50Ah batteries. 2. For up to 8.8hr at 25 °C ambient using the 94Ah batteries. The batteries shall be Gel Cell Valve Regulated Lead Acid (VRLA) type specifically designed for outdoor use. The batteries shall be designed for Float Service to provide 100% out -of -box runtime capacity. The batteries shall have a five (5) year full replacement, non - prorated warranty. 19 11 " The FL05 side mount cabinet will house the entire UPS, including batteries, switches, charger and inverter. The cabinet must meet the requirements for NEMA 3R enclosures. The housing must have the dimensions so that it may easily be attached the side of an M or P Type cabinet. Dimensions of the enclosure shall not exceed 17.1) x 17.W x 48.5. H. The UPS enclosure must not interfere with the opening of the traffic cabinet door. The complete enclosure and door must be made from .125. thick aluminuin. All external seams must be continuously welded. The door opening must have a double flange for weather sealing purposes. The housing must have a port for connecting an external generator. The generator door compartment shall include a generator /line switch to transfer to generator mode. A fan must be mounted in the air baffle at the top of the cabinet with an air outlet built into the overhang. The fan must be thermostatically controlled. The bottom of the door must be louvered to allow airflow. A removable dust filter must be located behind the vent. The enclosure will include built in transfer switches for both bypassing the UPS for maintenance and to manually transfer to generator power when a generator is connected during long power outages. The Maintenance bypass switch will be a 3- position switch, UPS Normal mode, bypass UPS on and bypass UPS oif. The generator will be a two- position switch, Normal AC power and Generator Power. A quick connect generator connector will be built in to the enclosure and accessed through a flush mounted police door with a #2 Corbin type lock. The external side of the door will be flush to the outside of the cabinet and mounted on the right side of the enclosure, when facing the front. As part of the enclosure a battery cable kit with individual quick disconnect for each battery will be provided to connect the battery to the UPS, and accommodate the specified batteries. Rubber boots are to be provided as part of the battery cable kit for each terminal on the battery for protection and safety. EMERGENCY VEHICLE PRE- EMPTION Each approach to a signalized intersection shall be provided with an emergency vehicle pre- emption. The installation shall be compatible with the existing Collier County 3M Opticon Emergency Vehicle Pre - Emption System. EMERGENCY VEHICLE PRE- EMPTION Each approach to a signalized intersection shall be provided with an emergency vehicle pre - emption. The installation shall be compatible with the existing Collier County 3M Opticon Emergency Vehicle Pre- Emption System. 20 11A " Pre - emption wiring: Each vehicle movement shall be wired separately and combined in the controller assembly to obtain the specific sequence of operation as shown on the plans or as directed by the county. Each Pre - Emption detector shall be wired in the controller assembly to place a call for service in the following "Controller Emergency Pre - Emption number: A. When MAJOR ARTERIAL is a North /South direction: Northbound Vehicle Movement .... ............................... Controller Emergency Vehicle Pre - Emption #1 Eastbound Vehicle Movements ................ .....................Controller Emergency Vehicle Pre - Emption #2 Southbound Vehicle Movement ................. ...................Controller Emergency Vehicle Pre- Emption #3 Westbound Vehicle Movement ..................................... Controller Emergency Vehicle Pre- Eruption #4 B. When MAJOR ARTERIAL is an EasvWest direction.: Eastbound Vehicle Movement ...................................... Controller Emergency Vehicle Pre - Emption #1 Southbound Vehicle Movement.._ ............ .....................Controller Emergency Vehicle Pre - Emption #2 Westbound Vehicle Movement ..................................... Controller Emergency Vehicle Pre - Emption #3 Northbound Vehicle Movement .................................... Controller Emergency Vehicle Pre - Emption #4 2.1 11 A 1 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11-03063-P DATE ISSUED:September 18, 2009 Form#0941 08/95 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: This application is a request for an Environmental Resource Permit authorizing Construction and Operation of a surface water management system serving a 3.45- acre roadway improvements project known as Roadway Improvements of Immokalee Rd (CR 846) - Valewood Dr, with discharge into Cocohatchee Canal Basin via an existing roadside swale on the north side of Autumn Oaks Lane via the proposed surface water management system. PROJECT LOCATION: COLLIER COUNTY, SEC 29 TWP 48S RGE 26E PERMIT DURATION: See Special Condition No:1. See attached Rule 40E-4.321, Florida Administrative Code. This is to notify you of the District's agency action concerning Notice of Intent for Permit Application No 090327-5, dated March 27, 2009. This action is taken pursuant to Rule 40E-1.603 and Chapter 40E-40,Florida Administrative Code(F.A.C.). Based on the information provided, District rules have been adhered to and an Environmental Resource General Permit is in effect for this project subject to: 1. Not receiving a filed request for a Chapter 120,Florida Statutes,administrative hearing. 2. the attached 19 General Conditions (See Pages: 2-4 of 6), 3. the attached 19 Special Conditions(See Pages: 5-6 of 6)and 4. the attached 4 Exhibit(s) Should you object to these conditions, please refer to the attached "Notice of Rights"which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter. If we do not hear from you in accordance with the"Notice of Rights,"we will assume that you concur with the District's action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a "Notice of Rights" has been mailed to the Permittee (and the persons listed in the attached distribution list) no later than 5:00 p.m. on this 18th day of September, 2009, in accordance with Section 120.60(3,Florid tatutes. BY: Philip Flood Jr. Service Center Director Collier County Service Center Certified mail number 7006 2150 0002 5479 3742 Page 1 of 6 11 4 1 NOTiCE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Fla. Stat., following is notice of the opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Stat. Persons seeking a hearing on a District decision which does or may determine their substantial interests shall file a petition for hearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373,427; Fla. Stat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fla. Stat. "Receipt of written notice of agency decision" means receipt of either written notice through snail, or electronic mail, or posting that the District has or intends to take final agency action; or publication of notice that the District has or intends to take final agency action. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the timeframe described above waives the right to request a hearing on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand- delivery or facsimile. Filings by e-mail will not be accepted. Any person wishing to receive a clerked copy with the date and time stamped must provide an additional copy, 4 petition for administrative hearing is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach, Florida. Any document received by the office of the SFWMD Clerk after 5:00 p.m. shall be filed as of 8:00 a.m. on the next regular business day. Additional filing instructions are as follows: • Filings by mail must be addressed to the Office of the SFWMD Clerk, P.O. Box 24680, West Palm Beach, Florida 33416. • Filings by hand - delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing. To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the petition. • Filings by facsimile must be transmitted to the SFWMD Clerk's Office at (561) 682- 6010. Pursuant to Subsections 28- 106.104(7), (8) and (9), Fla Admin. Code, a party who files a document by facsimile represents that the original physically signed document will be retained by that party for the duration of that proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who elects to file any document by facsimile shall be responsible for any delay, disruption, or interruption of the electronic signals and accepts the full risk that the document may not be properly filed with the clerk as a result. The filing date for a document filed by facsimile shall be the date the SFWMD Clerk receives the complete document. Rev. 07/0112009 11A Initiation of an Administrative Hearing Pursuant to Rules 28- 106.201 and 28- 106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1./2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number District file number or any other SFWMD identification number, if known. The name, address and telephone number of the petitioner and petitioner's representative, if any. 3. An explanation of how the petitioner`s substantial interests will be affected by the agency determination. 4. A statement of when and how the petitioner received notice of the SFWMD's decision. >. A statement of all disputed issues of material fact. If there are none, the petition must so indicate. 6_ A concise statement of the ultimate facts alleged; including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's proposed action. 8. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for filing a petition. The SFWMD may, for good cause. grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. If the District takes action with substantially different impacts on water resources from the notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule 28- 106.111, Fla, Admin, Code, unless otherwise provided by law. Mediation The procedures for pursuing mediation are set forth in Section 120.573, Fla. Stat., and Rules 28- 106.111 and 28- 106.401 -.405, Fla. Admin. Code, The SFWMD is not proposing mediation for this agency action under Section 120.573, Fia. Stat., at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3) and 120:68, Fla. Stat., a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD`s final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9.110 in the Fourth District Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the SFWMD Clerk within 30 days of rendering of the final SFWMD action. Rev. 07/0112009 ? Applliokn o.k90327 -5 Page 2 of E GENERAL CONDITIONS 1. All activities authorized by this permit shall be implemented as set forth in the plans, specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit and Part IV, Chapter 373. F.S. 2. This permit or a copy thereof, complete with all conditions; attachments, exhibits, and modifications shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3. Activities approved by this permit shall be conducted in a manner which does not cause violations of State water quality standards. The permittee shall implement best management practices for erosion and Pollution control to prevent violation of State water quality standards. Temporary erosion control shall be implemented prior to and during construction, and permanent control measures shall be completed within 7 days of any construction activity. Turbidity barriers shall be installed and maintained at all locations where the possibility of transferring suspended solids into the receiving waterbody exists due to the permitted work. Turbidity barriers shall remain in place at all locations until construction is completed and soils are stabilized and vegetation has been established. All practices shall be in accordance with the guidelines and specifications described in Chapter 6 of the Florida Land Development Manual; A Guide to Sound Land and Water Management (Department of Environmental Regulation, 1988), incorporated by reference in Rule 40E- 4.091, F.A.C. unless a project- specific erosion and sediment control plan is approved as part of the permit. Thereafter the permittee shall be responsible for the removal of the barriers. The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources. 4. The permittee shall notify the District of the anticipated construction start date within 30 days of the date that this permit is issued. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District an Environmental Resource Permit Construction Commencement Notice Form Number 0960 indicating the actual start date and the expected construction completion date. $- When the duration of construction -will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an annual status report form. Status report forms shall be submitted the following June of each year. 6. Within 30 days after completion of construction of the permitted activity, the permitee shall submit a written statement of completion and certification by a professional engineer or other individual authorized by law, utilizing the supplied Environmental Resource/Surface Water Management Permit Construction Completion /Certification Form Number 0881A, or Environmental Resource /Surface Water Management Permit Construction Completion Certification For Projects Permitted prior to October 3, 1995 Form No. 0881B, incorporated by reference in Rule 40E- 1.659, F.A.C. The statement of completion and certification shall be based on onsite observation of construction or review of as -built drawings for the purpose of determining if the work was completed in compliance with permitted plans and specifications. This submittal shall serve to notify the District that the system is ready for inspection. Additionally, if deviation from the approved drawings are discovered during the certification process, the certification must be accompanied by a copy of the approved permit drawings with deviations noted. Both the original and revised specifications must be clearly shown. The plans must be clearly labeled as "as- built" or "record" drawings. All surveyed dimensions and elevations shall be certified by a registered surveyor. The operation phase of this permit shall not become effective: until the permittee has complied with the requirements of condition (6) above, and submitted a request for conversion of Environmental Resource Permit from Construction Phase to Operation Phase, Form No. 0920; the District determines the system to be in compliance with the permitted plans and specifications; and the entity approved by the District in accordance with Sections 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit GENERAL CONDITIONS Applications within the South Florida Water Management District; accepts responsibility for operation and maintenance of the system. The permit shall not be transferred to such approved operation and maintenance entity until the operation phase of the permit becomes effective. Following inspection and approval of the permitted system by the District, the permittee shall initiate transfer of the permit to the approved responsible operating entity if different from the permittee. Until the permit is transferred pursuant to Section 40E- 1.6107, F.A.C., the permittee shall be liable for compliance with the terms of the permit. Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by that portion or phase of the system. Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of the phase or portion of the system to a local government or other responsible entity. s- For those systems that will be operated or maintained by an entity that will require an easement or deed restriction in order to enable that entity to operate or maintain the system in conformance with this permit, such easement or deed restriction must be recorded in the public records and submitted to the District along with any other final operation and maintenance documents required by Sections 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit applications within the South Florida Water Management District, prior to lot or units sales or prior to the completion of the system, whichever comes first. Other documents concerning the establishment and authority of the operating entity must be filed with the Secretary of State, county or municipal entities. Final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local government entity. Failure to submit the appropriate final documents will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system and any other permit conditions. 10. Should any other regulatory agency require changes to the permitted system, the permittee shall notify the District in writing of the changes prior to implementation so that a determination can be made whether a permit modification is required. 11. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and Chapter 40E -4 or Chapter 40E -40, F.A.C.. 12. The permittee is hereby advised that Section 253,77, F.S. states that a person may not commence any excavation, construction, or other activity involving the use of sovereign or other lands of the State, the title to which is vested in the Board of Trustees of the Internal Improvement Trust. Fund without obtaining the required lease, license, easement, or other form of consent authorizing the proposed use. Therefore, the permittee is responsible for obtaining any necessary authorizations from the Board of Trustees prior to commencing activity on sovereignty lands or other state -owned lands. 13. The permittee must obtain a Water Use permit prior to construction dewatering, unless the work qualifies for a general permit pursuant to Subsection 40E- 20.302(3), F.A.C.,,aiso known as the "No Notice" Rule. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any system authorized by the permit. 15- Any delineation of the extent of a wetland or other surface water submitted as part of the permit Application No -: 090327 -5 Page 3 of 6 GENERAL CONDITIONS Applications within the South Florida Water Management District; accepts responsibility for operation and maintenance of the system. The permit shall not be transferred to such approved operation and maintenance entity until the operation phase of the permit becomes effective. Following inspection and approval of the permitted system by the District, the permittee shall initiate transfer of the permit to the approved responsible operating entity if different from the permittee. Until the permit is transferred pursuant to Section 40E- 1.6107, F.A.C., the permittee shall be liable for compliance with the terms of the permit. Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by that portion or phase of the system. Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of the phase or portion of the system to a local government or other responsible entity. s- For those systems that will be operated or maintained by an entity that will require an easement or deed restriction in order to enable that entity to operate or maintain the system in conformance with this permit, such easement or deed restriction must be recorded in the public records and submitted to the District along with any other final operation and maintenance documents required by Sections 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit applications within the South Florida Water Management District, prior to lot or units sales or prior to the completion of the system, whichever comes first. Other documents concerning the establishment and authority of the operating entity must be filed with the Secretary of State, county or municipal entities. Final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local government entity. Failure to submit the appropriate final documents will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system and any other permit conditions. 10. Should any other regulatory agency require changes to the permitted system, the permittee shall notify the District in writing of the changes prior to implementation so that a determination can be made whether a permit modification is required. 11. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and Chapter 40E -4 or Chapter 40E -40, F.A.C.. 12. The permittee is hereby advised that Section 253,77, F.S. states that a person may not commence any excavation, construction, or other activity involving the use of sovereign or other lands of the State, the title to which is vested in the Board of Trustees of the Internal Improvement Trust. Fund without obtaining the required lease, license, easement, or other form of consent authorizing the proposed use. Therefore, the permittee is responsible for obtaining any necessary authorizations from the Board of Trustees prior to commencing activity on sovereignty lands or other state -owned lands. 13. The permittee must obtain a Water Use permit prior to construction dewatering, unless the work qualifies for a general permit pursuant to Subsection 40E- 20.302(3), F.A.C.,,aiso known as the "No Notice" Rule. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any system authorized by the permit. 15- Any delineation of the extent of a wetland or other surface water submitted as part of the permit _ 11A Application No.: 090327 -5 Paae 4 of 6 GENERAL CONDITIONS application, including plans or other supporting documentation, shall not be considered binding, unless a specific condition of this permit or a formal determination under Section 373.421(2), F.S., provides otherwise. 16. The permittee shall notify the District in writing within 30 days of any sale, conveyance, or other transfer of ownership or control of a permitted system or the real property on which the permitted system is located. All transfers of ownership or transfers of a permit are subject to the requirements of Rules 40E- 1.6105 and 40E- 1.6107, F.A.C.. The permittee transferring the permit shall remain liable for corrective actions that may be required as a result of any violations prior to the sale, conveyance or other transfer of the system. 17. Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18. If historical or archaeological artifacts are discovered at any time on the project site, the permittee shall immediately notify the appropriate District service center. 19. The permittee shall immediately notify. the District in writing of any previously submitted information that is later discovered to be inaccurate. Applica>, n No.: A327-5 Page 5 of o SPECIAL CONDITIONS 1 • The construction phase of this permit shall expire on September 18, 2014, 2. Operation of the surface water management system shall be the responsibility of the permittee. 3. Discharge Facilities: Structure: S -16 (DS -800B) 1 -25' dia. CIRCULAR ORIFICE with invert at elev. 10.6" NGVD 29 20 LF of 1.5' dia. OTHER culvert. 1 -' W X ' L drop inlet with crest at elev. 12.61' NGVD 29. Receiving body: AUTUMN OAKS LANE ROADSIDE SWALE Control elev : 1.0.6 feet NGVD 29. 4_ The permittee shall be responsible for the correction of any erosion, shoaling or water quality problems that result from the construction or operation of the surface water management system. 5. Measures shall be taken during construction to insure that sedimentation and /or turbidity violations do not occur in the receiving water. 6. The District reserves the right to require that additional water quality treatment methods be incorporated into the drainage system if such measures are shown to be necessary. 7• Lake side slopes shall be no steeper than 4:1 (horizontal.-vertical) to a depth of two feet below the control elevation. Side slopes shall be nurtured or planted from 2 feet below to 1 foot above control elevation to insure vegetative growth, unless shown on the plans. 8. Facilities other than those stated herein shall not be constructed without an approved modification of this permit. 9. A stable, permanent and accessible elevation reference shall be established on or within one hundred (100) feet of all permitted discharge structures no later than the submission of the certification report. The location of the elevation reference must be noted on or with the certification report. 10, The permittee shall provide routine maintenance of all of the components of the surface water management system in order to remove all trapped sediments /debris. All materials shall be properly disposed of as required by law. Failure to properly maintain the system may result in adverse flooding conditions. This permit is issued based on the applicant's submitted information which reasonably demonstrates that adverse water resource related impacts will not be caused by the completed permit activity. Should any adverse impacts caused by the completed surface water management system occur., the District will require the permittee to provide appropriate mitigation to the District or other impacted party, The District will require the permittee to modify the surface water management system, if necessary, to eliminate the cause of the adverse impacts. 12. The permittee acknowledges, that pursuant to Rule 40E- 4.101(2), F.A.C., a notice of Environmental Resource or Surface Water Management Permit may be recorded in the county public records. Pursuant to the specific language of the rule, this notice shall not be considered an encumbrance upon the property. 13. If prehistoric or historic artifacts, such as pottery or ceramics, stone tools or metal implements, dugout canoes, or any other physical remains -that could be associated with Native American cultures, or early colonial or American settlement are encountered at any time within the project site area, the permitted project should cease all activities involving subsurface disturbance in the immediate vicinity of such discoveries. The permittee, or other designee, should contact the Florida Department of State, Division of Application No.' 09032`7 -5 1 Page ^ of 6 SPECIAL CONDITIONS Historical Resources, Review and Compliance Section at (850) 245 -6333 or (800) 847 -7278, as well as the appropriate permitting agency office. Project activities should not resume without verbal and/or written authorization from the Division of Historical Resources. In the event that unmarked human remains are encountered during permitted activities, all work shall stop immediately and the proper authorities notified in accordance with Section 872.05, Florida Statutes. 14. Minimum road crown elevation: BASIN B8008 - 12.61 feet NGVD 29. 15. All fill material and construction debris must be removed from the site and disposed of at an acceptable off -site disposal area once construction activities have been completed; under no circumstances shall excess fill or construction material be left on -site or adjacent offsite areas. 16. This permit does not eliminate the need to obtain any and all necessary easements and rights of way prior to the start of any activity approved herein. This permit does not convey to the permittee, or create for the permittee, any property tight, or any interest in real property; nor does it authorize any entrance upon, or activities on, property which is not owned or controlled by the permittee; or convey any rights or privileges other than those specified in the permit and Chapter 40E-4 or Chapter 40E -40, F.A.C. 17. Prior to the commencement of construction and pursuant to Subsection 40E- 4.101(2), F.A.C., the permittee shall demonstrate ownership of the project area to the District's Environmental Re Compliance staff. source 18• The permittee shall utilize the criteria contained in the Construction Pollution Prevention Plan (Exhibit 3.0) and on the applicable approved construction drawings for the duration of the project's construction activities. 19. The Urban Stomwater Management Plan shall be implemented in accordance with Exhibit No. 4.0. er ; a;f_re port. rdf 11A Last Date For Agency Action: September 21, 2009 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: Roadway Improvements Of Immokalee Rd (Cr 846) - Valewood Dr Permit No.: 11- 03063 -P Application No.: 090327 -5 Associated File: 090327 -7 WU Concurrent Application Type: Environmental Resource (New General Permit) Location: Collier County, S29/T48S/R26E Permittee : Collier County Board Of County Commissioners Operating Entity . Permittee Project Area: 3.45 acres Project Land Use: Roadway Drainage Basin: WEST COLLIER Sub Basin: COCOHATCHEE CANAL 1 -75 CANAL Receiving Body: existing roadside swate on the north side of Autumn Class: CLASS 111 Oaks Lane via the proposed SWMS Special Drainage District: NA Conservation Easement To District: No Sovereign Submerged Lands: No Pf NSP'T'PURPOSE This application is a request for an Environmental Resource Permit authorizing Construction and Operation of a surface water management system serving a 3.45 -acre roadway improvements project known as Roadway Improvements of Immokalee Rd (CR 846) - Valewood Dr, with discharge into Cocohatchee Canal Basin via an existing roadside swale on the north side of Autumn Oaks Lane via the proposed surface water management system. App.no.: 090327 -5 Page 1 of 7 err PROJECT EVALUATION: PROJECT SITE DESCRIPTION: I I A The project site consists of a vacant parcel of land located between Immokalee Road (CR 846) and Autumn Oaks Lane approximately 600 -feet east of the intersection of Oaks Boulevard and Immokalee Road in Naples, Collier County: A location map is attached as Exhibit 1.0. There are no permitted surface water management facilities within the project area. The project site is currently a forested, vacant parcel of land. Residential development is located to the south and north of the project area; a new church is being constructed on the parcel west of what will be the Valewood Drive extension. Land to the east of the proposed wet detention area (Pond 800) is vacant and forested. The proposed wet detention pond will be located to the east of the proposed Valewood Drive extension. The general drainage pattern within the proposed 3.45 -acre project corridor is to the southwest direction. Currently, the stormwater runoff within the project corridor is collected into roadside swales along Autumn Oaks Lane prior to discharging into the Cocohatchee Canal to the east of Tarpon Bay Boulevard without treatment. Existing site elevations range from 12 to 13 feet. Vegetation on the project site consisted of pine, cabbage palm, Brazilian pepper, melalueca, cypress and ear leaf acacia, with a ground cover of saw palmetto, swamp fem and bracken fem. The hydrology of the area has been severely altered by the construction of the Cocohatchee Canal to the north of Immokalee Road and the presence of ditches and swales on the north and south sides of the project area; this was evident by the large amounts of grapevine and smilax that have colonized the area. In addition, soil samples taken in the project area did not indicate the presence of hydric soils. There are no wetlands or other surface waters located within or affected by the proposed development. No adverse environmental impacts are anticipated as a result of the project. PROPOSED PRt<'?J.EOT: The applicant proposes roadway improvements within the 3.45 -acre project limit corridor for the construction/extension of Valewood Drive south of Immokalee Road to Autumn Oaks Lane and the widening of Autumn Oaks Lane with associated improvements (sidewalks, etc.) and a surface water management system (SWMS). In addition, turn lanes will also be constructed on Autumn Oaks Lane, northbound Oaks Boulevard, and eastbound and westbound Immokalee Road. The roadway improvements will add an additional 1.14 -acre of impervious surface within the project limit corridor, The site details and drainage plans are attached as Exhibit 2.0. The SWMS consists of a wet detention area (pond), named Pond 800. The total 3.45 -acre of the roadway improvements corridor has been divided into two (2) basins: 0.78 -acre Basin B800A and 2.67 - acre Basin B800B. The site runoff from Basin B800B will be directed to the SWMS via sheetflow and interconnected drainage structures which discharges into the existing roadside swale (this swale is approximately 750 -feet upstream of the Cocohatchee Canal) on the north side of Autumn Oaks Lane, which then discharges into the Cocohatchee Canal Basin via the 1 -75 Canal Basin on the east side of Tarpon Bay Boulevard. Basin B800B has been designed with a minimum sized bleeder to provide compensating attenuation for the discharge rate from Basin B800A. The area within Basin B800A cannot be hydraulically conveyed to the proposed pond in Basin B800B, the runoff from this basin will outfall to its historical discharge point; therefore, this basin is not included in the total controlled basin area of 2.67 acres (Basin B800B) in this application. However, compensating attenuation for the discharge rate is provided in Basin 800B as described above. No adverse water quality and quantity impacts are anticipated as a result of the proposed project. LAND USE: - WATER MGNT ACREAGE represents the proposed wet detention pond area at the Top of Berm of elevation 13.00 ft NGVD. The pond area at the control elevation 10.60 ft NGVD is 0.73 acres. App.na.: 090327 -5 Page 2 of 7 11A LAND USE: - OTHER represents the area covered by Basin B800A outside of the controlled basin area for the SWMS. Construction: Project: This Phase Impervious _ 1.14 Other 78 Pervious .23 Water Mgnt Acreage 1.30 Total: 3.45 WATER QUANTITY acres acres acres acres Discharge Rate: As shown in the table below, the proposed SWMS provides attenuation for the 25 year -3 day storm event and the allowable discharge rate for this project is based on a minimum size bleeder. Discharge Storm Frequency: 25 YEAR -3 DAY Design Rainfall : 11.5 inches Basin Allow Disch Method Of Peak Disch Peak Stage (cfs) Determination (cfs) (ft, NGVD 29) BASIN B800B n1a Minimum Size Bleeder .31 12.61 Road Design : Road Storm Frequency: 25 YEAR -3 DAY Design Rainfall: 1.1.5 inches Basin Peak Stage Proposed Min. Road Crown ( ft, NGVD 29) (ft, NGVD 29) ....... .....__...... .................. BASIN B800B 12.61 12.61 - _._.... _.._ ......_........... Control Elevation Basin Area Ctrl Elev WSWT Ctrl Elev Method Of (Acres) (ft, NGVD 29) (ft, NGVD 29) Determination ___._.._ .............. ............. ........ . ............ . . .................... ..__ ................ BASIN B800B 2.67 10.6 Ad acent Canal Control Elevation Receiving Body: Basin Str.# Receiving Body Basin B800b S -16 AUTUMN OAKS LANE ROADSIDE SWALE Discharge Structures: Note: The units for all the elevation values of structures are (ft, NGVD 29) App.no.: 090327 -5 Page 3 of 7 a erpsza » r:L Discharge Structures: Culverts: Basin BASIN B800B Inlets: Basin Str# Count Type S -16 1 Other Str# Count Type 11A Width Length Dia. 20' 1.5' Width Length Dia. Crest Elev. BASIN B800B S -16 1 Inlet 12.61 Water Quality Structures: Note: The units for all the elevation values of structures are (ft, NGVD 29) Bleeders: Basin Str# Count Type Width Height Length Dia. Invert Invert Elev. Angle BASIN S -16 1 Circular Orifice ............... B800B 25' 10.6 WATER QUALITY The SWMS provides the required attenuation and the water quality volume based on 2.5 -inch over the 2.67 -acre controlled basin 88006 area, plus an additional 50 %o treatment as listed in the table below. This treatment volume includes compensating water quality treatment volume in Basin 8006 of 0.16 ac- ft for Basin B800A. In addition, stormwater within this Basin B800A is conveyed from the impervious areas to its discharge point via grassed swales to provide some unquantified treatment within Basin B800A. In addition, a Construction Pollution Prevention Plan and an Urban Stormwater Management Program specifications and guidelines are part of the required water quality. Construction and daily operation of the project shall be conducted in accordance with Special Condition Nos. 18 and 19, and Exhibits 3.0 and 4.0 shall be retained in the permit file. No adverse water quality impacts are anticipated to result from this project. Basin Treatment Method Vol Req.d Vol ............................. (ac-ft) Prov`d BASIN B800B Treatment Wet Detention .83 .83 Wildift issues: The project site does not contain preferred habitat for wetland- dependent endangered or threatened wildlife species or species of special concern. No wetland- dependent endangered /threatened species or species of special concern were observed onsite, and submitted information indicates that potential use of the site by such species is minimal. This permit does not relieve the applicant from complying with all applicable rules and any other agencies' requirements if, in the future, endangered /threatened species or species of special concern are discovered on the site. CERTIFICATION AND MAINTENANCE OF THE WATER MANAGEMENT SYSTEM: it is suggested that the permittee retain the services of a Professional Engineer registered in the State of Florida for periodic observation of construction of the surface water management (SWM) system. This will facilitate the completion of construction completion certification Form #0881 which is required pursuant to Section 10 of the Basis of Review for Environmental Resource Permit Applications within the South Florida Water Management District, and Rule 40E- 4.361(2), Florida Administrative Code (F.A.C.). Pursuant to Chapter 40E -4 F.A.C., this permit may not be converted from the construction phase to the App.no.: 090327 -5 Page .4 of 7 erp_staff_repori.rdf' 1 A operation phase until certification of the SWM system is submitted to and accepted by this District. Rule 40E- 4.321(7) F.A.C. states that failure to complete construction of the SWM system and obtain operation phase approval from the District within.the permit duration shall require a new permit authorization unless a permit extension is granted. For SWM systems permitted with an operating entity who is different from the permittee, it should be noted that until the permit is transferred to the operating entity pursuant to Rule 40E- 1.6107, F.A.C., the permittee is liable for compliance with the terms of this permit. The permittee is advised that the efficiency of a SWM system will normally decrease over time unless the system is periodically maintained. A significant reduction in flow capacity can usually be attributed to partial blockages of the conveyance system. Once flow capacity is compromised, flooding of the project may result. Maintenance of the SWM system is required to protect the public health, safety and the natural resources of the state. Therefore, the permittee must have periodic inspections of the SWM system performed to ensure performance for flood protection and water quality purposes. If deficiencies are found, it is the responsibility of the permittee to correct these deficiencies in a timely manner. App.no.: 090327 -5 Page 5 of erp_staf'_,'epo :. tx ..... _ 11A RELATED CONCERNS. Water Use Permit Status: The applicant has indicated that irrigation water is not needed for this project. The applicant has indicated that dewatering is required for the construction of the stormwater pond for this project. Water Use Application No. 090327 -7 for dewatering will be issued concurrently. This permit does not release the permittee from obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will require such authorization, including construction dewatering and irrigation, unless the work qualifies for a No- Notice Short-Term Dewatering permit pursuant to Chapter 40E- 20.302(3) or is exempt pursuant to Section 40E- 2.051,.FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Potable Water Supplier: Utilities are not needed for this project. Waste Water System /Supplier: Utilities are not needed for this project. Right -Of -Way Permit Status: A District Right -of -Way Permit is not required for this project. DRI Status: This project is not a DRI. Historical /Archeological Resources: The District has received correspondence dated May 6, 2009 from the Florida Department of State, Division of Historical Resources indicating that the agency has no objections to the issuance of this permit. Their findings are based on the absence of significant archaeological or historical resources in the project area; and based on the location and nature of the project it is unlikely any such site will be affected. This permit does not release the permittee from compliance with any other agencies' requirements in the event that historical and /or archaeological resources are found on the site. DCA/CZM Consistency Review: The District has not received a finding of inconsistency from the Florida Department of Environmental Protection or other commenting agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concerns about this application. Enforcement: There has been no enforcement activity associated with this application. App.no.: 090327 -5 Page 6 of 7 erp_staff_rep0rt.Fdf STAFF REVIEW: DIVISION APPROVAL. NATURAL R OURCE MANAGEMENT: Laura Layman SURFACE W TER AGEMENT:._.- William F ley, P. . App.no.: 090327 -5 Page 7 of 7 8 DATE: DATE: c I IA v+ c7 S' u1% North Naples Regional Park Cal L e r Crra tat€ > Colter County _. Project NO. 60106 Roadway Improvements of Immokalee Road (SR 846), Valewood Drive, Autumn Oaks Lane and Oaks Boulevard 11 Hidden Oaks Ln Spanish Oaks Ln Golden Oaks Ln .... ......... . .........._....... Standing Oaks Ln PROJECT LOCATION MAP FIGURE 1 Exhibit 1.0 Application No 09 0327 -5 Page 1 of 1 -r Iffim ilA Exhibit.2.0 Application 090327-5 1 Of 10 CONSTRUCTION I ALUM /NUM PEDESTRIAN /BICYCLE IST CONGRESS /ONAL PICKET RAILING CHURCH SITE I W — VARIES FROM (BY OTHERS) tiI ? W 14.86' TO 12.79' 12' a Wye Ground w wl 27M /N, SURVEY a o' SOD fJJ� ` rEXIST/NG DITCH i41 LEVEL t___... GRAVITY WALL CONSTRUCTED BY OTHERS o� 12" o N GRAVITY WALL VALEWOOD DR. ° = W/ PICKET RAILING DETAIL £ASENENT N.T.S. ■ NATURAL — SILT — FENCE to 22' 2' TYPE IV SPECIAL TRAFFIC SEPARATOR OPTION ll GROUND 1 PGL 1:10 0.02 0.02 \ 0 O EXISTING DITCH ASPHALT BASE MATERIAL CONSTRUCTED BY OTHERS TYPE B STABILIZATION LBR 40 2" CURB AND GUTTER TYPE F CURB AND GUTTER TYPE F 6'CONCRETE SIDEWALK STANDARD CLEARING AND GRUBBING R1W VARIES 175.81' 1M1N) TO 362.37' (MAX) 4" FOR POND DETAIL PLEASE REFER TO THE POND DETAIL AND CROSS SECTION SHEETS TYPICAL SECTION VALEWOOD DRIVE EXTENSION STA. 5 +07.92 TO STA. 8 +68.10 NEW CONSTRUCTION OPTIONAL BASE GROUP 6 (TYPE B -12.5 ONLY) WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (1.0 ") AND FRICTION COURSE FC -9.5 (TRAFFIC C) (L0 °) POND 800 LIMITS OF CONSTRUCTION TRAFFIC DATA I Iq I U v N ` 1 NATURAL--- - GROUND CURRENT YEAR = 2006 AADT = N/A ESTIMATED OPENING YEAR = 2010 AADT = 7698 ESTIMATED DESIGN YEAR = 2030 AADT = 10375 K = 9.6% D = 63% T = 2% (24 HOUR, DESIGN HOUR T = N /A% DESIGN SPEED = 30 MPH _ PB AMERICAS. INC. riLiMSRpgTA 770N 6NG/NBBRFNG AND COAMMT7t N A[AANG6A(RNT' LW.P,I RT.N6Mf SHEET �T' f RtlAM CQIN7 CYA'JNTY PIpJFtl Ntl. N0. TYPICAL SECTION (1) COLLIER 60106 4 ALUM /NUM PEDESTRIAN /BICYCLE PICKET RAILING SEE INDEX VARIES 2'lN/Nl 5' )'PSEI Ground fJJ� ` rEXIST/NG DITCH N D m t___... GRAVITY WALL CONSTRUCTED BY OTHERS o� o N GRAVITY WALL VALEWOOD DR. ° = W/ PICKET RAILING DETAIL O w N.T.S. N STA. 7 -00.00 TO STA. 8 +48.20 2T) v to STANDARD CLEARING AND GRUBBING R1W VARIES 175.81' 1M1N) TO 362.37' (MAX) 4" FOR POND DETAIL PLEASE REFER TO THE POND DETAIL AND CROSS SECTION SHEETS TYPICAL SECTION VALEWOOD DRIVE EXTENSION STA. 5 +07.92 TO STA. 8 +68.10 NEW CONSTRUCTION OPTIONAL BASE GROUP 6 (TYPE B -12.5 ONLY) WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (1.0 ") AND FRICTION COURSE FC -9.5 (TRAFFIC C) (L0 °) POND 800 LIMITS OF CONSTRUCTION TRAFFIC DATA I Iq I U v N ` 1 NATURAL--- - GROUND CURRENT YEAR = 2006 AADT = N/A ESTIMATED OPENING YEAR = 2010 AADT = 7698 ESTIMATED DESIGN YEAR = 2030 AADT = 10375 K = 9.6% D = 63% T = 2% (24 HOUR, DESIGN HOUR T = N /A% DESIGN SPEED = 30 MPH _ PB AMERICAS. INC. riLiMSRpgTA 770N 6NG/NBBRFNG AND COAMMT7t N A[AANG6A(RNT' LW.P,I RT.N6Mf SHEET �T' f RtlAM CQIN7 CYA'JNTY PIpJFtl Ntl. N0. TYPICAL SECTION (1) COLLIER 60106 4 - - -- ALUMINUM PEDESTRIAN /BICYCLE PICKET RA /LING SEE INDEX 860 2 SIDEWALK Nolurol I OrounQ � - SAWCUT VARIES _ fir= U —CONC. SIDEWALK GRAVITY WALL W/ PICKET RAILING DETAIL N.T.S. STA, 5 +62.50 TO STA, 8 +75.04 2T) STA, 9 +09.02 TO STA. 11 +28.45 (LT) LIMITS OF CONSTRUCTION STANDARD STANDARD CLEARING AND GRUBBING CLEARING AND GRUBBING SURVEY 60 R/W x I 6 Iw J x a SOp VARIES r�F .SOD 1 VARIES EG° WIDENING VARIES i WIDENING VARIES 2' SOD In 4.0` MAX 4.p' MIN. - 16.5' MAX. LEVEL W I ~ NATURAL GROUND 7 - - - -"-- _ L a-- - /--�- --- -r 1:3 OR FLATTER TO SUIT PROPERTY OWNER, NOT FLATTER THAN I:6 w > 2' a` o, ; TRAFFIC DATA CURRENT YEAR = 2008 AADT 1271 ESTIMATED N o OPENING YEAR = 2010 AADT = 6158 ESTIMATED DESIGN YEAR = 2030 AADT = 8300 0 K = 9.6Y D = 63Y. T = 2Y (24 HOUR) DESIGN HOUR T = N /AY V DESIGN SPEED = 30 MPH __ RFVIf In Ve CONCRETE SIDEWALK (SEE DETAILS) SAW CUT PROFILE GRADE I / EXIST PAV'T POINT / SAW CUTi —_ —_ EX15T PAV'T t2' TYPE B STABILIZATION LBR 40 CURB AND GUTTER TYPE F TYPICAL SECTION AUTUMN OAKS LANE STA. 5 +31.94 TO STA. 15+01.90 WIDENING OPTIONAL BASE GROUP 6 (TYPE B -12.5 ONLY) WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (1.0F) AND FRICTION COURSE FC -9.5 (TRAFFIC C) (1.011) MILLING AND RESURFACING MILL EXISTING ASPHALT (1.25- AVG, DEPTH) RESURFACE WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) OVERBUILD (6" MAX) AND FRICTION COURSE FC -9.5 (TRAFFIC C) (/.0") PB AMERICAS, AC. 7X4Ad!`0q A n4V BN(NN8HRAW AAw 41oC qw- L. wo. = L�W7RUG77AY AfANAGBMBNT P M*7m 1 wtl IWAW10w RVAO hG. 4wxn N7Y PAWFI W /.tlMw.Uyt IOD to�u w�i�ow.... PJ.Rw e.r COLLIER 60106 NATURAL GROUND 1:3 OR FLATTER TO SUIT PROPERTY OWNER, NOT FLATTER THAN 1:6 TYPICAL SECTION (2) SHEET NO. Fl -t- Dm O 'a ?. N 7 q O CO O W N "J cn @ SURVEY F— L PO /NT 'MILLED ."'El --1- __ MILLED PAVEMENT — (L AVG. DEP THI — EX/51(NC BASE EXISTING ASPHALT PAVEMENT AUTUMN OAKS LANE MILLING DETAIL SURVEY PROFILE GRADE POINT TYPE SP OVERBUILD SAWCUT LINE EXISTING BASE AUTUMN OAKS LANE OVER6UILD 6 RESURFACING DETAIL �SAWCUr LINE W/DFNING VARIES 4.0 M/N. - 16.5 4AX. Ll !Y ALUM/NUU PEDESTRIAN /BICYCLE 12' 6• PICKET RAILING SEE INDEX 860 SAWCUT r U W A/ATCl( EXISTING 0.02 CROSS SLOPE �- ' CONCRETE SIDEWALK L-GRAVI LY WACL TYPICAL SECTON IMMOKALEE ROAD RAsnr TURN WIDENING GRAVITY WALL W/ PICKET RAILING DETAIL STA. 221 +02.88 TO STA. 223 *29.00 (R r) WIDENING OPTIONAL BASE GROUP 6 (TYPE B -I2.5 ONLY)W/TH TYPE SP STRUCTURAL COURSE ITRAFFIC Dl (4.5') AND FRICTION COURSE FC -9.5 (TRAFFIC Dl 11.0'1 12' /4' 7MATCH MEDIAN SAWCUT ING -- _ - Cross 5LQRi -- - -- CURB AND GUTTER -- _,- TYPE F - BASE TYPE 8 -12.5 - TYPICAL SECTION IMMOKALEE ROAD LEFT TURN WIDENING DErATL STA. 221 +55.51 TO STA. 230 +52.63 WIDENING OPTIONAL BASE GROU P 6 /TYPE 8 -12.5 ONLYIWITH TYPE SP STRUCTURAL COURSE (TRAFFIC 01 14.5'1 AND FRICTION COURSE FC -9.5 (TRAFFIC Dl U.0 "1 e c PB AMERA'.AS, INC, 77P4AWAMPT. MN 1TN4/NBMWG Amp a+oe •w 4vw slam• sa CYtKSTRVCfYlW NANA MNSNT PAPAR"(wr rAy,.F1uAM )3" AOAO N0. L'OONtt NUNTY P ROJECT NL c• AVIV...:o•sz -- _ Loo ea.ana.�cA.•.,,rc..,aea COLLIER 60106 SHEET TYPICAL SECTION (3) ND. 6 I SUAVEYIOAKS BLVD. BEGIN RESURFACING_ 1WE—fAUTLTAlW-04FS EA—NE lift ZAK- 1 PC FIFV END I QJEC T V 5+67.21 1 .49-22 12 84 5 OF 14*y23- PIPE 1260 butwt;r OAKEb eLM I 2 .960 1 rz. 72 ...Use i CONNECT To EXIST -NmEll DITCH 80 TOM iNLEr- E CURB A 6UTrf,9 TYPE F bi 1 EL. 9.217 CONS r)wjcr 6, aw. SI 151 CONGREGATIONAL ISEE FDOT IN M rE 4 WOF 14"Xgj'plpf CHURCH SITE SIDEWALK FOR -8- END GRAVITY wALL !INDEX SM) D ADWArSj 'LT­ BEGIN pRWffCr mA rCH T F /Of, 3.;:#Wf 6' CONC. 51"AtA t/NgX 860j /STING V. A,/ ffil-M PA WV $ LINE /V EXIST R/W 40 EX, E X is r N— 5 CURB GurTER TYPE F 'ST PIPE AND- X� I ME$ To REMAIN EXIST, PIPE Feat /Z 84 YES TO REM AUTUMN OAKS LANE SILT FENCE CON-'r .ARN,YT DETECTABLE RETURN -SAWCVF P INDEX W 504 - S-IA Dr If-xzj- ELLIF P". Y AUTUMN AXS LANE .0�11,* 2 Ln LT 0,, M C. SIDEWALK + 9 wj SILT FENCE TYPE //1 0, u- -61 Am TUMCT TECrABLE CON$ T CONC.. FLUME WARNING P INDEX NO, "f — (INDEX 261 sAwcur EXIST- PIPE TO P RETURN 2 -T REMAIN CURB GUTTER TYPE F CONNECT TO EXIST. DITCH BOTTOM INLET . ..... 0.- ... . . ...... . EL. 940 Wpm- t, *80 at--­ 12-va- ppe 32, fif X, " +00.00 i 55 CV RT 59' OF 24' PIPE 12 �00 00 \':too LI) 0, Rr 33ZO'RT Lo END SPECIAL DITCH fftri +50-00 \,OO-OO ILILI, ISrA.f.- 582s, iii El lr�z EXIST. R/W LINE 35,00, Rr 37.00' AT -Aff 38-w; fir NA rCH Epo" x S P v , STA. +00- DRAINAGE EASEMENT S TA, 8+25.82 SUAVEY OAKES + SEE PLAN SHEET 161 E= RESURFACING fqT BEGIN ROJEC LIMITS Of PAVEMENT WIDENING BEGIN RoFj .......... STA. +51.94 SUI?Jr AU YJMN OA 5 LM EL F LINE > m IN ECIAL DPI r 9 5+2106 rH r TING 0 - EL. to 0 4 SPECIAL DITCH 'I Q . .. ..... . . DPil+ 14-X,-,r !PE JAL Oir H IRri EL. 10.10 FL 10.15 DPI STA C+50 C) SPECIA DITCH f T) ELI 1100 O DPI i �TA. s+ —SPECT, EVTTclr EL 1 85 v PB AMERCAs, LNC. m + AW6WVPJLWVG AND 6A - %— P. COA57NW77"V N-4 08N&l• AffP.4 R rAMNT PLAN & PROFILE sffEEr a) 14 T N O I- EX/sr. RJW LINE lmmuKALLL HOAD SEE PLAN SHEET (4) _�c_ f;,+u'_____ � —�"-_ 6'CONC. SIDEWALK W/P/CKEr RAILING -T GRAVITY WALL 0 LL 10 40 PSE (DIVE I END GRAVITY ppTA (NL1EX SeY11 Feet ENO PROJECT R/W LINE END PICKET RN/L ( INDEY a5p1 _ ENO NEW CONSTRUCTION +4820 iY STA. 8 +68.10 $SURVEY VALEWOOQ DR. \. l/ EXIST. R LINE MATCH EXISTING PAVEMENT SrA.22S +60.46'$ PURVEY Im"ALEE ROAD STA. 9 +98.12 $ WRVEy VALEWM DRIVE PSE LINE lCR Z1� R/IY LINE_ _ RETURN 4 i' S 5 1q@ 4 LR•lo' •r, o �y 6' COAL. SIDEWALK !u B SURVEY AuTUYN OAKS LANE ff 9 i RETURN 2 EXIST. R/W LINE r W SILT FENCE TYPE III 42" OF 18' PIPE O a rP9. 77 BEGIN PROJECT µDTS &W,LING L RESURFACrAC PS.Sa' 1 BEGIN NEW CONSTRUCTION 1 STA. 5 +07.92 SURVEY VALLZ4'OOD pR. Nlo BEGIN w Q - CRAVITY WALL (INDEX SM) j BEGIN PKKEr RAILING (INDEX 86 .. POND 800 4 R£rURN 1 17.79' LT @ SURVEY VALEWOOD DRIVE �/ GUTr£R TYPE F-. EX/sr. RJW LINE lmmuKALLL HOAD SEE PLAN SHEET (4) _�c_ f;,+u'_____ � —�"-_ 6'CONC. SIDEWALK W/P/CKEr RAILING -T GRAVITY WALL 0 LL 10 40 PSE (DIVE I END GRAVITY ppTA (NL1EX SeY11 Feet ENO PROJECT R/W LINE END PICKET RN/L ( INDEY a5p1 _ ENO NEW CONSTRUCTION +4820 iY STA. 8 +68.10 $SURVEY VALEWOOQ DR. \. l/ EXIST. R LINE MATCH EXISTING PAVEMENT SrA.22S +60.46'$ PURVEY Im"ALEE ROAD STA. 9 +98.12 $ WRVEy VALEWM DRIVE PSE LINE lCR Z1� R/IY LINE_ _ RETURN 4 i' S 5 1q@ 4 LR•lo' •r, o �y \-2.0' TYPE N CONCRETE TRAFFIC SEPARATOR LSPECIALI CURB t GUTTER TYPE F S -9 GR, 8J' OF 24- PIPE I Z 9 i RETURN 2 U r 4T OF !8' PIPE R•UO' 42" OF 18' PIPE O SRT £ TYPE III j 6' (XAYC. SIDEWALK µDTS &W,LING L RESURFACrAC 4a Q (NITS Of PAVEMENT WIDENING .. POND 800 11 I J EL. _{ 19ZI5 X = 40 Q. ENO _ cra N.7 FL I. EL.= 50 PB AYERKAS, IND. TRAAMPG1TTA7MN BNGTNB8RLN0 ANb •p .•r 9•rr s/. srl..lw AOWa7HUC77QV NANA L7AVBNT LA6PARrAMVT Y L ROAD N0, LTNNTY IX7INrr PRoxcr NL npv°aw•..vi6r�waer COLLIER L°r'•• 60/06 = a = I'V R1 PLAN & PROFILE SHEET (,) SHEET N0. 16 9 i se •/- 4T OF !8' PIPE R•UO' 42" OF 18' PIPE \ 4a .. R =50.0' �/ X RETURNS `CR,1/ I \ B SURVEY NYOKA[EE RD. y+I * ti S -LO i BP/CK PAVER'S IIv''4 'Y — — --- fff4�� v JA T S,/ �j EXIST. Ri1V LINE ffi J J d 6- M EXIST. R/W LINE IUA109ALEE ROAD SEE PLAN SHEET (5J RETURN T PC GFFSEr PT T PT F T T Y! r 1 . T 1 . + .7 T I f r +l . I I' r 1' RT 1J l 1 +14. 7 g. ' . 1. 1. IU. T . t + I RT .7 ' LT 15.75 �.... PROF/ f GRADE LINE IA -1! (=10.97. I ---- --- --- --- - n•' - =' - - -- - - ENO _ cra N.7 FL I. EL.= 50 PB AYERKAS, IND. TRAAMPG1TTA7MN BNGTNB8RLN0 ANb •p .•r 9•rr s/. srl..lw AOWa7HUC77QV NANA L7AVBNT LA6PARrAMVT Y L ROAD N0, LTNNTY IX7INrr PRoxcr NL npv°aw•..vi6r�waer COLLIER L°r'•• 60/06 = a = I'V R1 PLAN & PROFILE SHEET (,) SHEET N0. 16 V N lY T RM RADJUS PCITA-.. PCCLXPSEr PT STA. PT QEmr PT ELEv. W V. 50.01 ++ I' RT �+ ' R STA. PP3 +90.46 Q SURVEY 1MINCALEE ROAD . ' T ! . 5A 2 V w N EXIST- RM LINE g BEGIN PROJECT BEGIN CONSTRUCTION 5TA. 221 +02.88 @ SURVEY IMA10KALE£ RD. EXISr. RitX CINE 0 to 40 COCOHATCHEE CANAL B wRVEr /uMOXALEE RD. Feet V122t C(KOHATCHEE CANAL 220 22/ EXIST. R/W 1/NE — 222 223 EX15T. RM LINE - S ST 5r' .76" E — -- 225 Bw Sr' i6' £ UT REMOVE EXIST. CURB L GUTTER CH £X/Sr. TYPE F CURB 6 GUTTER EXISTING BAHIA GRASS TO BE REMOVED WITHIN 5� r MEDIAN WIDENING AREA / p O TO BE NP LANDSCAPING !BY OTHERS) TO BE PROTECTED IN PLACE EXISTING BRICK PAVERS TO BE PROTECTED =IN PLACE EXISTING "CrEO TKW LINE TO \ BE +'AOT£CTED /N PLACE Y BE REMOVED BRICK PAVERS TO BE REMWED 0 RE- UTILIZED r CURB 6 GUTTER FOR RECONSTRUCTED NOSE <-' TYPE F t 1 �-.. .55.51 \s +66.5P O9'Rr <�..� sAWCUr N W IAIA/OKALEE RD. `P% 8 +.09' Rr EX /ST, 14'X25' TO REYA7 -711, +55.49 \ END NEW CONSrALCrKW C\ PATCH EXIST /NG +90.46 p �� �.so, RT =_+ — SOD—, 170,W T Vo� / �,� 0 948! RT EXiSirNG LANDSCAPING /N J w Q MATCH EXISTING +02.89 !29:86' RT +52.69 COWS T. CONC. COLLAR (INDEX 2� END GRAVITY WALL (INDEX 520) //� RECONSTRUCTED MEDIAN "a`" MA 7CN EX/STUG r6T.59 TO BE PROTECTED IN PLACE r y 140.84 RT SAWCUT ENO PICKET RAILING (INDEX 860) y 129.5Y' RT DISTURBED LANDSCAPING / +48.20 / SHALL BE REPLACED IN KIND AS DIRECTED BY B' OF N'xPJ' PIPE EY6TN£ER. I/ 1 11, Of. 18' P1P �Ex4i, RAY LINE _......_..._11AVY7Y CR ti 5 -f5 "WACC7I1DEX 'S BEGIN CURB A GUTTER 6' CONC. SIDEWALK -- +36 5! J 2/' R 150 DO' RT (CR Ii RETURN J TYPE F PSE UN£ END BEGIN 6' CONC SIDEWALK +JygJ CURB L GUTTER TYPE F� /50.55 RT W 4 O PMXET RAILING BEGIN PICKET RAILING BEGIN GRAVITY WALL SILT FENCE TYPE 11I RETURN 4 S 5T.. VA(E1N 1 +J2 77.62' RT N . +x.88 /51 CONGREGATIONAL GRAVITY WALL (INDEX 520) s -r2 CONC. T R rNYi 0 ,n X CHURCH SITE RAW 41NE - PIPE +1249 O RESURFACING T�ERBU!(L/ ' 14.89 LT Q S -p O IV S AND CURB L CUTTER TYPE F � La 1 I11Y/T5 OF PAVEMENT WIDENING B wavEr vALEwOOD aaNE POND 800 (O AV/. WAL Q G.T PAY ITEM NOTE: PSE LINE f C RB WT ER TYPI F IV V COST OF LANDSCAPE AND BRICK PAVER REMOVAL IS INCLUDED IN COST OF CLEARING & GRUBBING. SEE PLAN PROFILE SHE ET 131 (71 REVISIONS PB AMERICAS. INC. IWA+1WVRr.A 174V BNC77VBBR" AND CW57RIAC"W )YANAOBANBNi DspARTAD7NT film'.. QMw V. $.n. A� SHEET W tui lgAp Xp. CWNTY LrovNTY PROJECT NO. PLAN JlIliET �1U N0. COLLIER 60/06 17 m x a N O .i� m X O" N O �M- STORM WATER POLLUTION PREVENTION PLAN VALEWOOD DRIVE AND AUTUMN OAKS LANE COUNTY PROJECT NO.: 60106 COLLIER COUNTY w � L i L I. SITE O£SCRIPrION' A. CONSTRUCTION ON VALEWOOD OR AND AUTUMN OAKS LANE IALIGNL/ENT) C. ESTIMATED DRAINAGE AREA THE PROJECT IS IVCATEO IN COLLIER COUN7r IN SECTION E9. TOW.NSHIP IB SOUrII, 1. Slrf VAR: INCLUOEO WITH PLAN Sfi RANGE E6 EAST. E. DRAINAGE YAP: INCLUOEO WIIH PLAN SET NEW CONS1'RUCIION IS PROPOSED FROM VALEWOOD OR TO AUTUMN OAKS. . IMPROVEMENTS ARE ALSO PROOSEO ON AUTUMN OAKS LANE AND OAKES BLVO. H RECEIVING WATERS: ROADSIDE SWAGE THE ECT IS APPROXIMATELY O.JJ MILES LONG. COLLIER COUNTY 1. THE OUTFALLS ARE JOJINI LISTED WAFERS FOR TOTAL SUSPENDED SOLIDS ITSSI. 7' 11f COLLIER CtlIDEY GOVERNMENT PROPOSES TO CONSTRUCT IHE IvPRpVfuENTS AS AN URBAN TURU/OITY, AND SEIFLEABLE SOLIDS. ROAgYAY WII II 510EWA(X5. TREATMENT ON VALEW'OOO OR/AUrUYN OAKS LANE WILL BE PROVIDED Or WET DETENTION. J. OUYFALL fOCAF IONS: rrEYPOnARY AND PERAANENTI THE SIZE OF THE STORUNATER MANAGEMENT FACILITIES WERE OfTERYfxEO Br PROVIDING NYA THE REQU/REO rAfATuENr VOLUME AND ATTENUATION OF THE REQUIRED 25 YR -rZHR STORY EVENT. ORAWOOWN WILL BE ACCOMPLISHED USING A J" OIAYErZn OR /FILE. K. WETLAND IUPACTS: 0.00 ACRES d. SEQUENCE OF MAJOR SOIL DISTURBING ACr IVITIE$ AND IMPLEMENTATION OF CON /ROLS: L. INSTALLATION OF CONTROL MEASURES. L. OfSGRIPT10u OF STORUWATER MANAGEMENT: PROPOSED E CLEARING, GRUBBING, AND EXCAVATION. I. PRESENTLY, THERE ARE THREE EXISTING DRAINAGE BASINS THAT TYPICALLY SHEE'r -FLOW J POND EXCAVATION. r', LOW POINr$. FOR PROPOSED CONDITIONS, ON -SIrf FLOWS ARE MANAGED BY A STORUSEWER 5. EXCAVATION ASSOCIATED WITH PLACEMENT OF STORY SEWER, DITCH AND SwALE CONSTRUCTION. $Y$rE(I WHICH DIRECTS RUNOFF To THE DETENTION PONDS. THE EXISTING DRAINAGE PATTERNS 5. FOR THE OFF -SITE FLOW WILL NUT BE MODIFIED OR AFFECTED OF THE ADDITION OF THE NEW ROAU, VSOD ASSOCIATED WITH ROADWAY CONSTRUCTION. E. FINAL 6. FINAL SOD. OFF -SITE RUN -OFF SHOULD BE CONVEYED THROUGH THE CONSTRUCTION AREA, Br WAY OF C. GENERAL NOTES: PROPOSED CROSSORAINS AS SHOWN ON THE PLANS. THIS FLOW CAN ADO VOLUME AND 517E TO /. ALL EROSION CONTROL DEVICES FOR EAf.I/ PHASE OF WORK ME !O BE iNSTA[(ED PRIOR STRUCTURAL PRACTICES. REQUIRING MORE FREQUENT MAINTENANCE AND LIMITING EFFECTIVENESS TO BEGINNING WORK ON THAT PHASE. OF EROSION AND SEDIMENT CONFROLS. 2. INSTAL( SILT FENCE WHERE LISTED IN File CONTRACTOR'S APPROVED EROSION CONTROL J. THE CONTRACTOR WILL PROVIDE POLL.UrION CONTROL BY IVP(EMENTINO OUST CONTROL LWIIfNG ALL PLAN FOR P£R(ETIC CONTROLS BEFORE THE LAND I$ PHASE$ OF CONSTRUCTION. THIS WILL BE ACCOMPLISHED BY USING WATER !RUCKS. J. PROVIDE SYNTHETIC BALES WHERE LISTED IN THE CONTRAC /DR'S APPROVED EROSION CDNfROI TRACTOBEO. K. rHf STORWATER SHALL BE CONVEYED TO rHf PERMANENT SrORMWArER MANAGEMENT PLAN FOR DI)'CH B(.00,KS WRING CONSTRUCT !ON. FACILITY ITREATVENT POND). THE PROPOSED POND SHALL BE CONSTRUCTED ) 1. PROVIDE ROCK BAGS AT INLEF OPENINGS. CONTRACTOR WILL BE RESPONSIBLE FOR REMOVAL OUA ING TIIE INITIAL PHASE OF CONSY'RUCr1ON AND USED WRING CONSrRUC'I IOM OF rr,E ROADWAY AS YEYPDRARY SEDIMENT BASIN. OF ROCK DEBRIS RESULTING FROM DAMAGED OR DEGRADED ROCK BAGS. L B. LOVER OR STABILIZE DISTURBED AREAS A$ SOON AS 5. THE CONTRACTOR SHALL TAKE Au REASONABLE PRECAUTIONS TO PREVE'Nr UxAU11MINIZE'0 MATERIALS fRpU 6 PO RGi DISTURB AN AREA CITIES LI ENTERING rHE WATERWAYS. FOR TO NECESSARY FROM ). TIME I CONSTRUCTION ACTIVITIES Yp LIMIT IMPACT FROM SEASONAL CL CLIMATE CTU NO Ei /I. SEASONAL CL E CRATTG WEATHER C'ONY'ROLS: OR WEATHER EVENTS. EROSION AND SeVIVEN7' CONTROLS B. O0 NO( REMOVE PERIMETER CONTROLS UNTIL A(<. UPSTREAM AREAS ARE EMILY STAB II IXED AND PERMANENT GRASS IHG IS fSTAB(ISNFD. TABU 0. T'ROJ ECT AREAS: A. WAFER QUALITY MONITORING SHALL BE CONDUCTED BY THE PROJECT ENGINEER i/FVx THE OBSERVATION THE ESi IUATEb TOTAL PROJECT THAT IHE WRIER DUAL /7Y STANDARDS MAY BE VIOLATED BY THE CON) RAC(Ofl'$ ACTIVITIES. MONITORING ON VVITIESD IS 3.55 ACRES. THE ES)'LUA7 E0 AREA TO TION LOCATIONS SHALL BE OESIGNATEO BY THE PRUJfCr ENGINEER. THE PROJECT ENGINEER WILL of BE DISTURBED WE TO CONSTRUCTION ACTIVITIES /S 3.45 ACRES RESPONSIBLE FOR MONITORING ANY ACTIVITIES FOR VIOLATION Or WATER QUALITY STANDARDS AS E RUN OFF COEFFICIENTS BEFORE CwfB 1. DURING CwfO) AND AFTER CwIA) CONSTRUCTIONt THEY RUN RELATE TQ FURB/DITT (29NTU'5 ABOVE BACKGROUND). MONITORING OF WATER QUALITY SIULI. BE OFD COEFFICIENT FOR: CONWLYEO FOR A UINIWM OF TWICE DAILY FOR ANY EARTHWORK ACTIVITIES WITHIN iNf SHOULDERS DERS AUJACENI 70 ROADWAY: C•0. 20 INPROVEYENr IMPERVIOUS AREA. MONITOR IHG WILL BE IMPERVIOUS ROADWAYS AND PAVED SIOUL DER; C>b .95 !HE CENTER BY RECORDING TURBIDITY READINGS FROM Or THE STREAM, ONE (11 UPSrREAM Of THE ACTIVITY AND ONE (I) DOWNSTREAM OF THE W£IORE; RUN OFF COEFF IC IEN7: EROSION CONTROL DEVICES. BUT WIrN/H THE PROJECT R16Hr -OF -WAY. BEFORE: : 0.27 WRING: = 0.23-0.66 WATER N OB! If Q(IACITY STANDARDS F. DESCRIPTION OF SOIL OR QUALITY OF OTSCNA AFTER: LWIAI • O.WI ARE VIOLATED, CONSTUCTION SHOULD BE STOPPED IYY£O /ArELr AND EROSION CONrROL ARGE! DEVICES ACCORD) NC TO THE USDA 5011 CON$ERVAT ION SERVICE SOIL SURVEY OF Cp(I TEA COUNTY, SERVICE RE-EVALUATED BY THE COUNTY REPRESENTATIVE PRIOR TO ANY CONTINUATION OF ACTIVITY, MONITORING ACTIVITIES AND THE PREDOMINANT SOIL TYPE IS M'ORO[OG If. SOIL GROUP B /U. WITH A DEPTH I'0 ?HE fUR8101TY READINGS SNAL( BE RECORDED ON THE COYSTRULr10N INSPECTION REPORT AND CONTINUED UNTIL TURBIDIrY READINGS FALL BELOW AN ACCEPTABLE LEVEL l29NT U'5 ABOVE SEASONAL HIGH WATER TABLE OF 1.0 FEET. A ROADWAY SOIL SURVEY IS CONTAINED IN T11£ CONSTRUCTION PANS. BACKGIOIINO i. WATER DUALITY MONITORING MAY BE CONDUCTED DURING ANY PHASE OF CONSTRUCTION AS DIRECTED Be THE PROJECT ENGINEER. d. WRING THE CON5TRUCriON OPERATIONS, TIIE FOLLOWING CONTROL MEASURES WILL BE USED TO PREVENr ER051ON AND SEUIMENrATION: CLEARING AND GRUBBING OPERATIONS ARE CONTROLLED 50 AS TO MINIMIZE YNPROTECIED EnuolptE AREAS EXPOSfO TO WEATHER, AREAS OUTSIDE THE LIMIT$ OF CONSrpUf.T10N WILL HOT OE DISTURBED. EXCAVATED YAfEPIAC WILL NOT BE DEPOSITED /N LOCArl"S WHERE IF COULD BE WAS /LED AWAY HIGH BY WATER OR STORY WATER RUNOFF AND STOCKPILES SHA(4 BE COVERED OR ENCTRC(EO —+ A M WITH SEDIMENT LONrAINYENT' DEVICES, NEW AND EXISTING STRUCTHRES WILL HE PROFECTFD Q FROM SILTATION WRING CONSTRUCT rpx. UNVERORAIM SYSTEMS WILL REMAIN PLoC.UEU AND OFfLIHE UNTIL THE PROJECT HAS STABILIZED. -- W O O (� REVISIONS - 51/EET (JJ PB AMERICAS, INC. TRAACiWMTAYKW BNOVVESNAW AND CVA0 7RLC'rT0NAEANAODLCIVTDIlPABTMXM SMRMWA TER POLLUTION NL goo /GAO ftVXfr COUNTY PNXWCI AO. U' 4•v�� L« lt.l -llk* M PREVENTION PLAN U) .. COLTER 6p p5 qs w � L i L Ill. OTHER CONrAOLS: A. WASTE OISPOSAL+ TO BE DEVELOPED AS PART OF THE CONTRACTOR'S STORMNATER POLLUTION PREVENTION PLAN. 8. OFF SITE VEHICLE TRACK /NG /SPILLAGE: TO BE DEVELOPED AS PART OF THE CONTRACTOR'S SWPPP, C. APPROVED STATE AND LOCAL PLANS OR PERLIIIS: SOUTH FLORIDA WATER MANAGEMENT DISTRICT, PERMIT NUMBER: PENDING O. APPLICATION OF FERTILIZERS AND PESTIc /0E5 TO BE DEVELOPED AS PART OF'1 "HE CONTRACTOR'S SWPPP, E- NON-STORMWATER IINCLUOING SPILL REPORTING, THE CONTRACTOR WILL PROVIDE 1HE COUNTY WITH AN EROSION CONTROL PLAN THAT WILL INCLUDE SPILL CONTAINMENT, REPORTING. ASO RESPONSES, THE PLAN $RIALL SPECIFY WHAT MANN EMENT' PRACrICES AND CONTAINMENT uETHOOS WILL BE USED TO PREVENT POTENTIAL POLLIITANr5 iFUl LUBRICANTS, HERBICIDES. ETC) FROM SPILLING ONTO THE SOIL OR INTO 7'HE SURFACE W +TEAS. WHEN TIIE CDNTAACiOfl ENCOUNTERS A $PILL, CON STNUCTION WILT STOP AND 'URN Witt NOT RESUME UNTIL DIRECTED BY IRE PROJECT ENGIAEEA. DISPOSITION OF HAZAADOUS AAST'E' Wltl. OF MADE IN ACCORDANCE WITH ANY REQUIREMENTS AND REGULATIONS OF ANY LOCAL, STATE, OR FEDERAL AGENCY THAT MAY HAVE JURISDICTION. IV. MAINTENANCE: THE CONTRACTOR SHALL Of RESPONSIBLE FDA MAINTAINING ALL POLLUTION PREVENTION CONTROLS. DAILY INSPECTIONS SHALL BE MADE 61 THE CONTRACTOR TO DETERMINE THE EFFECTIVENESS OF EROSION SEDIMENTATION, TURBIDITY, AND POLLUTION CONTROL MEASURES. REMEDIAL ACTION STALL BE PERFORMED OWED IArELY. V, INSPECTION: THE CONTRACTOR IS REQUIRED TO INSPECT ALL EROSION CONTROL FEATURES AT LEAST ONCE EVERY SEVEN CALENDAR DAYS AND WITHIN 24 ,OURS OF THE END OF A STORM OF 0.25 INCHES (BMM) OH GAEArER. IN ADDITION, MAINTAIN ALL EROSION CONTROL FEATURES AS REQUIRED HEREIN AND AS SPECIFIED IN STATE ANONA FEDERAL ENVIRUNMENTAL REGULATORY PCRMIrS. TR1/S INCLUDES, BUT IS' NOT LIMITED TO, I1 DAILY REVIEW OF THE LOCATION OF SILT FENCES IN AREAS WHERE CONSTRUCTION ACTlV 1T (F.S HAVE CHANCED THE NATURAL CONTOUR AND 08AIN46E RUNOFF TO E451IRC THAT SILT FENCES ARE PROPERLY LOCATED FOR EFFECTIVENESS, THE CONTRACTOR WILL USE A FORM ACCEPTABLE to THE' ENGINEER TO REPORT' ALL INSPECTION FINDINGS AND CORRECTIVE ACTIONS TAKEN AS A RESULT OF TI(f INSPECTION. THE CONTRACTOR WILL SIGN EACH REPORT AND SUBMIT IT WEEKLY TO THE ENGINEER. VI. TRACKING AND AFPORTING: A. THE CONrRACTOA SIIALL SUBMIT A WEEKLY REPORT TO THE COUNTY DUCUMENTING THE INSF'F.Cr10N4 NT AND MAIENANCE OR REPAIRS 10 THE SEDIMENT' CONTROL DEVICES. THE CONTACTOR WILL eCSO SUBMIT THE REPORT AFTER A RAIN EVENr Of 0 W OR GREATER. 01C CONTRACTOR SIIALL MAINTAIN ALL REQUIRED REPORrS AND COMPLETE ALL SWPPP INSPECTION FOAMS. 8. PREPARATION OF ALL THE CONrRACT'OR'S AEPORr5 OF INSPECTION, MA INTE'NANCE AND REPAIRS REQUIRED FOR THE CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION, SHALL BE ISO LUDEO IN TIIE INOIV/DUA1 Ca SrS OF THE EROSION CONTROL DFV ISES UR LVMP SUM COST OF THE PROJECT, VII. REE'ERENCES: THE CONSTRUCTION PLANS, FOOT STANDARD INGEA (JANUARY EDO81, SPf I'IFIL'ATIONS, AND DRAINAGE CALCULATIONS AS PREPARED BY PB AMERICAS FOR VALEWOOO DR. AUTUMN DAN$ EASE, AND OAKS BLVD ARE IIEAfBY REFERENCED AND k40E' A PART OF THIS PLAN. RNOINRBRDOYZ ANO COLLIER 1 60106 SHEET S7i7RJtiIWATER POLLUTION ND PREVEAWON PLAN (2) NS 1 i f 1 f C. SrABILIZATION PRACTICES: THE CONTRACTOR SHALL BE RESPONS/OLE FOR THE FOLLOWING MEASURES: DCVL LOPING A DETAILED EROSION AND SEDIMENT CONTROL PLAN, THE PLAN w /LC INCLUDE! - 1. PAOJ. SCHEDULE WITH EROSION AND SEDIMENT CONTROL INSTALLATION AND MAINTENANCE TIED TO SPECIFIC DATES OR CONSTRUCTION ACTIVITIES. - 2. ALTERATIONS TO THE DESIGN EROSION AND SEDIMENT CONTROLS DUE TO THE DIFFERENCES BETWEEN THE COUNTIES DESIGN PLANS AND ANTICIPATED CONSTRUCTION PHASING AND THE CONTRACTOR'S CONS!- RUCTfON METHODS AND PHASING. J. NAVE AND PHONE NUVBEA OF CONTRACTOR'S RE +'RESENIAT'IVE RESPONSIBLE FOR EROSION AND SEDIMENT CONTROL INSTALLATION AND MAINTENANCE ON A Zf HOUR BASIS. - EROSION AND SEDIMENT CONTROL MEASURES ARE TO BE PLACED PRIOR To, OR AS THE FIRSr STEP IN CONSTRUCTION. SEDIMENT CONTROL DEVICES WILL BEEMP(OYED AS A PERIMETER DEFENSE AGAINST ANY TRANSPORTATION OF SILT OFF THE SITE. STABILIZATION MEASURES SHALL. Be INITIATED FOR EROSION AND SED/MEAT CONTROL ON DISTURBED. AREAS AS SOON AS PRACTICABLE IN FORT IONS OF THE SITf WHERE CONSTRUCTION ACTIVITIES HAVE TEMPORARILY 04 PERMANENTLY CEASED, LILT IN NO CASE MORE THAN Ix DAYS AFTER THE CONSTRUCTION ACTlVI1T IN THE PORTION OF TINE' SITE- HAS TEMPORARILY OR PERMARE/1rLY CEASED. PERMANENT $OIL EROSION CONTROL `ES, MEASURES FOR AIL SLOP CHANNELS. DITCHES OR ANY DISTURBED (AND AREAS SHALL BE COMPLETED IMMEDIATELY AFTER FINAL GRADING, WHEN IT 15 NOT POSSIBLE TO Pf.RMANENlLY PROTECT A DISTURBED AREA IMMEDIATELY AFTER GAAD/NG OPERATION, TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTALLED. ALL TEMPORARY YROrECT10N SHALL BE MAINTAINED UN,r( PERMANENT MEASURES ARE IN PLACE AND ESTABLISHED. THE CONTRACTOR SHALL FURNISH, MAINTAIN, lNSTAtJ., AND SUBSEQUENTLY REMOVE, ALL NECESSARY EAOS/ON CONTROL, INCLUDING BUT. NOT TO LIMITED SILT FENCES. HAY BALES. 1'UABIDITY BARRIERS AND ANY OTHER. MISCELLANEOUS - ,TENS AS INDICATED WITHIN THE CONTRACT DOCUMENTS, OR AS REQUIRED PER APPLICABLE STANDARDS OR THE PROJECT ENGINEER. THE CONTRACTOR IS ADVISED THAT THE CONTRACT DRAWINGS ONLY INDICATE EROSION,.$EO /kENT, AND TURBIDITY CONTROLS AT LOCATIONS DETERMINED IN THE DES/ON PROCESS. IOWEVER, THE CONTRACTOR IS REQUIRED TO PROVIDE ANY ADDITIONAL CONTROLS NECESSARY TO PREVENT THE POSSIBILITY OF SILTING ANY ADJACENT LOWLAND PARCEL OR RECE/VINC WATER, 0. TIIE FOLLOWING. STRUCTURAL PRACTICES MAY BE INCLUDED AS PAY lI "EMS to THE SUMMARY OF QUANT,r I ES WITHIN THE CONSTRUCTION PLANS: 1. SILT FENCES £. SYNTHETIC BALES 0. ROCK 8405 N. SOIL TRACKING PREVENTION DEVICES AT CONSTRUCTION ENTRANCES /EXITS £. SILT FENCE LOCATIONS: 1. 51IT FENCE SHALL BE USED ALONG THE LENGTH OF THE PROJECT WHERE THE EXISTING GROUND SLOPES AWAY FROM THE RlGHr'OF-WAY OR WHERE THERE RS POTENTIAL FDA SEDIMENr TO BE DIRECTED OFFSITE. SILT FENCES SHOULD ONLY BE USED IF: A- W[TLANDS OR WATERS OF THE U.S. ARE INVOLVED B. UNOI STURUED VEGETATION OUTSIDE LIMB'S OF CONSTRUCTION ARE NOT ADEQUATE TO FILTER RUN OFF. E. STOCKPILE AREAS SHALL INCLUDE SILT FENCE' AROUND THE PEA)UETFR, F. SYNTHETIC BALE LOCATIONS: GENERALLY, SYNTHETIC BALES SHALT BE INSTALLS "O AT PRONO5EO INLET LOCAT IONS AND AS O ITCH BLOCKS TO AVOID DOWNSTREAM SILTATION. DITCH BLOCKS SHOUI.O GE PLACED APPROXIMATELY EVERY 100 FEEL G. ROCK GAG LOCATIONS: GENERAL LI, ROCA BAGS SHALL BF INSTALLED FUR THE PUAPO SE OF CONTROLLING SILTATION AT CURB AND GUTTER INLETS WHERE ONE CAN NOT DRIVE A SY'AX E.rHE' CONTRACTOR WILL BE RESPONSIBLE TO REMOVE THE ROCK 06BR /S FROM THE INLETS. - H. CONSTRUCTION ENTRANCES /EA ITS: S0 /1 TRACNINO PREVENTION DEV ICES (INDEX 106) SHALL BE PROVIDED FOR 001" ON -SIRE AND OFF -S1 TE LUCAT IONS Of STOCKPILED OR EXCAVATCO MATERIAL, INCLUDING PROPOSED POND S f TE$.. IF IMMEOIAI'ELY ADJACENT TO A PUBLIC ROADWAY, THE ENGINEER SHALL BE RESPONSIBLE N > Nil FOR MODIFY ISO. THE SV STEM OR PROCEDURES AS NEEDED. N Cl O 01 ^` 0 O REVISIONS CT _ -" c� _ �O6 P8 ANER,CAS1 fNC. Q �� sLb rror.,,R n -9+w zM N :_ -- AwarAKNAMNMY th Ill. OTHER CONrAOLS: A. WASTE OISPOSAL+ TO BE DEVELOPED AS PART OF THE CONTRACTOR'S STORMNATER POLLUTION PREVENTION PLAN. 8. OFF SITE VEHICLE TRACK /NG /SPILLAGE: TO BE DEVELOPED AS PART OF THE CONTRACTOR'S SWPPP, C. APPROVED STATE AND LOCAL PLANS OR PERLIIIS: SOUTH FLORIDA WATER MANAGEMENT DISTRICT, PERMIT NUMBER: PENDING O. APPLICATION OF FERTILIZERS AND PESTIc /0E5 TO BE DEVELOPED AS PART OF'1 "HE CONTRACTOR'S SWPPP, E- NON-STORMWATER IINCLUOING SPILL REPORTING, THE CONTRACTOR WILL PROVIDE 1HE COUNTY WITH AN EROSION CONTROL PLAN THAT WILL INCLUDE SPILL CONTAINMENT, REPORTING. ASO RESPONSES, THE PLAN $RIALL SPECIFY WHAT MANN EMENT' PRACrICES AND CONTAINMENT uETHOOS WILL BE USED TO PREVENT POTENTIAL POLLIITANr5 iFUl LUBRICANTS, HERBICIDES. ETC) FROM SPILLING ONTO THE SOIL OR INTO 7'HE SURFACE W +TEAS. WHEN TIIE CDNTAACiOfl ENCOUNTERS A $PILL, CON STNUCTION WILT STOP AND 'URN Witt NOT RESUME UNTIL DIRECTED BY IRE PROJECT ENGIAEEA. DISPOSITION OF HAZAADOUS AAST'E' Wltl. OF MADE IN ACCORDANCE WITH ANY REQUIREMENTS AND REGULATIONS OF ANY LOCAL, STATE, OR FEDERAL AGENCY THAT MAY HAVE JURISDICTION. IV. MAINTENANCE: THE CONTRACTOR SHALL Of RESPONSIBLE FDA MAINTAINING ALL POLLUTION PREVENTION CONTROLS. DAILY INSPECTIONS SHALL BE MADE 61 THE CONTRACTOR TO DETERMINE THE EFFECTIVENESS OF EROSION SEDIMENTATION, TURBIDITY, AND POLLUTION CONTROL MEASURES. REMEDIAL ACTION STALL BE PERFORMED OWED IArELY. V, INSPECTION: THE CONTRACTOR IS REQUIRED TO INSPECT ALL EROSION CONTROL FEATURES AT LEAST ONCE EVERY SEVEN CALENDAR DAYS AND WITHIN 24 ,OURS OF THE END OF A STORM OF 0.25 INCHES (BMM) OH GAEArER. IN ADDITION, MAINTAIN ALL EROSION CONTROL FEATURES AS REQUIRED HEREIN AND AS SPECIFIED IN STATE ANONA FEDERAL ENVIRUNMENTAL REGULATORY PCRMIrS. TR1/S INCLUDES, BUT IS' NOT LIMITED TO, I1 DAILY REVIEW OF THE LOCATION OF SILT FENCES IN AREAS WHERE CONSTRUCTION ACTlV 1T (F.S HAVE CHANCED THE NATURAL CONTOUR AND 08AIN46E RUNOFF TO E451IRC THAT SILT FENCES ARE PROPERLY LOCATED FOR EFFECTIVENESS, THE CONTRACTOR WILL USE A FORM ACCEPTABLE to THE' ENGINEER TO REPORT' ALL INSPECTION FINDINGS AND CORRECTIVE ACTIONS TAKEN AS A RESULT OF TI(f INSPECTION. THE CONTRACTOR WILL SIGN EACH REPORT AND SUBMIT IT WEEKLY TO THE ENGINEER. VI. TRACKING AND AFPORTING: A. THE CONrRACTOA SIIALL SUBMIT A WEEKLY REPORT TO THE COUNTY DUCUMENTING THE INSF'F.Cr10N4 NT AND MAIENANCE OR REPAIRS 10 THE SEDIMENT' CONTROL DEVICES. THE CONTACTOR WILL eCSO SUBMIT THE REPORT AFTER A RAIN EVENr Of 0 W OR GREATER. 01C CONTRACTOR SIIALL MAINTAIN ALL REQUIRED REPORrS AND COMPLETE ALL SWPPP INSPECTION FOAMS. 8. PREPARATION OF ALL THE CONrRACT'OR'S AEPORr5 OF INSPECTION, MA INTE'NANCE AND REPAIRS REQUIRED FOR THE CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION, SHALL BE ISO LUDEO IN TIIE INOIV/DUA1 Ca SrS OF THE EROSION CONTROL DFV ISES UR LVMP SUM COST OF THE PROJECT, VII. REE'ERENCES: THE CONSTRUCTION PLANS, FOOT STANDARD INGEA (JANUARY EDO81, SPf I'IFIL'ATIONS, AND DRAINAGE CALCULATIONS AS PREPARED BY PB AMERICAS FOR VALEWOOO DR. AUTUMN DAN$ EASE, AND OAKS BLVD ARE IIEAfBY REFERENCED AND k40E' A PART OF THIS PLAN. RNOINRBRDOYZ ANO COLLIER 1 60106 SHEET S7i7RJtiIWATER POLLUTION ND PREVEAWON PLAN (2) NS 1 i f 1 f 11A 9.0 CONTROL & ABATEMENT OF EROSION & WATER POLLUTION Per the FDOT Drainage Design Manual, the Contractor is required to implement all necessary measures to control erosion on the project, so as to prevent pollution of water, detrimental effects of public or private property adjacent to the project right -of -way, and damage due to work on the project. These measures consist of construction and maintenance of temporary erosion control features_ The use of these measures is required throughout the life of the construction contract. Additional measures may also be required, as directed by the Engineer, due to unanticipated conditions at the time of construction. The Contractor shall take sufficient precautions to prevent pollution of streams, canals, lakes, reservoirs, and other water impoundments, with fuels, oils, bitumens, calcium chloride, or other harmful materials. No siltation or any other operations causing interference with movement of migratory fish is allowed in streams. Construction operations in and around all water bodies shall be limited as much as possible. No frequent flooding of live streams is allowed without the construction of a temporary bridge or other similar structures. Except as necessary for construction, excavated material shall not be deposited in rivers, streams, etc., or in a position close enough to be washed away by high water or runoff. Where dewatering operations occurs during construction, the water must be treated prior to discharge into bodies of water. The treatment is accomplished by pumping the water into grassed swales or appropriate vegetated areas, sediment basins, or confined by an appropriate enclosure such as turbidity barriers when other methods are not appropriate. All borrow pits, disposal areas, staging areas, etc.. shall meet the approval of the Engineer as being such that erosion during and after completion of the work will not result in probability of detrimental siltation or water pollution. Temporary erosion and water pollution control features shall consist of, but not be limited to, temporary grassing, temporary sodding, temporary mulching, baled hay or straw, and staked silt fence. Details of some of these items are found in the FDOT's Roadway and Traffic Design Standards. The requirements for these items are described in Section 104 of the FDOT Standard Specifications, The Contractor shall provide routine maintenance of permanent and temporary erosion control features until the project is completed and accepted. Replacement of the erosion control features is required in the event that the features become damaged or fail to operate as intended. After the project is completed or when the permanent erosion control features are in place, the temporary erosion control features shall be removed or incorporated into the soil in such a manner that no detrimental effect results. Valewood Drive Extension EX�I RL� 12esign Document Collier County 14 cpN: 60106 Application 090327 -5 1 of 2 11A 10.0 MAINTENANCE OPERATIONS The County Maintenance Department is the entity responsible for all maintenance and operation of the proposed water management systems and has the option to subcontract any of these operations whenever necessary. The primary goal of the maintenance for the surface water management system is to insure that ponds,. pond outfall structures, and all roadway and other conveyance systems are free from debris, sediment or vegetation. This criterion is required to maintain a properly functioning system, free from flooding or failure of providing water quality treatment. Typical maintenance operations that are required for roadway drainage systems include but are not limited to the following listed items: (l) Pond Control Structures: The pond discharge control structures must be periodically inspected for the following: 1) The perimeter area outside of the structure must be clear of any debris or overgrown vegetation that may inhibit or block the flow of runoff entering the structure. 2) If grates are installed on top of structure, any debris (i.e., trash, grass clippings, etc.) must be removed from the top of the grate. 3) Bleed- down orifices must be cleaned or cleared of debris blocking the orifice opening. 4) The inlet control structure and outfall pipe leaving the structure must be cleared of debris and silt. The downstream end of the outfall pipe must be clear from overgrown vegetation and debris that could block flow in the pipe. (2) Roadway Inlets and Pipes: Periodic inspections of the roadway conveyance system should be conducted to prevent restrictions and/or blockages in pipes and inlets. Due to the high transportability of soils and sediments in this area, frequent removal of silt from inlets and pipes is usually required. Large roadway facilities are particularly susceptible to silt due to a variety of hauling activities that may occur on these facilities. The mowing of grassed areas by maintenance crews also creates debris (grass clippings) that must be periodically removed in order to prevent clogging in the system. Grass clippings are primarily prone to clogging the top of grated ditch bottom inlets. Maintenance crews should also be able to recognize erosion problems that might inadvertently occur within the roadway drainage system. Additional sodding and /or riprap material may be required after construction of the system is completed or after a large rainfall event. (3) Cross Drains: Cross drains are frequently susceptible to silt and scouring or erosion. These structures should be periodically inspected for silt, erosion, and blockages. Overgrown vegetation should be removed from the upstream and downstream channel areas to prevent flow restriction. The removal of silt and other debris from the culverts is required to maintain the hydraulic capacity of the crossing. Failure to maintain hydraulic capacity may result in upstream flooding that may result in flood damage to the adjacent properties. (4) Ditches: All ditches on the project must be regularly inspected for silt and erosion problems. Failure to resolve erosion - related problems to the roadway system may result in reduced water quality in the downstream receiving waters due to increased turbidity. Re- sodding and repair of eroded ditch side slopes may be periodically required. Valewood Drive Extension EA�bo [&sign Document Collier County 15 Application QT830% 2 of 2 -7 - _ _7 . _ ilp STAFF REPORT DISTRIBUTION LIST ROADWAY IMPROVEMENTS OF IMMOKALEE RD (CR 846) - VALEWOOD DR Application No: 090327 -5 Permit No.: 11- 03063 -P INTERNAL DISTRIBUTION X John Policarpo - 4270 X Rina Dalal - 4270 X William Foley, P.E. - 4270 X Laura Layman - 4270 X C. Tears - 6862 X ERC Engineering - 6861 X ERC Environmental 6861 X Fort Myers Backup File - 6861 X Permit File EXTERNAL DISTRIBUTION X Permittee - Collier County Teem X Agent - Pb Americas, Inc. GOVERNMENT AGENCIES X City Engineer, City of Naples OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee 11A SOUTH FLORIDA WATER MANAGEMENT I.3mri r Lov EE1 WEST COAST REc.10NAL SERVicr CENTFR _301 MWCCre�r>r E3nerieearci, }° )L1 %4krens, FL 33 3( }1 (239) 31135 -M-9 • FL 4 A75 1-800- 24,5 -t2"01 • Suncorn 748 -2929 • Fak (139) 338-2936 WWW,S svmd.g0V /1WZ/ CON 24 -06 Application No.: 090327 -7 General Permit No.: 11- 03059 -W September 18, 2009 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT: General Water Use Permit No.: 11- 03059 -W Project: ROADWAY IMPROVEMENTS OF IMMOKALEE RD (CR 846) - VALEWOOD DR Location: COLLIER COUNTY, S29/T48S/R26E Permittee: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS This letter is to notify you of the District's agency action concerning your Notice of Intent to Use Water. This action is taken pursuant to Chapter 40E -20, Florida Administrative Code (F.A.C.). Based on the information provided, District rules have been adhered to and a General Water Use Permit is in effect for this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes, administrative hearing and 2. The attached Limiting Conditions. The purpose of this application is to obtain a Water Use Permit for dewatering for the installation of Pond 8.00 and miscellaneous utilities. Withdrawals are from the Water Table Aquifer via one proposed withdrawal facility- The Permittee shall not withdraw more than 1800 million gallons in the duration of this permit, nor more than 10 million gallons per day. A copy of the permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations. tS7Rte. " Ftl : +t>tatl t .1 t.12 : 3101 Gun Club Road, PD. Box 24680, blest Palm lkr at h, IIL 3,'WitaA680 • (5611 636-4V(10 * FL W A,?75 1,4300-432-2P45 11A Application Number: 090327 -7 " COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 2 Date Of Issuance: September 18, 2009 Expiration Date: September 22, 2014 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Proposed Concurrently With Application No. 090327 -5. Modification To Permit 11- 03063 -P, Proposed Concurrently With Application No. 090327 -5. Right Of Way Permit Status: Not Applicable. Surface Water From: Water Table aquifer Permitted Allocation(s): Annual Allocation: 116,680,000 Gallons Maximum Monthly Allocation: 9,910,100 Gallons Proposed Withdrawal Facilities - Surface Water Source: Water Table aquifer 1 - 4" X 19.7 HP X 222 GPM hydraulic Pump Rated Capacity Source(s) Status Code GPM MGD MGM MGY Water Table aquifer P 222 0.32 9.7 117 Totals: 222 0.32 9.7 117 I I A Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 1.8, 2009 Page 3 Should you object to the Limiting Conditions, please refer to the attached Notice of Rights which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have questions concerning this matter. If we do not hear from you prior to the time frame specified in the Notice of Rights, we will assume that you concur with the District's recommendations. Certificate Of Service I HEREBY CERTIFY that a Notice of Rights has been mailed to the addressee not later than 5.:00 p.m. this 18th day of September, 2009, in accordance with Section 120.50(3), Florida Statutes. Sincerely, Noah B. Kugler, P.G. Senior Supervising Hydrogeoiogist Water Use Regulation Division NBK /tb Certified Mail No.: 7008 1140 0001 4111 8522 Enclosure c: Engineer, City of Naples Parsons Brinckerhoff 11A Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 4 Limiting Conditions 1. This permit shall expire on September 22, 2014. 2. Application for a permit modification may be made at any time. 3. Water use classification: Dewatering water supply 4. Source classification is: Surface Water from: Water Table aquifer 5. Permittee shall not withdraw more than 1800 million gallons in the duration of this permit, nor more than 10 million gallons per day. 6. Pursuant to Rule 40E- 1.6105, F_A.C., Notification of Transfer of Interest in Real Property, within 30 days of any transfer of interest or control of the real property at which any permitted facility, system, consumptive use, or activity is located, the permittee must notify the District, in writing, of the transfer giving the name and address of the new owner or person in control and providing a copy of the instrument effectuating the transfer, as set forth in Rule 40E- 1.6107, F.A.C. Pursuant to Rule 40E- 1.6107 (4), until transfer is approved by the District, the permittee shall be liable for compliance with the permit. The permittee transferring the permit shall remain liable for all actions that are required as well as all violations of the permit which occurred prior to the transfer of the permit. Failure to comply with this or any other condition of this permit constitutes a violation and pursuant to Rule 40E- 1.609, Suspension, Revocation and Modification of Permits, the District may suspend or revoke the permit. This Permit is issued to: Collier County Board of County Commissioners 2885 South Horseshoe Drive Naples, FL 34104 7. Withdrawal Facilities: Surface Water - Proposed: 1 - 4" x 19.7 HP X 222 GPM hydraulic Pump 11A Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 5 Limiting Conditions 8. Permittee shall mitigate interference with existing legal uses that was caused in whole or in part by the permittee's withdrawals, consistent with the approved mitigation plan. As necessary to offset the interference, mitigation will include pumpage reduction, replacement of the impacted individual's equipment, relocation of wells, change in withdrawal source, or other means. Interference to an existing legal use is defined as an impact that occurs under hydrologic conditions equal to or less severe than a 1 in 10 year drought event that results in the: ('1) Inability to withdraw water consistent with provisions of the permit, such as when remedial structural or operational actions not materially authorized by existing permits must be taken to address the interference; or (2) Change in the quality of water pursuant to primary State Drinking Water Standards to the extent that the water can no longer be used for its authorized purpose, or such chan9e is imminent. 9. Permittee shall mitigate harm to existing off -site land uses caused by the permittee's withdrawals, as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm caused by withdrawals, as determined through reference to the conditions for permit issuance, includes: (1) Significant reduction in water levels on the property to the extent that the designed function of the water body and related surface water management improvements are damaged, not including aesthetic values. The designed function of a water body is identified in the original permit or other governmental authorization issued for the construction of the water body. In cases where a permit was not required, the designed function shall be determined based on the purpose for the original construction of the water body (e.g. fill for construction, mining, drainage canal, etc.) (2) Damage to agriculture, including damage resulting from reduction in soil moisture resulting from consumptive use; or (3) Land collapse or subsidence caused by reduction in water levels associated with consumptive use 11A Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 6 Limiting Conditions . 10. Permittee shall mitigate harm to the natural resources caused by the permittee's withdrawals, as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm, as determined through reference to the conditions for permit issuance includes: (1) Reduction in ground or surface water levels that results in harmful lateral movement of the fresh water /salt water interface, (2) Reduction in water levels that harm the hydroperiod of wetlands, (3) Significant reduction in water levels or h:ydroperiod in a naturally occurring water body such as a lake or pond, (4) Harmful movement of contaminants in violation of state water quality standards, or (5) Harm to the natural system including damage to habitat for rare or endangered species. 11. If any condition of the permit is violated, the permit shall be subject to review and possible modification, enforcement action, or revocation. 12. Authorized representatives of the District shall be permitted to enter, inspect, and observe the permitted system to determine compliance with special conditions. 13. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations. 14. The permit does not convey any property right to the Permittee, nor any rights and privileges other than those specified in the Permit and Chapter 40E -2, Florida Administrative Code. 15. Permittee shall submit all data as required by the irnplementation schedule for each of the limiting conditions to: SFWMD, Environmental Resource Compliance, P.O. Box 24680, West Palm Beach, FL 33416 -4680. 16. The Permittee is advised that this Permit does not relieve the Permittee of complying with all county, state, and federal regulations governing these operations, maintenance, and reclamation of the borrow pit. 17. All dewatering water shall be retained on the Permittee's land. Off -site discharge of dewatering effluent shall not be made. 18. The excavation shall be constructed using sound engineering practice. If the excavation endangers the properties of adjacent owners through erosion, side wall collapse, etc.., the Permittee shall cease operation upon notification by the District until a method to prevent such occurrences is found and instituted. 19. Permittee shall immediately cease dewatering when continued dewatering would create a condition hazardous to the health, safety, and general welfare of the people of the District. 20. Permittee shall be responsible for clearing shoaling if the Permittee's dewatering operation creates shoaling in adjacent water bodies. 11 Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 7 Limiting Conditions 21. Permittee shall comply with turbidity and general water quality standards for surface discharge into receiving streams, as established by Chapter 62 -302, Florida Administrative Code. 22. Permittee shall not lower the water table below the following depths: -2.25 feet National Geodetic Vertical Datum (NGVD), or 14.25 feet below land surface (bls) 23. A copy of the permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. 24. in the event of a declared water shortage, water withdrawal reductions will be ordered by the District in accordance with the Water Shortage Plan, Chapter 40E -21, F.A.C. The Permittee is advised that during a water shortage, pumpage reports shall be submitted as required by Chapter 40E -21, F.A.C. 25. At least 72 hours prior to initial dewatering, the Permittee shall notify the District that dewatering is about to commence and verify all precautions are in place prior to project commencing with pumping operation, including: A) The location and design of the recharge trenches and on -site retention areas where dewatering water will be retained. B) The location of monitoring facilities, and C) Other appropriate site- specific issues related to the protection of the resource or other existing legal users. Failure of the permittee or his representative contractor to notify the District before dewatering is initiated will result in enforcement action. If necessary, the District shall conduct a site visit. Notification of commencement of dewatering can be made by contacting: Scott Korf at 239- 338 -2929. 26. Dewatering is authorized by this permit for a duration of one year from the date provided to the District by the Permittee in accordance with the notification requirements as stated in the Limiting Conditions of this permit. 27. The Permittee shall conduct dewatering activities in adherence to the following operating plan: Exhibits 1 -3 show the general project location and the project site. Exhibit 4 is a description of the typical dewatering pump to be found on -site. Exhibit 5 provides volumetric calculations, details of the dewatering plan and general notes to be followed by the contractor on-site. Exhibit 6 shows the pond to be dewatered in two cells and the location of the recharge trench. Exhibit 7 shows cross - sections of the pond, typical recharge trench and retention berm. Exhibit 8 provides the surveyed plan and profile sheets for the project_ Application Number: 090327 -7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS September 18, 2009 Page 8 be :Taryn Boomgaard C. Tears - 6862 P. McGary - 6861 Permit File S. Korf - 6861 WU Compliance - T. Schwetje - 6861 ADDRESSES Engineer, City of Naples Attn: Naples 735 Eighth St South Naples Naples, FL 34102 Parsons Brinckerhoff Attn: Greg Cutrone P E 5405 West Cypress Street Suite 300 Tampa, FL 33607 11A NOTICE OF RIGHTS. 11A As required by Sections 120.569(1), and 120..60(3), Fla. Stat., following is notice of the opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Stat. Persons seeking a hearing on a District decision which does or may determine their substantial interests shall file a petition for hearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Fla. Stat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fla. Stat. "Receipt of written notice of agency decision" means receipt of either written notice through mail, or electronic mail, or posting that the District has or intends to take final agency action, or publication of notice that the District has or intends to take final agency action.. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the timeframe described above waives the right to request a heating on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand- delivery or facsimile. Filings by e-mail will not be accepted. Any person wishing to receive a clerked copy with the date and time stamped must provide an additional copy. A petition for administrative hearing is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach, Florida. Any document received by the office of the SFWMD Clerk after 5:00 p.m. shall be filed as of 8:00 a.m. on the next regular business day. Additional filing instructions are as follows: Filings by mail must be addressed to the Office of the SFWMD Clerk, P.O. Box 24680, West Palm Beach, Florida 33416. Filings by hand - delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing. To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the petition. Filings by facsimile must be transmitted to the SFWMD Clerk's Office at (561) 682 -6010. Pursuant to Subsections 28- 106.104(7), (8) and (9), Fla. Admin. Code, a party who files a document by facsimile represents that the original physically signed document will be retained by that party for the duration of that,proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who elects to file any document by facsimile shall be responsible for any delay, disruption, or interruption of the electronic signals and accepts the full risk that the document may not be properly filed with the clerk as a result. The filing date for a document filed by facsimile shall be the date the SFWMD Clerk receives the complete document. Rev. 07/01/2009 11A Initiation of an Administrative Hearing Pursuant to Rules 28- 106.201 and 28- 106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1/2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number, District fife number or any other SFWMD identification number, if known. 2. The name, address and telephone number of the petitioner and petitioner's representative, if any. 3. An explanation of how the petitioner's substantial interests will be affected by the agency determination. 4. A statement of when and how the petitioner received notice of the SFWMD's decision. 5. A statement of all disputed issues of material fact. If there are none, the petition must so indicate. 6. A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's proposed action. 8. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for filing a petition. The SFWMD may, for good cause, grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. If the District takes action with substantially different impacts on water resources from the .notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule 28- 106.111, Fla. Admin. Code, unless otherwise provided by law. Mediation The procedures for pursuing mediation are set forth in Section 120.573, Fla. Stat., and Rules 28- 106.111 and 28- 106.401 -.405, Fla. Admin. Code. The SFWMD is not proposing mediation for this agency action under Section 120.573, Fla. Stat., at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3) and 120.68, Fla. Stat., a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD's final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9.110 in the Fourth District Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the SFWMD Clerk within 30 days of rendering of the final SFWMD action. Rev. 07/01/2009 11A Project Site COLLIER COUNTY, FLORIDA N Legend A Application CApplication Sections Map Date: 9(16/2009 Application Number: 090327 -7 Permit Number: 11- 03059 -W Project Name: ROADWAY IMPROVEMENTS OF IMMOKALEE RD (CR 846) - VALEWOOD DR 0 10 20 Wes Exhibit : 1 pia 090327 -7 Exhibit 3 U Ul m J m a on 0 i U IM ti N M O O O O E z O v .CL a a 11A Exhibit No: 4 I a ro 4. C� '0O N U j LO N N C ('OO m m ca. Q1 0- d '> N � LO � `- CO OM N- O N LiJ O C N (D N (n U3 CL o z m a CL CL Q a O CD En U' a a m O> O O to •� H y c }. °' L} _ m O ` y m 0 w z y y a CD o 'u - a E c. a m m L o E E a .N E E E O > c - v m U m 't � a m m m z 2 a x m w a m= o a S a 3 F- u3 m a- O m m 0) u_ u_ U a w z Exhibit No: 4 I a ro 4. IIA Pond 800 Dewatering Scenario The proposed dewatering has been revised from the initial submittal such that no pumped effluent will be discharged offsite. The proposed pond (Pond 300) will be constructed using two (2) cells which will eliminate the need to discharge the pumped effluent offsite. Cell 1 and cell 2 are both approximately 21,000 sq. ft. (0.48 acres.) and will provide 5.4 feet of total storage depth. Since approximately 1.0 ft will be used for freeboard, the actual available depth for storage is 4A ft. Based on an available depth of 4,4 ft, each cell will have.0.69 MG of storage capacity. The site will be dewatered using well points and a 4 inch rotary pump prior to excavation and construction of the pond side slopes. The proposed rotary pump has a maximum discharge capacity of 222 GPM, or a total daily discharge to 0.32 MGD. However, the pump will be restricted to an 8 hour work day operation which will limit the maximum discharge to 0.11 MGD. Based on this maxinuun discharge (0.11 MGD), the volume provide in each cell is five (5) times the amount of effluent that will be pumped into each cell per day (0.11 MG x 5 = 0.55 MG < 0.69 NIG). The following notes are provided for clarification on the pond construction and are included on the Pond Dewatering Sheet. 1. Construct bermed recharge trench. 2. Construct cell 2 with the bottom elevation at 10.6 ft and top of berth at elevation 16.0 ft. 3. Dewater cell 1 using well points and 4 inch diameter pump. Pump effluent to cell 2. 4. Excavate cell 1 and construct Pond 800 side slopes. 5. Dewater cell 2 using well points and 4 inch diameter pump. Pump effluent to recharge. berm and cell 1. 6. Excavate cell 2 and construct Pond 800 side slopes. 7. Construct final grade for Pond 800 including grade around bermed recharge trench. As a result of the modified dewatering scenario, Forms 0445 and Table B have been revised. The updated Form 0445 and Table B are included with this submittal. 090327-7 Exhibit 5 IA 090327 -7 Exhibit 5 i `s o ° a o W r`, W 2 Q W 4 p YyY °.a �: � W •i •,p �' �U �� j � ° 2 c7N3� oyOOy W :]' a N W a 7 t1 a 4 D as � i C NW K j wN W� p 3 r �� •i � Yu. c j $Qqu y < r nU < iz Z c Q. s cc u W yy T W N Q y }•v p W y A W ¢WWt] °S� r v ❑� � 1n L w p IA 090327 -7 Exhibit 5 CD CD +I W V O m XT V J_ m ' ,.., - ,�.' , � r �:•:-t-- -- - --,[sue , .�,••.•'. ---- - - = -' - -- _ - ______- T,.f'OY:jT7 ' i g ......... - .. Mcw,Tavuc rEu E!' 5AUPt[ P%AYr R � POW 000 i �t �fRR wRVEr vAtflrCCD pRnf �_i ja CURB � w r rER Tr?[ F 4z A � rt ii jj if WAV r wAU 'I RnT L!XL ��� •� :. � - ,� DELL 1 m t POND 6W 'JfASLNO MOTES. ! .'r75•�'4F"'� �� rr✓W LwE. . ! Cpvrp.Cr 9ERUED Reco;'A E TREACN Gftt f w1T5r jorraw ELFVArKa Ar 0.6 fr . ARD TO° OF Uft Ar EL.WATgr ND fr. i € ' . 1. DOIATER CELL ! USMG WELL PvrrS "D.4 MCrr ! ' OrAYETER Pt1YA. PUUY EFFLaAul TO CELL 2. ; ' - { 'GOVsr..asuro 'y,�r _ 'AECwAP" tREnCn ' +. £rCAVarE Cft:t.LAXD WM5TF" PORo�eW SWJ rStr.S7' lr SLOPE'S.. e.. A i A . 5. •CC1rA7E{i•CELL P USLW W£L�.PW r$ W A rACR ,- I CELL 2 1 .. �( Dau£rER:PLWA :PUUP ErFLUERY TO RFCNAPW TREXCii :I •XA CELL i. ...I to r..7, ... 6 [YCAVAr£ F[4 • 2 AxD CW$rRUCt POND SW S+AE SLOPES. • i r ComSTLY,Cr FwAL GRAW FOR AOwO LGd•�MCt1Or11G . GR!D:' ARQIRO DERWD RECXdRuE 7REXL7f. � TT!! i j ; Errsr. RAr Ott .. (� .. .` E rkr`Ei s -s IJrN "AL5'P1AE '10,'/ ��r � ` �%% ., �.� � � ✓�. � f._ / - �f f�f� 'P %/� ,r � �� � /.�,, f � /rr` : Lr `� / !` l�.G /� / �: i v � ( +' x � f • 5-+ P,4 AOTUUR OAKS LANE 2 Siw& Aurwv a4xs LAKE _ ................... � _....._.. �£r6r AfX turf RS Aa[NrCAf, WC. 'l/blA'aPDXTA TlrX +riML7NfiA:Rr.Yf: A.14, .. --- (YNJTA (.LTr(1N..NA'AL "LJrfL; f IIEX.0 -r mw, POND DENWATERIN6? SIIEET RI:D rp, rown tarrn PNWTC: xA. _ r`y., ra rr txm �YAMiLL CULL. iGN Oak .- -- '-100 wA•an 6++v, mil. +.�aa POND 8041 �p✓.n.v�y.r,ap- ,rv+»rnea. Vw.ridl�•.n,.�_- CD QO C:) m X Z37 C) cc C) m X zr r-•i- NO STEEPER THEN LI (HORIZONTAL 10 VERTICAL) TYPICAL EMERGENCY 2 OVERFLOW STRUCTURE 1 (SEC NgTE) - 10 RETENn ON/ bEWATEPING ERCAVA OON N0 STEEPER THEN I:1 (HORIZONTAL TO) TYPICAL EMERGENCY VC1nLCAL) OARFLOW STRUCTTAiE (SEE NOTE) T TO OEWATERINC _.. _.. tkcAVAEION RwNw _ TYPICAL RECHARGE TRENCH CROSS - SECTION _ 4 TEMPORARY RETENTION BERM CROSS- SECTION DRAWING D -3. TYPICAL CROSS- SECTION FOR RECHARGE TRENCH AND RETENTION CELL. ND $IEEPER THEN I:I (HORIZONTAL 10 VEATICAL) <� I NOTE: HINI4UM CUMULATIVE EMERGENCY OVERFLOW SiRUCTURE(5) OI7"AIJER SHAT. Eau oR EzcEEO Totµ OEWATERIHG 'PUMP DISCHARGE DIAMETER OTUGINAL Imob 1ti Q CD Nj ENO Q SURVEY D s 04M I ENO A .SURVEY VA1t1.= DA. ts.z,L'2�.v.SURVYYEF S:,miEY vAtAwmD t✓r , e� SrA b7 >S'1.05 tt SURVEY tu.YirA[EE R I I zzy.z w ,RRRVyY ruuDX:tcEE Ro p � ,,,.. •._ — r•Nn A wRVkY a✓o.AtEe RD ,1 j n����+f W TTA 2751lm SJ' RVt ;uYOdA � E'7 F.o 4G _ -------- - - - - -, i Ho _. i 1 2J0 I E' 5 IS Jr 57' $6' -= - -1 I I r rr s+ x,. g — 1 WMOXALF. E RD. E -•• l i f I 1 i i GuuOKALEE RD, RI I I L--- - - - --� 1 -- — — — — — — — — — - - - -I I I J I I0 I I L( Auruur: oAKs Lv:E UJZ jwruuN �fRS LANE .— _— — — — — — •— = _ =' --- --'�'e' BLS?'= GS --� -- -- -T• - - -I - - - -- ------- - - - - -J j J I 2 � 1 1 I A lw 1 DEGw @ s(N9VEY AUijyN DAAS fANt I $tA. S. Wm A sw?16 AVYUYN HAAS LAN $7A 842542 f SURVEY DAA[S AL/D. i .'1 I REOIN t SURVEY VALfwwo GI { I s.'A. 3KA.oD__.�! SuR✓tY yR,:tY11�U P?. YMO � suRVfr ,viruN.: DMS ,A�.f I VA. YrO:ll tl SURl Y /LNUN OMS "u.Vf $•'A. bJ+/J rD E" SUIIVEY AVTVYN O.G(J tAst I I I i i I nfc,N 6. SURVp' nAxfs e,vo I -11A 9+W W N "—VEY QA%ES . DEV0. I :- sm...w...r,.s,..:w aaw-n2crriur+unturw�te:�7oer ar+r &+r w ,a,n ao avnrrc mvrr nAu q PROJECT 1­4 OUT =I r.4- co A 07 V 1 tl 1 V co Sit 42 L SW!V EY CUAES OtW9:' "' AUTUMN OAKS LAME `. . . I + ODB,_EC:S44GO1,1P r x O J PPulA1OLvLFJrEAIr,LE, r x s Br f RGv£,R ,SD LErxfuArC C w4 _ �lt .o.!# —... . .......•...6dNT.+- . i7 t .•Jf.�3 X . tX6 S• Rl' . ._,�uB... 59_ d .� _ ... PTi F X tr JX Gh ur O r Y f't0t E � Y _ •729 sr Y.1 - ` EM F 1'�5 . 5+ 95OEy AL7Uuu OAxS LANE GRAVIrr, WALL I*wx 50 ..f. $: I• T , CONGREGATIONA '. &EOW PCstEr nA,tuG IU0.`r 850 I CHURCH SITE ov Sdm Lr 62 .50 -- - 6'CGIC. $1"WAJA E00 GRAVIIr WALL rlr�x 6—U Ar LV ,Axzr Lap B,E' 0 IN 5 6665 X5N' j. / -Err9T R/Ir tut GAAV,rr N'At1 I,x0Ex 5 11 . EWD P.GAET RA,LW.G /WOOEZ70r C �t3 '•. ` ./�w.rxT LT - MY5r W u15_rl4i... � -. G,Py c 40r rE nPF - �rs,GG- � BfGr q�aa�r[+r.,• for x g;r,�IL ioaty C4xnECt t0 Lr, D0, i! +4'DEx MI R - r Di •1 ,4'tDRC: 510C.A" L. £[ 9n ' ti[QZ4 !.. AL'TULlN OAKS LANE _ 1 - TUfrM GuE. fop... . 2 t PI SR Al0u5 £_ tfk t; ` `a-U S9' W rr'J2J' ELLw YIP - ._.. •.~ YlJ'•OF Ad' PIPE O t-tiT GK m- P6PE , ' ... t2� 16 •Lt,P Pte• r � .. .. .:. ... 4; COxxEGr r0 Err51 f7� ' - ,,, cars r, CO-C rtuWE -- .. 1-P � tp .2A" Pi .' r /xOEx P.$I � .:. -SIWG +f ` • . j..;i WAr 3 'tit CURD c GutlfR rrPl f -7!' 6991 .� G4.OD - - s-d O;'� t - f iA 5 .6197 JO' RIB..'. P, Jo to Ai _._$? rcF L,xE b .., COxsr.,?., mzs u27 mkt.' rCC twe ,.v0E1 =72 t 1 i'+E4' tlD' ' ♦_+t9.97. .. f[ Y.45 to of ;... J5 m' R r .ca.ao CuAO s GurfER rrPf f JSAO' P I (IV,fs Rf ,rrL[u/,^, s Alwar.tC,,,G ,�v0 - AiArCxLlNE S7A. 7r40.W SEE PLAN AID PNOF1LE St1EET 16! -- iuy115 4° PAY£ ENt xt��ut .... ............ ......... W3. N rAp f rb7ix'C. PD a t' rioz_, 4 VC, 50 O,T " /R fl �t SrA. r T ............ r __ _ i 9i rti`,r /'B AWfRIGAS, IMC. nr t4 r. 770N 4&W AdRLYO AND COA >711LAM4LIJ Nn YA"N&Vr D&P.LRT.N1 +^� rWW 1SNrUY, WJ CGUi,r cTi,x1> n /G1't f .,� riD SN -IJm roo rwi .iw L+. woo i•0[i+ER 60" j15CA00 1' rvI PLAN & PWOF /LC s"E,Er (!) " f /- C) Q0 h� V m X co POND e00 i I F SuYr Er vuEwoaa DRrvt �\ \. SEE PLAN g PROFitZ r1) C.1to i cur rCA rrPC f ..^-CURB b wrr£R TYKE f � fx0 GRdr,rr EMD PcfET wt(E !d 57 •.. ^�, / y Rt ,I G GQD `[T -- - ..,`. ��- i.. Rnr {WE R o w� 0 .,5.[n -. \REroRx , T n£ruRx 7 , .-6• cox.. s,G6w.tu \. �•�'�'.•�••�' E"S r RM Lrxt 1 , : _. ::. '. -� I ..'M J9 .� .. • • 27' Pr ,Q- P,PE A.aJ. C1,S r. RnM LdE� ti 96'()F W,:PlP£ "i..__, �. - -•Pt q.5 • ,.. i . ... ,: .-. ._.. _.. CA 20) s [n Ry0 -0•. a++D a" YV -., —A SUarC� .4rruuk Q.uS [M£ AUTUUN OAKS LANE fm - [ x a9' 7,• aT E a D'r' 9' DT F - tn 54Mt(r FrrO s#iEw.4,t ... _ W Gl sr - .� 7.a' wrCE -- �/f ...•_...... a4 CuRO 3 rrER TYPC f / 9.0a'RT GV Sr. CMC, f {uLE S r,t. u+,tr.7r $ WRVLT AUTUxx OaeS LWE laDEf a frr5r R,M' L(xE nl SFI. S +N GO SUR'fEY VAILY'0C0 Pltrvf C-D pAG,£cr ' EAO urWAG b RESU,If YC UG .auru.uN oaks LANE FRD pwv£u£xr wraExaG R. �tTRx AC SrA r°C DFfS£r PC ECE'V 7T srt Pi DF'FSFr PY E {fV TF,D Et fY. -.-... «,_._ ..._.._ .,_..._ 4!y Sit 5.4v.50'� SJr,YFY'!lUTU!ri. ws L E M'O a+FFW,uj '[r , oo lztL .s, f.7 ,E ao' tr rr�,i r8.5o =xi6r �. uD'..ioi rzi9 =ter) 8 aD,.: [r i2:a) � iz:3T" �Lty,TS Or PlVELEx+ w /LYxrM'r M __ j.- - -- I I EXQ END 3fir PROJECT PRPF u. ,5 S, BvEr r cure wcSx+E w A 4 a t 31.r R.Y! s ,- nra 1X .. ..�_ .._ _ ...T_ DP . IItr T;ri i Sri . 5 IMC14 di !b' PlP FP/PC: + ' -. EAD SP FS A. .i ,u D/T x50 ,L r, I4 g .�. riLah(L'°A[Tw7rO,v 4rif.17RUL7TOV 4M1GlNtL6RJNG Y[AN.i GS.+ nN0 fi.�"r' � ,Pr, +fhJ+/T' ...._ -_ T+ +r mm"` « rw !cr PLAN & PROF /LL• SHEET (?) rw ro. [nxrr crr„ ,aa c'r n, CDl1l�R ii{atki roo v,' a aw.... t,e•.., i ,1 co co 0 N 4jb'COrC.'SrLL'1/RfA H ` B SUMBr AUrWr: �dxS LANE .,_.. _ r5L CQNGRfErAj /ONALL t _ tuAlOXALEE —... Ex r. RM I4-E � ROAD $Ef PLAN SHEET (41 •^ 1 .I FrlsT khr (IWE i CHU B :STYE t. i 1 Ctuc. 54gAL.t— IclAy)rr WAL( k ' : o o •,O � i '\ '• BEGIN PRp�EET •_' END Pe*JECT �•.. T sR.w lwE.. ( • fr`-' f -''., _ �EG,,v NEW CORSr&crm .�, __ ._._____. "Srp� " 'WQDD'DR, END NEW:GQvSrnyCTlDr+ Fes` 1 ---� _. - > w r w� 5 Or 92 SL4RvEY vAI (RYA 20. ,f $Ta B *GB rO SURyEY•V±iLEWQ00 ;DR. � `,.. irr( m X M r W k -• — (J� . '� � A3•E0G0I.N0. 1 C AAWr W y 4wxI x.:0. . 3TA. 21,11 +80, . #/S.PAY IYrO(AL££ ROAD r _... * SiA VALEWOY1D DRryf- m' EZ P SUPVEY VALEI,' w (:3yI r R 8 , •.F: rYRW l f -8 _ . _ _ _ . _ .._7 %. 1 o (CR YJ} , d7r_rtR rrit F _.. T+M RuuE .. ,.. ._.., .__ _. - �T_ % VALIWCOIJ DRIVE O vs 4I r�. g N 2 0 TYPE a CtYCRE rf j'_" S rRAffC SEPAAArM ISPECIALI �,` p(' yi S -9 �' CURB s GurrfR TYPE s- A -A0.0' yj 5 -12 { v CKy c , S.IJ.. a� / 1 �' ZZo'G• -2 {, PIPE - _ ITA. •N<iam f COrSr. vA([kOpD QR. f S ACA �I 51 2e RIPf _ _ _(� e/uvi rr yAU SF�yf2tA•D1.r5 @ SOAVEY IY6u4ASE ROAD 0.500• . BEGIN r,RAn Tr WALL l Wj 3201 r r" A Wr',P .EY -A. 1.rlr.G rrrgEY, 850) jRE rURx 2 ... t Sawp lmlwxlrc RO � / / /"`- ..._ .. - .. G L'(FK SIgEWALb N(PKXE7 RA,ILr!LG .. _ — N''Ir� • , \RE IURW 1 I U _ __ — LIY,TS Dr WL(IPG b R£5URf.1CING ENO GRAVIfr WAIL IMDEX p Y AND OVFRbYr�lA7 FC+tEr a.ttu.,.. rurFY 9SO.r� W A r c _...Y$Xl. I e. iL jL fL, r. r r. Fx,S/ Rnr uWE } y r 1 7> •> Cn; L LIy,TS OF PA✓EYENT 4rLG'rnrG .•••- •.••. —.. i Ro11Q po Ex,sr, RM LWE- I)NOKAL E RW SEE f LAR SHEET /5) BEirl P, E T :RErlRN PC $IA. PC OFESEr PC ELEV. - PT STA. Pr OFFSET AT EIEV. vr0 E(EY. 2. BEGI NfW C Sr -TO? _ _ t r95di I2'.00' L'T 12.69 - _ -SI.S.T rZ'.00' LT 6 ...� 2._ :.9.57 " 24.00' RT 1219 +X,71 5490 LT ._•12.89 _ 5A ... +16rB 2A.00' RT K 55 .NJS 129.91 Rr. d 40 '.Kx2 »( S7A r12.D0% Su cy va WDL7U R. u .. 4M..55 IAi.aJ' AT 1941 -or 09 ,2.00 LT i569 i58G 100, v j EL /2,86 L* �/ x �r, AROfr E 9RALX IWj (( r $ Jd 2 „..... �...,.._.. _.�._ 52 q - 071! ., €€ __' S 5 c `__ _.. .�.. ___ .:�- .- ,1 _ - � PIPE..._ ��..L� i END: �. JECT.. ,1,1,1,1 rt ,1,1,1,1 -- ,., -- $ ` YNO CON TRUCT —ON ., ... ... ¢........... ... ._� i.. , i �� ul• P/PE .. S � � i rND .RUffLE . . rS.'r✓G ROVxO L+E t x9. 1 ... ... _ „ . c W — . _..:. _. _. _ t16lr .V YG3D _.__. .. _ IPE !L 1.1 .}b.5 . aLr. FL 6' - ,, i'� ✓ }Trx �iAT !7 r a —= PB AMERICAS. mc. 77: -ACR 4MRVlG AAW �"'-- r i . . -� -rw .. qY Tn TTCIN &VGW - ... �.._ %a7AUCrwx elwancsysr+T bty,(RTa7pxn Et PLAN & PROFILE SHEET W rrw,.. Rmr awm w � cOw.n cawrrrmxeY w ✓P.m►v 7X)o Lr c v...,•r....m COLLrER fiO:On rl r,,- o„ ,. � ...n..x•„ .............•v,�•: v... .. . w RETxR` PC SrA.. PC OFlSEr _AC ELEv, J 2p 0 r3tl 3 Gr+ar .QDOJ' ' Rfir 7 . .>GT..SI r29.9! Ar rT $ 6-- P6- 9 _ YPD C - x 307 Orp /2 STA. EEJ +90wG @ SuAVfr ruuDXArEE AD W r2 tl0' t7 15 fA 0d6 S/A '9 :99.1. @ SVRVfv viL,fvoD9D?+v: Cl. may' i •£Xrir. RM Lrxf . U 5. D u f L'L'1 - e n w.wc 4Ef AD I � :t � , ; I CX•si NAY LrNE i fp 22/ 222 223 1 A' clu � XrrU .. _.. ... 225 5.07 Sr• v E _ ....... .........._. I j 1 L7.- ( 5/ -WYUI L AEaDgE ev$r. Ci R9..&4,'ren � i KArtx exiSr n'Pf f Ctiu3 i Currq -f, Gp3 •'.".i_� I `, / 3' A(1�%IT .66 32 r +'1T NAwOKALcE RD. ,: _., _� _•.,._ _. Lv sss . , .. r7`� c:t� EYd7.. ,X'X2Y'70 REvAr �V I _;_ •\� \\ i P�JOI Rr ��p` �.� •�� / CURB AWrw PYPE r-^'I �s j • COW. COK'. COLLAR o .j"X } .2�5) ` I�' W.dr 8 (e7.ti5' Ri�� 1+T' SNYGUr ' PYp.03• ur\ /s +E+ W In Q 4 e DF Nrrx9 PfA( PPE _ .. tCR 8J��• L 5 -r �EXr3r, Am LINE ORAvlrr ALL . G N •2d 5r \ G' CWS 5lA°wALX- I50L0' Ar ` �f C AEruR.r ] DCGm cav$rAU'r,ON e. } Gtl V ���. CURB rT£R f),PC f - € t - ` u PC.XE r AAI MG HCUrx LLR9 4 GUrrfA rrPE F ( �. I, Af IURx ♦ ``` q' (;... . f1EGIN G' CDSC. SrCEN•AU CRAV/rY WALL I m �1 � rd•J;r xr i NMGT vAtEwODD _ONfE � r'. ,PG.Ax.V. Erh r AwAµ._Ut .N. c ..� =. ..+ A^' LiYZ 6'L�"x 411YA PU. LING 151 CONGREGATIONAL CrruRCk SITE �•_ - ,, CUAD b GflrTfR RP l - -'S E C r ter• £ " //S b sixty i YALC*w IANE Oph ilurrF OF u1LUVG i RESUAFe1rnG MAID yv I tfu,r5 OF PAVCUENr w0-1/ro10 Wr MR r1p.F ' I SEE PLAN PROFILE SHEET 13) j I i c r . x• _ PLAN S T( ) !Q AYf NXAi !M- YXtn VC'!'GPf7 rilk PJW PY4/✓,!Y 1 Vp r w rsc my HEE 4 " ;oo 0 QO 0 m X F-4- co I. "W 'P'b xutwr Swim fit Wew.o Nab, 45M 5 9us --ut C8 11-13. 211 D'o. , ;L , 41169 ORAFAX f_ S4vr r Ax. 1 9.53, 7+B w 4'. C41DO, 6 +80.13 245-13' 453, 9 8442-83 M.73• 14.311, 04.4, swc vs 5-W 2MAY A TV-- OIAS LWA F. ml../",Iy* PIN QI:D UU I-fldr 4nr :WE PO.tvD D—rrAfL smEr POWD 8w Aft i RtFCACNCCO rO OR �Oft rMCTUMS (S0 Ago 04.4, swc 2MAY A TV-- OIAS LWA F. ml../",Iy* PIN QI:D UU I-fldr 4nr :WE PO.tvD D—rrAfL smEr POWD 8w WWI 'LVEMENT MARKING PLANS CONSTRUC 10N MANAGEMENT DEPARTMENT SIGNING AND PAVEMENT MARKING PLANS ROADWA Y IMPROVEMENTS OF IMMOKALET' ROAD fCR NK)v PROJECT LO VALEWOOD DRIVE AND AUTUMN OAKS LANE COLLIER COUNTY PROJECT NUMBER: 60106A SHEET VLATION OF QUANTITIES ERAL NOTES NING AND PAVEMENT MARKING PLANS DE. SIGN WORK SHEET 9LE COLUMN CANTILEVER GROUND NTED SIGN DETAIL fa. 221 +03.25 Survey Immokolee Rd. W W W W N N N N 1 i �f 0 I 2 T -47 -S -� {- ` Mlles T -48 -S -�= F L E E TO FORT WYERS C O U N T Y I -- $ / Begln Project -iCATIONS: Sta. 04+61.00 @ Survey Autumn Oaks Lane SPORTATION MANUAL OF End Project 7R DESIGN. CONSTRUCTION. Sta. 8 +76.53 LV Survey Oakes Blvd. S AND HIGIMAYS !'FLORIDA r .w. "T7 L w___• _ 0 9 I 10 End Project Sto.8 +68.10 17 1 IS 1 11 I 13r-• QUAIL v AGE ' _- DELIMIT :AR -- 133 31 19511 3i r—W&I 7 \ Begin Pro jec, Sta. 5 +07.92 Begin Project Sta. 5+32.81 2`. 30 p IF ✓.V• L ✓V • ✓✓- End Project Sta. 15 +01.90 Survey Valewood Drlve Ext. Survey Oakes Blvd. Survey Valewood Dr. rvey Survey Autumn Oaks Lane �Er SHEET REv'RiPT nATF � -A'YT— nF5!`RIPT/(W SIGMA MARK ENGIA 11 n u c1 1. 'sue Begln Project -iCATIONS: Sta. 04+61.00 @ Survey Autumn Oaks Lane SPORTATION MANUAL OF End Project 7R DESIGN. CONSTRUCTION. Sta. 8 +76.53 LV Survey Oakes Blvd. S AND HIGIMAYS !'FLORIDA r .w. "T7 L w___• _ 0 9 I 10 End Project Sto.8 +68.10 17 1 IS 1 11 I 13r-• QUAIL v AGE ' _- DELIMIT :AR -- 133 31 19511 3i r—W&I 7 \ Begin Pro jec, Sta. 5 +07.92 Begin Project Sta. 5+32.81 2`. 30 p IF ✓.V• L ✓V • ✓✓- End Project Sta. 15 +01.90 Survey Valewood Drlve Ext. Survey Oakes Blvd. Survey Valewood Dr. rvey Survey Autumn Oaks Lane �Er SHEET REv'RiPT nATF � -A'YT— nF5!`RIPT/(W SIGMA MARK ENGIA EO SF) WSW �u�������n�s�a��■■�s����� -, , - (6- WffFrE)imEmwLAsrC) sa�s�— ©tea ® ©�■��s�s�■���■■�■�a■����■s� �■�����������■�■�e 16- WHITEWHEMOPLASM rufRuppiAsro ®�s�_�a�o������■����� HEMMLOrci ©���� ©�a■��■���— saw ®r�— Wad '!d SIGNING AND PAVEMENT MARKING GENERAL NOTES: /.PAVEMENT MARKINGS SHOULD BE PLACED AS SHOWN IN THE PLANS AND THE APPROPRIATE F.D.O. T. DESIGN STANDARDS INDEX. 2. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY. THE LENGTH OF THE COLUMN SUPPORTS IN THE FIELD PRIOR TO FABRICATION. J. REFER TO F.D.O. T. DESIGN STANDARDS INDEX No. 17352 FOR RETRO- REFLECTIVE PAVEMENT MARKER PLACEMENT DETAILS. 4. PAINT ALL MEDIAN NOSES AND RAISED ISLAND NOSES REFLECTIVE WHITE OR REFLECTIVE YELLOW AS INDICATED IN THE PLANS. 5. CAUTION SHOULD BE EXERCISED WHILE RELOCATING EXISTING SIGNS SO AS TO PREVENT DAMAGE TO THE SIGNS. IF THE SIGNS ARE DAMAGED BEYOND USE, AS DETERMINED BY THE ENGINEER, THEY SHALL BE REPLACED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE. 6. THE SIGN LOCATIONS SHOWN ARE APPROXIMATE AND MAY REQUIRE FIELD ADJUSTMENT AS DIRECTED BY THE ENGINEER. 7. ANY EXISTING SIGN TO REMAIN THAT 15 DISTURBED DURING CONSTRUCTION OR RELOCATED SHALL BE RESET TO CURRENT STANDARDS FOR HEIGHT, OFFSET, AND METHOD OF INSTALLATION. COST OF THIS WORK SHALL BE REFLECTED IN THE PAY ITEM No. 102 -I IN THE SUMMARY OF ROADWAY PAY ITEMS. 8. CONTRACTOR SHALL USE DETAILS IN S -10 FOR SINGLE COLUMN CANTILEVER SIGNS. ALL COLUMNS (POSTS) FOR SINGLE COLUMN SIGNS SHALL BE ALUMINUM ROUND TUBE. 9. ANY EXISTING MULTI -POST SIGNS WITHIN THE PROJECT LIMITS SHALL REMAIN UNLESS OTHERWISE NOTED IN THE PLANS. IO. 711 -17: SHALL INCLUDE THE WATERBLASTING METHOD. THIS PAY ITEM SHOULD ALSO INCLUDE THE REMOVAL OF ALL RETRO- REFLECTIVE PAVEMENT MARKERS ASSOCIATED WITH ALL PAVEMENT MARKINGS BEING REMOVED UNDER THIS ITEM. I O 36 Xlb' E – T00 -ZO-lI IAS J — C/3 LOW IAS STA_ 5460 — — AUTUMN OAKS LANE 6' WHITE 6' DOUBLE YELLOW WITH 6' DOME YELLOW WITH Y/Y RPM'S AT 4O' SPACING Y/Y RPM'S AT 10' SPACING 21'WHITE SURVEY AUTUMN OAKS LANE it 12'WHITE —� — — - - -- ----- 7T-- - - - - -- --- �---------- - - ---� 18' YELLOW AT q' SPACING -12' WHITE N +T6 - ---- -- ------- - - - - -- — — — — — — — — — — — — — — 6' WHITE / — tyj 6'1 N \ Q) EXIST. RM LINE \ 6' 001/L3LE YELLOW WITH +84 \ Y/Y RPM'S AT p' SPACING owe -Ak BEGIN PROJECT R� I BEGIN SIGNING AND PAVEMENT MARKING STA. 4+6/.00 SURVEY AUTUMN OAKS LANE W ,� I DO NO 36'X+e' BLOC 700-20-66 2 AS AS NTERSECTN)N STA. 7+29 I RIO -T IRVEY 24'X.m' aLVD' 0 I 700 -20-11 AS TOO -20 -60 .1 1 A +94 ( STA. MR 6- WHITE J I 6' WHITE WITH W/R 'M, I RPM'S AT 20' SPACING WI I •I\ � O I — -- — -- -- AHEAD I I tI9 �/ I 36!X76' 6' WHITE SKIP I I I l6' - K)'I W16 -9P M"X2B' roo -2o -t2 IAs STA. 6+60 711 -17 140 Sr REMOVAL GP 6' WHITE EDGE LINE MEET & WATCH EX/STIN6' PAV Y NT MARKIAQ STA.5+3g SURVEY OAKES BOULEVAI, 0 MITE ll 6' WHITE WITH W/R RPM'S AT 20' SPACING 0 ......... ... ` 0 499 01 1 ................. 6 . W qI T e 6' WHITE KE YELLOW WITH 9 SURVEY V4lEW000 DRIVE <Z_�-4 � r1Y RPM'S AT 10 36X36• 2479' MITE ll AUTUMN OAKS LANE 6 DOUBLE YELLOW WITH 6' WHITE Y1Y RPM'S AT io, SPACING --- - - - - -- -- t3— — — — — — — — ,/- 9 SURVEY AUTUMN OAKS LANE --16'YELLOW AT KY SPACING 1-24' WHITE 6' WHITE WITH W/R RPM'S AT 20' SPACING ......... ... ` ................. 6 . W qI T e 36736' KE YELLOW WITH <Z_�-4 � r1Y RPM'S AT 10 6' YELLOW 2479' 6" WHITE SKIP (10' - 301 WITH 700-20- IAS WIR RPM'S AT 40- SPACING STA- 12+15 C) CL Q 70 6' WHITE END PROJECT <Z:�� 1 • Y/O DELINEATOR < owl -1 STA- 16+00 @ SURVEY AUTUMN 0, Po� > YELLOW REFLECTIVE PAINT JW YELLOW 48•X24- EA AT 10' SPACING I r00 -20-ii I As I T00 -20 -I! IAS DOUBLE YELLOW WITH STA. 11+20 Y1Y RPM'S AT io, SPACING STA- 11+52 AUTUMN OAKS LANE 6 DOUBLE YELLOW WITH 6' WHITE Y1Y RPM'S AT io, SPACING --- - - - - -- -- t3— — — — — — — — ,/- 9 SURVEY AUTUMN OAKS LANE --16'YELLOW AT KY SPACING 1-24' WHITE ......... ... ` ................. 6 . W qI T e 6 DOUBLE YELLOW WITH KE YELLOW WITH r1Y RPM'S AT 10 AT 40' SPACING C-o • C) 70 END PROJECT <Z:�� 1 • END SIGNING AND PAVEMENT MAF1 36 "xT6• owl -1 STA- 16+00 @ SURVEY AUTUMN 0, Po� > 24•X9• 48•X24- EA MEET AND MATCH EXISTING PAW I r00 -20-ii I As I T00 -20 -I! IAS STA. H+36 STA. 11+20 STA. 11+44 STA- 11+52 STA- 11+60 wwo 6' WHITE WITH W/R RPM'S AT 20' SPACING EXIST. R/W LINE -� YELLOW REFLECTIVE PAINT Y/G DELINEATOR - Z05 -I I -! - 6' WHITE 24' WHIrE --/ 6' WHITE WITH WIR +39 RPM'S AT 20' SPACING J2' RT_ 6' WHITE MEET S MATCH EXISTING IMNOKALEE MATCH LINE STA. 223 +00 SEE SHEET S -7 I ❑ L - /8' YELLOW + 24' WHITE + � AT p' SPACING TJ' LT. TJ' LT. I RTg1 a 6'DOVBLE YELLOW wi I ' Y/Y RPM'S AT KY SPAC \` �I 16' YELLOW SKIP ,p II2'�7 �- J2 f*- 6'wN /TE SKIP - - i ♦ _"k- 6'WHITE SKIP 12' -4')_ 6' YELLOW SKIP ' — 12'WHITE 12' --I'1 1 6' YELLOW SKIP +49 P ` i I ` /r WHITE +80 55' RT. I 24' WHITE +6T tf�N /TE �PLTfI 4C IIIIII I I RPM 5 AT I �' (ACING YELL REF CrkE PAINT I �� YEUQw Y DEUNEATOR I I I I TO JI -1 I III I I I II � III h I I i II III I WI I� I II �I III I I JIo II Ill III I I �IQ II gib II MATCH LINE STA. 225 +60 SEE SHEET S -8 EXIST. R/W LINE END PROJECT STA. 9 +98.12 Ly SURVEY VALEWOOD DR. —rr- --- - - - - -- EXISTING TO REMAIN I N 1 � SURVEY IMMOKALEE. ROAD EXISr." LINE 220 221 SURVEY IMMaKALEE ROAD EXIST. " LINE 222 2L - - — — i EXIST. R/W LINE i 6' WHITE 6'WHITE WITH WIR ` _------ �— ��— _- - - - - -- __- -- -- Lo----------- ltd fP SIGN A I EDGE LINE 0 p I TOO -21 -11 )AS D CL STA.2l8 +30 > v I@ SURVEY IMMaKALEE ROAD) SEE SHEET S -9 FOR DETAILS IMMOKALEE ROAD 6' DOfJBLE YELLOW WITH Y/r RPM'S AT 10' SPACING — - - -- SG SF Tll -17 I � -- — -- — — — — --- — — — — — — — — — — — -------- - - - - -- , DE- — lL) BAR - Sol MEET $ PATCH EXISTING — — — — PAVEy T MARK H_ -------- - - - - -- ------------ IT — — — — — — — — ST IRVEY MMOKALEE 6 "WHITE SKIP 6- q'1 �+ I I Z ' EXIST. R/W LINE i 6' WHITE 6'WHITE WITH WIR TI 1 -IT -40 SF RPM'S AT 20' SPACING Z 01 I REMOVAL OF 6' WHITE fP SIGN A I EDGE LINE 0 p I TOO -21 -11 )AS D CL STA.2l8 +30 > v I@ SURVEY IMMaKALEE ROAD) SEE SHEET S -9 FOR DETAILS a.. a 100-2/ -L/ LAS 3 STA- 23L2' O f@ SURVEY IMMXALEE R(MD) SEE SHEET S -9 A FOR DEnucs a —ENST. R1W LINE 227 228 229 EXIST. R/W LINE 230 5[/RVEY IMMOKALEE R(MD IMMOKALEE ROAD ------ - -6-- 'WHITE WITH wiR -- -- -- -- -- RPM'S AT 20' SPACING 6- YELLOW i" = - -= - --- - = = - - - - = _ - - - - - - - - - - - - - - - - - - - - - - -- _ - REMW, JVw LINE EXC 7-1 V a I e w o o e 8"EM 6,3w r� NEXT SIGNAL 6 "E T.2" �! 85�— T8.3" .85 �� LEGEND & BORDER COLOR STATION(S) HT SYMBOUSI X Y WID HT WE 6Tll_ SIGN NU E AR EDGE GF LANE SIZ AVER NGTH . ALUYIN w o o d D r L COPY 9.8 T.2 T.2 5.3 8 8.9 4 8.8 T8.31 I SPACE] FS7 A L L COPY 6 6.l 2.5 6.2 5.9 7.l 1 4.5 1 lT.B 60.9 SPACE COPY SPACE COPY SPACE COPY SPACE COPY SPACE SIGN NUMBER QUANTITY - HT WIDTH HEIGHT BORDER WIDTH BORDER RADII BACKGROUND COLOR LEGEND & BORDER COLOR 5TATI0N(S) SYMBOUS) X Y WID HT RAGE GTH SIGN NUMBER CLEARANCE 1 EDGE OF LANE N ! AV RAG£ I LENGTH COPY SPACE _ COPY SPACE COPY SPACE COPY SPACE COPY SPACE F. a 6 W.: s EVATION i i %y' A307 GALVANIZED SLEEVE BOLTS WITH LOCK NG GALVANIZED STEEL SLEEVE STUB BASE PLATE GALVANIZED STEEL BASE PLATE I I I ADD GALVANIZED SHIMS WHEN REQUIRED TO PLUMB COLUMN • y4j I IIIMI1= • D ', 111 — I STUB SIZE EQUALS III -1 ' I SLEEVE SIZE �IIIIIIIII- fl:�P. °• 1,11111111; STUB DETAIL .p• . 6. • P GALVANIZED STEEL A ; °•• STUB °a FOOTING SIZES (8' MAX. CLEAR COLUMN HEIGHT) SIGN SIZE DEPTH DIAMETER 4' -0' x 5' -0' 5'16' 2' -0' 4' -0' x 6' -0' 5' -6' 4' -0' x 7'-0' 6' -0' 2' -0' 4'-0' x 8' -0' 6' -0' 2' -0' 2' -0' x 4' -0' 4'-0' 2' -0' )ATION DETAIL FOOTING SIZES (9' MAX.CLEAR COLUMN HEIGHT) SIGN SIZE DEPTH DIAMETER _4' -0' x 5' -0' 5'--6' 4'-0' x 6'-0' SIGN DETAIL 3'7x3_38 ALUM /NUM W/NDBEAM (ALIUAIINUO) NEOPRENE BETWEEN COLD N AND SECTION A —A 3'Zx, VER7 (FOR & 4'• SIGN! X' DIA. ALUMINUM BUTTON HEAD 801 BOLTS WITH NUTS AND WASHERS %Z' DIA. STAINLESS 5 U -BOLT WITH STAN, (STEEL NUTS & LOCA1 t i I HSS 6.000x0375 % DIA HOLES PERIZED STEEL (21 RE4 A SLEEVE BASE PLATE BOL T KEEPER DE TA IL g- 1' TYP GENERAL NOTES: I. ROUND HSS SHALL CONFORM TO THE REQUIREMENT OF I' PLATE AS TM A50O, GRADE B. 2. FOR ADDITIONAL NOTES AND FOR MATERIAL SPECIFICATIONS NOT t1, 16' RAD. GNEN HEREIN REFER TO FDOr DESIGN STANDARDS INDEX N0.11660. (TYP! J. THE FOUNDATIONS ARE BASED UPON THE FOLLOWING CONSERVATIVE SOIL CRITERIA WHICH COVER THE GREAT MAJORITY OF SOIL TYPES FOUND IN FLOR1DAr CLASSIFICATION = COHESIONLESS (FINE SAND) FRICTION ANGLE = 30 DEGREES (30°) UNIT WEIGHT = 50 LBS ✓CU. FT. (ASSUMED SATURATED) 15' (TYP) W 4. DESIGN WIND SPEED = 150 MPH 0 5. IMPORTANCE FACTOR, I = 0.54 SLEEVE AND STUB BASE ib "DIA. ALUMh BUTTON HEAD WITH NUTS A 8- x3'xI /g' NEOPA REQUIRED BETW AND WIND BEAM %y' DIA. STAIML U -BOLT WITH . STEEL NUTS & 4c COLLIER COUNTY P TRANSPORTATION ENGINEERING AND CONSTRUCTION MANAGEMENT DEPARTMEN SIGNALIZATION PLANS ROADWAY IMPROVEMENTS OF IMMOKALEE ROAD (CR "6) VALEWOOD DRIV9 AND AUTUMN OAKS LANE COOLLIER CIOUNTY PROJECT NUMBER. 60106A INDEX OF SIGNALIZATION PLANS r -I KEY SHEET T -2 TABULATION OF QUANTITIES T -3 & r-4 GENERAL NOTES T -5 SIGNALIZATION PLAN T -6 UNDERGROUND CONDUIT FOR SIGNAL AND LIGN7 ING T -7 GUIDE SIGN WORK SHEET T -8 MAST ARM TABULATION T -9 FIBER OPTIC SPLICING AND CONNECTION DETAIL T -IO STANDARD MAST ARM ASSEMBLIES DESIGN TABLE T_fl EMERGENCY VEHICLE PRE- EMPTION DETAILS r -IZ REPORT OF CORE BORINGS 0 Survey Immokolee Rd. GOVERNING STANDARDS AND SPECIFICATIONS: Begin Project 1. FLORIDA DEPARTMENT OF TRANSPORTATION MANUAL Sfa. 05 +31.94 OF UNIFORM MINIMUM STANDARDS FOR DESIGN. CONSTRUCTION. End AND MAINTENANCE FOR STREET$ AND HIGHWAYS (FLORIDA GREENBOW) MAY 2007 EDITION- $t0. 2. FLORIDA DEPARTMENT OF TRANSPORTATION.. DESIGN STANDARDS DATED JANUARY 2008. -T STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. DATED 2007. AS AMENDED BY CONTRACT DOCOMENTS, 4_ COLDER COUNTY TECHNICAL SPECIAL PROVISIONS DATED JUNE 2008. FOLLOWING IS THE LINK: 41 I W WII� I N 1 T -47 -5 L T -48 -S I "� L E E !e lea. mcm C O U N T Y 1 -= T -46 -5 r -49 -s 0 1 2 Mlles End Project - n,r..l ___ Sta.6 +68.10 y End Sta. Valewood Dr FINAL SUBMITTAL FEBRUARY 2010 Autumn Oaks Lane 5 /a. 5 +07.92 @Survey Volewood Drive Ext. �Au'umnlvOaks �Lane Begin Pro ect Sto. 5 +32.81 Survey Oakes Blvd. u KEY SHEET REVISIONS aATE BY - DESLRIPTM SIGNAL/ZArION SHOP DRAWINGS TO BE SUBMITTED T0: BIJAN BEHZADI, P.E. FLORIDA P.E. M 43868 PLANS PREPARED BY: PB AMERICAS, INC. 5405 WEST CYPRESS STREET, SUITE 300 TAMPA, FLORIDA 33607 (813) 289 -5300 CERTIFICATE OF AUTHORIZATION N0. 0/462 NOTE= THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPROIXIr- SIONAUZAT)ON PLo L c— ENGINEER aF RET Wfk; elym }y'pl,Pf. DATE! P.E. New 4JB(iN oc qW4 W'♦ TABULATION OF QUANTITIES IFEM NO- mammmmmmmmmmmm m�mmem s mmmmwmmammmmmm�mmmmwm ©ommmmm wmwmmmmm�mmmm w�', w� mwmmmmm�mmmwmmmmmmmmm momwwmwwswwwwwwmwwwww - w� �� �� ®m mw wmmwmwmmmmmmmmm � o� �oi'ww�wCwwCwCC�CC�w���� � ��� � :; ,:;; �, ,, ©o��ma�am�wmwmwm�mmmm ©owwwwwwwwwwwwwwwwwww mommsmw wmwmmwww m mmmmmm�mmwm w� w wwwwwwwww wmmmwmmmmm�mmmm mr�mmmmm wwwwwwwwww =Cw� � f mmwmmmmCimmmmmmsmmmmmm momm�mmmmmwmmmmmwmsmm m. w� �� ��' mmmmmmmmmmmmmm�mmmmmm mmmmsmmmmmmmwammm _ mmm �� w� mmmmmmmmwmmmwwwmm w m w. �� �CC��C��= CC�CCC� mo =mmmmmw C . wwmwmwmmmwwwmmmmaw ©omsmmmmammmmm�m�m%Cim w �- omwmwmmmmswmwmCmmmmm mowwwwewwwawww wwwwww_w o mommmmmwmmmCmmmwwm MM M������� mmmma�mmmm� mmmmmm =wCim s �� .m �wwsawwwCCw�CCC�= ��awC®ww wwwwwwww m ©mmmmmmmm m � m mw C wmmwmwmmms r� ©�ammwmmmww�EM���� � w■�� wmmmm mmmmmammmwmwwm� �m mommmmammmmmmm msm�mmmm mmm mowCwwwwwwC ms C mmm w�mmwmmmmm m mmmwm m mmmm wmmmmm�m�w��mmmm w� �� m�mwmwCmmmmwmws �wmmm � �� -„ m wmmwwmsmmmwmm wmwmm �w imm-OVE ® MMCM MM�������� s mm mmmmmmmmmmmmmmm ww�Cwwwwwwwwwwwwwww wm■mwmmwwwmmwmwm ww wm w� mwww� == - ®��■'� ®�D.. =mmmm�mmmi�� wmwmm wmwwwwmw wwwmmw cm.w � ®ommmCmmmmmmm �mmmmmm �w • ©�awmwmwwwmwwmOwmwwwmw - ; ©om wwwwwwwwwwwwwwwww m�awa�■mwwwwwmwmmw mmmww m�awwmwwww w � momwmwmwmwmwwwmww mEiw � wmwmmwmmmwmw mmmmmswwwwwCwww m m �� mmmmmmmmmmmmwmmwm�mwm m. _ _ cw 49 vwq GENERAL NOTES 1. THE CONTRACTOR SHALL NOTIFY ALL UTILITY COMPANIES AT LEAST 48 HOURS IN ADVANCE OF THE ACTUAL BEGINNING OF UNDERGROUND CONSTRUCTION. ALL UTILITY CONFLICTS SHALL BE RESOLVED PRIOR TO THE SETTING OF THE SIGNAL POLES OR THE LAYING OF CONDUIT. SHOULD THE CONTRACTOR ENCOUNTER ANY UNIDENTIFIED UTILITIES DURING CONSTRUCTION, WORK IN THE AREA SHALL CEASE AND THE ENGINEER SHALL BE NOTIFIED IMMEDIATELY SO THAT REMEDIAL ACTION CAN BE TAKEN. 2. THE CONTRACTOR SHALL NOTIFY THE APPROPRIATE UTILITY COMPANY AT LEAST TWO WORKING DAYS IN ADVANCE OF POLE SETTING OPERATIONS WHERE CONFLICT WITH OVERHEAD ELECTRICAL CONDUCTORS IS EXPECTED. ALL SAFETY CLEARANCES TO PRIMARY ELECTRICAL LINES SHALL BE STRICTLY ADHERED TO. THE FOLLOWING UTILITY CONTACT INFORMATION IS PROVIDED: COMPANIES: CONTACTS: TELEPHONE. COLLIER COUNTY PUBLIC WORKS PHIL GRAMATGES (239) 252 -8836 AT &T MIKXI JOHNSEN (407) 563 -0028 COLLIER COUNTY UTILITIES RON DILLARD (239) 530 -5338 COMCAST CABLE MARK COOK (239) 432 -1805 EMBARQ (FORMERLY SPRINT) BRIAN WHALEY (239) 263 -6276 FP &L - TRANSMISSION NEELESH SHAH' (561) 594 -4262 FP &L - DISTRIBUTION ROBINSON ZAFRA (239) 974 -7370 OWEST COMMUNICATIONS MIKE FITZGERALD (9411855 -0117 TECO /PEOPLES GAS TRACY rALLEDY (239) 690 -5517 TIME WARNER CABLE OF NAPLES DENNIS LILLY (239) 455 -2363 US METROPOLITAN TELECOM STEPHEN WARD (239) 340 -3965 COLLIER COUNTY TRAFFIC OPERATIONS GREGORY GARCIA f239) 252-8677 J. THE CONTRACTOR SHALL NOTIFY RANDY ENSELL (2391 252 -8260 WITH.COLLIER COUNTY AT LEAST 48 HOURS IN ADVANCE OF TURNING ON A NEW OR MODIFIED TRAFFIC CONTROLLER CABINET ASSEMBLY. START THE 48 HOUR TEST BETWEEN 9:00 AM AND 2:00 PU ON A TUESDAY OR WEDNESDAY. HOWEVER. DO NOT START THE 48 HOUR TEST ON THE DAY PRECEDING A HOLIDAY. 4. AT THE TIME OF FINAL INSPECTION OF PROJECT THE CONTRACTOR SHALL FURNISH THE ENGINEER TWO COMPLETE SETS OF AS -BUILT PLANS. THE CONTRACTOR SHALL ALSO FURNISH ONE COMPLETE SET OF AS -BUILT PLANS AND ALL APPLICABLE APPROVED SHOP DRAWINGS TO THE COLLIER COUNTY TRAFFIC OPERATIONS. 5. THE SERVICES OF OFF -DUTY LAW ENFORCEMENT SHALL BE REQUIRED WHEN A TRAFFIC SIGNAL IS TURNED OFF OR IN FLASHING OPERATION. THE PAYMENT FOR AN OFF -DUTY LAW ENFORCEMENT OFFICER SHALL BE INCLUDED IN PAY ITEM NO. 690 -100. 6. THE CONTRACTOR SHALL CONTACT FP&L. THE POWER COMPANY FOR THEIR ASSISTANCE AT LEAST 72 HOURS IN ADVANCE IN PERFORMING ALL NECESSARY WORK UNDER POWER LINES AT SIGNAL POLEfS), SUCH AS THE INSTALLATION OF SIGNAL CABLE, FIBERGLASS INSULATORS, AND SIGNAL POLES. 7. THE CONTRACTOR SHALL MEET THE CRITERIA OUTLINED IN "THE MINIMUM SPECIFICAT IONS FOR TRAFFIC CONTROL SIGNALS AND DEVICES, JULY 2000 ". B. THE LOCATION OF UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE ONLY; THE EXACT LOCATION SHALL BE DETERMINED BY THE CONTRACTOR PRIOR TO DIGGING. 9. NO TEST BORINGS WERE MADE WHERE CONDUIT RUNS ARE TO BE INSTALLED BY DIRECTIONAL DRILLING OR TRENCHING. 10. THE SIGNAL SHALL BE MAINTAINED BY THE COLLIER COUNTY TRAFFIC OPERATIONS UPON FINAL ACCEPTANCE. I1. ALL CONDUITS UNDER ROADWAY SHALL BE INSTALLED PRIOR TO INSTALLATION OF ROADWAY BASE AND SURFACE (OR CONCRETE). 12. A NUMBER 12 AWG STRANDED BLUE INSULATED PULL WIRE SHALL BE INSTALLED IN ALL CONDUITS . AT LEAST TWO FEET OF PULL WIRE SHALL BE ACCESSIBLE AT EACH CONDUIT TERMINATION AND SECURED WITHIN THE PULL BOX OR PLACE OF TERMINATION. PAYMENT FOR THE PULL WIRE_ IS INCIDENTAL TO PAY ITEM NUMBER 630- 1. -12. 13. ALL UNDERGROUND CONDUIT ENTRY HOLES ON SIGNAL POLES SHALL BE STUBBED OOT AND CAPPED A MINIMUM OF TWO FEET FROM POLE FOUNDATION. -14. AT LOCATIONS WHERE UNDERGROUND UTILITIES ARE IN CLOSE PROXIMITY TO THE SIGNAL POLE FOUNDATION OR CONDUIT RUN, AS DETERMINED BY THE ENGINEER, THE CONTRACTOR SHALL HAND DIG THE FIRST 48 INCHES OF THE HOLE FOR THE POLE FOUNDATION OR THE CONDUIT RUN. 15. ALL PULL BOXES SHALL BE POLYMER CONCRETE COMPOSITE AS MANUFACTURED BY QUAZITE OR APPROVED EQUIVALENT. PULL BOX SHALL BE HEAVY DUTY WITH A MINIMUM DESIGN LOAD RATING OF 20,000 'LBS. 16. ALL FIELD WIRING, INCLUDING SIGNAL HEAD WIRING AND LEAD -INS. SHALL BE IDENTIFIED BY CLEARLY MARKED WEATHERPROOF TAGS. THE PROPOSED TAGGING SYSTEM SHALL BE IN ACCORDANCE WITH THE COLLIER COUNTY AND FOOT STANDARD SPECIFICATIONS. 17. THE SIGNAL CONTRACTOR IS RESPONSIBLE TO SIZE ALL SIGNAL CABLES TO ENSURE NO MORE THAN 5Z VOLTAGE DROP AT THE END OF ANY CIRCUIT OCCURS. THIS IS REFERENCED TO THE LINE SIDE OF THE METER. 18. ALL SIGNAL HEADS SHALL HAVE PLASTIC VACUUM FORMED LOUVERED BACK PLATES AND SHALL BE PAID UNDER 659 -101 AND 659 -118. 19- ALL SIGNAL HEADS SHALL HAVE TUNNEL VISORS - 20. THE PEDESTRIAN SIGNALS SHALL BE FULL -HEAD FULL -MAN COUNTDOWN LED'S. 21. THE CONTRACTOR IS TO DE-WATER FOUNDATION EXCAVATION IF THE ELEVATION OF WATER 1S HIGHER THAN THE ELEVATION OF THE POLE BASE. 22. EXISTING EQUIPMENT IS THE PROPERTY OF COLLIER COUNTY. CONTACT TRAFFIC OPERATIONS SIGNAL INSPECTOR. GREGORY GARCIA !239-252- 86771. TO ARRANGE FOR DELIVERY OF USABLE SIGNAL EQUIPMENT. EQUIPMENT DEEMED HAS NOT USABLE SHALL BE DISPOSED OF BY THE CONTRACTOR. 23. THE CONTRACTOR SHALL USE HOPE CONDUIT ONLY AT ALL DRIVEWAY CROSSINGS WITHIN THE PROJECT LIMITS. 24. ALL EXISTING FIBER OPTICS CONNECTORS SHALL BE FUSION SPLICES. 25. CONTRACTOR SHALL TEST, CERTIFY, AND PROVIDE THE COUNTY WITH A LETTER OF CERTIFICATION STATING THAT THE SYSTEM HAS BEEN TESTED AND WORKS WITHOUT FAULTY HARDWARE PRIOR TO SUBSTANTIAL COMPLETION. 26. ALL SIGNALIZED APPROACHES SHALL HAVE EMERGENCY VEHICLE DETECTION THAT IS COMPATIBLE WITH THE EXISTING COLLIER COUNTY 3U OPTICOM EMERGENCY VEHICLE DETECTION SYSTEM. 27. ENGINEERED CASTING, INC. OR APPROVED EQUIVALENT BRACKETS SHALL BE USED FOR MOUNTING SIGNAL HEADS TO MAST ARMS. SIGNAL CONDUCTORS ARE TO BE CONNECTED TO TRAFFIC SIGNALS USING A TERMINAL BLOCK. 28. TRAFFIC SIGNAL U.P.S. INSTALLATION SHALL MEET THE COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS DATED 2009. PB AMERICAS, INC. 7RAA6R0RTA770N BNGMVRFAU O AND A7V NUCIMV ALANAGEAU M' DRPARTAfGNT sAK �w lacer s.s .lm �e4. FNrba JXAN ROAD NO. NlIN7Y I FINANCIAL PKWECT CR 846 COLLIER 60106A GENERAL NOTES ,SHEET N0. T -3 4c vmpf 6J0 - / -l2: 1. ALL CONDUIT RUNS SHOWN ON THE PLANS ARE SCHEMATIC AND FIELD ADJUSTMENTS MAY BE NECESSARY. WITH THE EXCEPTION OF ELECTRICAL POWER SERVICE DUCTS, JACK AND BORE SLEEVES, AND DIRECTIONAL BORE CONDUITS, ALL UNDERGROUND AND UNDER PAVEMENT .CONDUITS SHALL BE SCHEDULE 40 PVC. THE SIZE OF THE CONDUITS SHALL CONFORM PER THE COLLIER COUNTY TECHNICAL SPECIAL PROVISIONS DATED JUNE 2006. CONDUITS INSTALLED WITH THE DIRECTIONAL BORE METHOD SHALL BE HOPE. 632 -7 -I: _ 2. EACH PHASE /MOVEMENT SHALL BE WIRED FROM THE SIGNAL DISPLAY,TO THE CONTROLLER AS A SEPARATE PHASE /MOVEMENT, THIS INCLUDES THE LEFT PROTECTED OR PERMISSIVE MOVEMENTS. THE.CONTRACTOR SHALL VERIFY COLOR CODES FOR SIGNAL CABLE AND INTERCONNECT CABLE WITH COLLIER COUNTY TRAFFIC OPERATIONS BEFORE ORDERING AND WIRE THE SIGNAL IN ACCORDANCE WITH THAT COLOR CODE AND FOOT SPECIFICATIONS. THERE SHALL BE ONE NEUTRAL PER APPROACH. SIGNAL CABLE TERMINAL BLOCK(S) SHALL BE PROVIDED IN EACH MAST ARM TERMINAL COMPARTMENT ACCORDING TO THE LATEST COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS. DATED 2008. 633 -1 -122: - 3. THE COSTS ASSOCIATED WITH REEL -TO -REEL SPLICES SHALL BE CONSIDERED AS PART OF THE FIBER OPTIC CABLING INSTALLATION. - 633- 4-112: 4. ALL CONDUIT RUNS SHOWN IN THE PLANS ARE SCHEMATIC AND FIELD ADJUSTMENTS MAY BE NECESSARY. WITH THE EXCEPTION OF ELECTRICAL POWER SERVICE AND LIGHTNING GROUND DUCTS, ALL NEW UNDERGROUND CONDUITS SHALL BE HOPE. CONTRACTOR SHALL FURNISH AND INSTALL 2" SMOOTH WALL HOPE CONDUIT WHERE INDICATED IN THE PLANS. EACH CONDUIT SHALL COME COMPLETE WITH PULL WIRE. THE ENDS OF THE PULL WIRE SHALL BE SECURED WITHIN THE PULL BOXES WHERE THEY ARE TERMINATED. THIS PAY ITEM SHALL ALSO INCLUDE THE COST OF FURNISHING AND INSTALLING A NON- CORROSIVE •I4 LOCATE WIRE 653 -191: 5. PEDESTRIAN SIGNAL INDICATIONS SHALL BE SINGLE SECTION L.E.D. COUNTDOWN WITH FULL HAND AND FULL MAN LEGEND. PEDESTRIAN SIGNAL INSTALLATION SHALL MEET THE LATEST "COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS" DATED 2008. 659 -107: 6. SPUN ALUMINUM POLES FOR PEDESTALS SHALL BE MOUNTED ON TRANSFORMER BASE AND SECURED WITH LOCKING COLLAR. INCLUDES GROUNDING AT EACH POLE. T. 663- 74 -12: EMERGENCY VEHICLE PRE- EMPTION: EACH APPROACH TO A SIGNALIZED INTERSECTION SHALL BE PROVIDED WITH AN EMERGENCY VEHICLE PRE- EMPTION. THE INSTALLATION SHALL BE COMPATIBLE WITH THE EXISTING COLLIER COUNTY EMERGENCY VEHICLE PRE- EMPTION SYSTEM. THE TRANSMITTER SHALL BE GLOBAL POSITIONING SYSTEM RECEIVER WITH SATTELITE TECHNOLOGY, ANTENNA 2.4 GHZ SPREAD SPECTRUM TRANSCIEVER. CARD RACK.AUXILIARY HARNESS AND INTERFACE PANEL, AND SHALL INCLUDE PHASE SELECTORS. DETECTORS. ASSOCIATED RADIO / GPS CABLE, CONNECTOR. AND 24 VDC POWER CONNECTOR. PRE- EMPTION WIRING: EACH VEHICLE MOVEMENT SHALL BE WIRED SEPARATELY AND COMBINED IN THE CONTROLLER ASSEMBLY TO OBTAIN THE SPECIFIC SEQUENCE OF OPERATION AS SHOWN ON THE PLANS OR AS DIRECTED BY THE COUNTY. EACH PRE- EMPTION DETECTOR SHALL BE WIRED IN THE CONTROLLER ASSEMBLY TO PLACE A CALL FOR SERVICE IN THE FOLLOWING "CONTROLLER EMERGENCY PRE-EMPTION NUMBER: - A. WHEN MAJOR ARTERIAL IS A NORTH /SOUTH DIRECTION: 'NORTHBOUND VEHICLE MOVEME NT ........... .--------- ............... CONTROLLER EMERGENCY VEHICLE PRE- EMPTION -1 - DEGREE PAN. THIS ITEM SHALL INCLUDE ALL LABOR, MATERIAL. WIRE. SYSTEM TESTING, AND SYSTEM HARDWARE 'EASTBOUND VEHICLE MOVEMENTS ............... .....................CONTROLLER IN.THE CONTROLLER CABINET TO PROVIDE A COMPLETE AND OPERATIONAL DETECTION SYSTEM. COST INCLUDES EMERGENCY VEHICLE PRE- EMPTION •2 HARDWARE PRIOR TO COMMENCING INSTALLATION OF THE SYSTEM.. 665 -13: _ 'SOUTHBOUND VEHICLE MOVEMENT ............... .....................CONTROLLER CONTROLLER EMERGENCY VEHICLE PRE- EMPTION •3 699 -1 -1. 10.. TRAFFIC SIGN INSTALLATION SHALL MEET THE LATEST COLLIER COUNTY SIGNALIZATION TECHNICAL 'WESTBOUND VEHICLE MOVEMENT ................ .....................CONTROLLER SPECIAL PROVISIONS DATED 2008. EMERGENCY VEHICLE PRE- EMPTION •4 - 11. THIS PAY ITEM INCLUDES THE COST OF CONCRETE SLAB IN CONFORMANCE WITH DESIGN STANDARD 17500 PUBLISHED BY FLORIDA DEPARTMENT OF TRANSPORTATION. B. WHEN MAJOR ARTERIAL IS AN EASTAVEST DIRECTION: 'EASTBOUND VEHICLE MOVEMENT ................ .....................CONTROLLER 663- 74 -15: EMERGENCY VEHICLE PRE - EMPTION •1 - DEGREE PAN. THIS ITEM SHALL INCLUDE ALL LABOR, MATERIAL. WIRE. SYSTEM TESTING, AND SYSTEM HARDWARE :'SOUTHBOUND VEHICLE MOVEMENT ............... ....................CONTROLLER IN.THE CONTROLLER CABINET TO PROVIDE A COMPLETE AND OPERATIONAL DETECTION SYSTEM. COST INCLUDES EMERGENCY VEHICLE PRE- EMPTION •2 HARDWARE PRIOR TO COMMENCING INSTALLATION OF THE SYSTEM.. 665 -13: 'WESTBOUND VEHICLE MOVEMENT.. ................................... CONTROLLER EMERGENCY VEHICLE PRE- EMPTION -3 699 -1 -1. 10.. TRAFFIC SIGN INSTALLATION SHALL MEET THE LATEST COLLIER COUNTY SIGNALIZATION TECHNICAL 'NORTHBOUND VEHICLE MOVEMENT ................ .....................CONTROLLER SPECIAL PROVISIONS DATED 2008. EMERGENCY VEHICLE PRE-EMPTION •4 11. THIS PAY ITEM INCLUDES THE COST OF CONCRETE SLAB IN CONFORMANCE WITH DESIGN STANDARD 17500 PUBLISHED BY FLORIDA DEPARTMENT OF TRANSPORTATION. 663- 74 -15: B. INCLUDES FURNISHING AND INSTALLING ALL COMPONENTS OF AN ITERIS VIDEO DETECTION SYSTEM - TO DETECT VEHICLES. INCLUDES VIDEO SURVEILLANCE COLOR CAMERA, WITH ZOOM, TILT, AND 360 DEGREE PAN. THIS ITEM SHALL INCLUDE ALL LABOR, MATERIAL. WIRE. SYSTEM TESTING, AND SYSTEM HARDWARE IN.THE CONTROLLER CABINET TO PROVIDE A COMPLETE AND OPERATIONAL DETECTION SYSTEM. COST INCLUDES COORDINATION WITH COLLIER COUNTY AND THE MANUFACTURER FOR SPECIFICATIONS. SET UP AND ORDERING HARDWARE PRIOR TO COMMENCING INSTALLATION OF THE SYSTEM.. 665 -13: 9. PEDESTRIAN CROSSING SIGN INSTALLATION SHALL MEET COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS, DATED 2006. 699 -1 -1. 10.. TRAFFIC SIGN INSTALLATION SHALL MEET THE LATEST COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS DATED 2008. 715- 14 -11: 11. THIS PAY ITEM INCLUDES THE COST OF CONCRETE SLAB IN CONFORMANCE WITH DESIGN STANDARD 17500 PUBLISHED BY FLORIDA DEPARTMENT OF TRANSPORTATION. THE AGENCY RESPONSIBLE FOR MAINTENANCE OF THE TRAFFIC SIGNALS AND RELATED COMMUNICATIONS - �� EQUIPMENT IS COLLIER COUNTY TRAFFIC ENGINEERING DIVISION. ALL TRAFFIC SIGNAL AND RELATED •" COMMUNICATION EQUIPMENT WHEN USING PAY ITEM SERIES: 632, 633. 635, 650. 663. AND 670 FOR THIS CONTRACT SHALL BE COMPATIBLE WITH COLLIER COUNTY CENTRAL COMPUTER NETWORK SYSTEM. 2f�jO PRIOR TO ANY PURCHASING OF THE ABOVE PRODUCTS, ENSURE THEY HAVE BEEN APPROVED FOR SYSTEM COMPATIBILITY BY THE MAINTAINING AGENCY. REVISIONS - 6= PB AMERICAS, NC. 77PANSPY/RTA7TON 6NODJB'B'RATC AND CY =LC -JYON AfANAOBMNNT DBPARTAJBNT SHEET N0. OAI- DA - �rmw, Fnrbe� . GENERAL NOTES RpAO N0. COUNTY F/NAACIAL PROJECT (0 T -4 CR 846 COLLIER 60106A .,ow,,,, — - - -_ EaNffxzOr,u°in4sse R CONTROLLER NOTES: I. CONTROLLER OPERATIONS= a 5 9 4 ❑ I] © (3) J 8 P ® � S- SECTION, I -WAY 3 AS S- SECTION, I-W 6 AS 650 -51 -J(I 650 -51 -JI( 699 -1 -1 S EA FOR DETAILS OF SLGNS'❑A 4 SEE OVERHEAD LED STREET .NAME SIGN DETAILS T -7 CONTROLLER NOTES: I. CONTROLLER OPERATIONS= AY 5- SECTAIN,1 -WAY 5- SECTIONl -WAY f- SECT., IWAT /- SEC7., 2 WAY O 4 EA (TYPJ 2 AS LAS 2 AS - /AS II Q I II 663-7 -I! 650- 5f -5 /f 650-5/ -511 653 -l9/ 653 -192 PHASE 2 I II .7I II ���111111 �I I SIGNAL OPERATING PLAN N0: 9 II I I I� I I II I 659 -118 2 EA 659 -101 8 EA 15 LF E 6J0-I-12 BACCPLAT£S.FOR ALL SIGNAL BACKPLATES FOR ALL SIGNAL EXISTING MAST ARM TO 5- SECTION HEADS S- SECTION HEADS REMAIN OPERATIONAL - MAJOR STREET- IS C.R. 846 (IMMOKALEE ROAD) (MOVEMENTS 2 & 6). MINOR STREET IS VALEWOOD DRIVE (MOVEMENTS 4 & 8). MOVEMENTS 2 AND 6 SHALL FLASH YELLOW AND MOVEMENTS 4 AND 8 SHALL FLASH RED. - THE MAST ARM SIGNAL CABLE WIRING AND THE CONTROLLER CABINET SHALL BE WIRED FOR SIGNAL OPERATING. PLAN AS SHOWN. 2. CONDUIT SIZES SHALL BE ACCORDING TO COLLIER COUNTY'S TECHNICAL SPECIAL PROVISIONS DATED JUNE 2008. J- USE EXISTING POWER SERVICE POLE METER AND DISCONNECT. VIDEO VEHICLE DETECTION ASSIGNMENTS VIDEO jDZI R CONNECT DETECTOR TO TIMING FUNCTION Vol TFS TF2 VD2 TF4 DX TFT V03 TFl TF6 VlH DZ 8 TF8 DZ 8R I TFBR EXISTING Ri1W LINE .. .. I ❑ SYMBOL LEGEND" V /DEG DETECTOR SCI .. - .. - - - . _ VIOEO DETECTION �IONE -4 700 8 -18 IEA __ L_� N� EMERGENCY VEHICLE DETECTOR TOO -4B -60 IEA OZ6- -5111 OZ6® - - -t II ___.__________/Art' DZ6® I II S/GNA PO DATA POLE ♦ STATAON OFFSET GROUND 1tOWY. HASH E[EV. PT. ELEV. I 221 +58.7 16A' RT. 159' 15.31, 8+439 71.2' PT. 15.3' 4.62' 8441.3 CONTROLLER TIMINGS MOVEMENT NUMBER 1 2 J 4 5 6 7 8 18R MINIMUM GREEN 7 20 - T T 24 - 7 T EX ?w J 5 J J S 5 3 J S MAXIMUM GREEN I 20 50 20 35 PO 50 20 $8 20' YELLOW CLEARANCE 4.3 4.3 7.5 J.5 4.3 4.3 S.5 3.5 45 ALL RED I I - I l I. - l I PEDESTRIAN WALK - - 7 - 7 - - - PED. CLEARANCE - - - SS - 20 - - - RECALL IN YfN FIRE RUN PRE- EMPTION GAP Lp1RATM] S 3 I J I 7 DELAY BEFORE PRE- EMPTNJW 0 0 0 1 0 ENTRY GREEN 5 - 5. 5 5 ENTRY YELLOW 4. 4 4 1 4 ENTRY RED 2 P 2 P ENTRY PED. CLEARANCE T T 7 7 0/ L YELLOW 4 4 4 4 RESERVICE TIME 1-0 0 0 0 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 P.-4 P P . . J 8 P ® � P-6 ® �] 4 1 R Y G Y) -H.j P PED. IIGN 8 SIGNAL ® ® 6 667 -T4 -15 SEA (TYP.) LEO C10UNT -DOWN t tED 0o1/NT -LXAYN A 659 -118 2 EA 659 -101 8 EA 15 LF E 6J0-I-12 BACCPLAT£S.FOR ALL SIGNAL BACKPLATES FOR ALL SIGNAL EXISTING MAST ARM TO 5- SECTION HEADS S- SECTION HEADS REMAIN OPERATIONAL - MAJOR STREET- IS C.R. 846 (IMMOKALEE ROAD) (MOVEMENTS 2 & 6). MINOR STREET IS VALEWOOD DRIVE (MOVEMENTS 4 & 8). MOVEMENTS 2 AND 6 SHALL FLASH YELLOW AND MOVEMENTS 4 AND 8 SHALL FLASH RED. - THE MAST ARM SIGNAL CABLE WIRING AND THE CONTROLLER CABINET SHALL BE WIRED FOR SIGNAL OPERATING. PLAN AS SHOWN. 2. CONDUIT SIZES SHALL BE ACCORDING TO COLLIER COUNTY'S TECHNICAL SPECIAL PROVISIONS DATED JUNE 2008. J- USE EXISTING POWER SERVICE POLE METER AND DISCONNECT. VIDEO VEHICLE DETECTION ASSIGNMENTS VIDEO jDZI R CONNECT DETECTOR TO TIMING FUNCTION Vol TFS TF2 VD2 TF4 DX TFT V03 TFl TF6 VlH DZ 8 TF8 DZ 8R I TFBR EXISTING Ri1W LINE .. .. I ❑ SYMBOL LEGEND" V /DEG DETECTOR SCI .. - .. - - - . _ VIOEO DETECTION �IONE -4 700 8 -18 IEA __ L_� N� EMERGENCY VEHICLE DETECTOR TOO -4B -60 IEA OZ6- -5111 OZ6® - - -t II ___.__________/Art' DZ6® I II S/GNA PO DATA POLE ♦ STATAON OFFSET GROUND 1tOWY. HASH E[EV. PT. ELEV. I 221 +58.7 16A' RT. 159' 15.31, 8+439 71.2' PT. 15.3' 4.62' 8441.3 CONTROLLER TIMINGS MOVEMENT NUMBER 1 2 J 4 5 6 7 8 18R MINIMUM GREEN 7 20 - T T 24 - 7 T EX ?w J 5 J J S 5 3 J S MAXIMUM GREEN I 20 50 20 35 PO 50 20 $8 20' YELLOW CLEARANCE 4.3 4.3 7.5 J.5 4.3 4.3 S.5 3.5 45 ALL RED I I - I l I. - l I PEDESTRIAN WALK - - 7 - 7 - - - PED. CLEARANCE - - - SS - 20 - - - RECALL IN YfN FIRE RUN PRE- EMPTION GAP Lp1RATM] S 3 I J I 7 DELAY BEFORE PRE- EMPTNJW 0 0 0 1 0 ENTRY GREEN 5 - 5. 5 5 ENTRY YELLOW 4. 4 4 1 4 ENTRY RED 2 P 2 P ENTRY PED. CLEARANCE T T 7 7 0/ L YELLOW 4 4 4 4 RESERVICE TIME 1-0 0 0 0 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 EXISTING Ri1W LINE .. .. I ❑ SYMBOL LEGEND" V /DEG DETECTOR SCI .. - .. - - - . _ VIOEO DETECTION �IONE -4 700 8 -18 IEA __ L_� N� EMERGENCY VEHICLE DETECTOR TOO -4B -60 IEA OZ6- -5111 OZ6® - - -t II ___.__________/Art' DZ6® I II S/GNA PO DATA POLE ♦ STATAON OFFSET GROUND 1tOWY. HASH E[EV. PT. ELEV. I 221 +58.7 16A' RT. 159' 15.31, 8+439 71.2' PT. 15.3' 4.62' 8441.3 CONTROLLER TIMINGS MOVEMENT NUMBER 1 2 J 4 5 6 7 8 18R MINIMUM GREEN 7 20 - T T 24 - 7 T EX ?w J 5 J J S 5 3 J S MAXIMUM GREEN I 20 50 20 35 PO 50 20 $8 20' YELLOW CLEARANCE 4.3 4.3 7.5 J.5 4.3 4.3 S.5 3.5 45 ALL RED I I - I l I. - l I PEDESTRIAN WALK - - 7 - 7 - - - PED. CLEARANCE - - - SS - 20 - - - RECALL IN YfN FIRE RUN PRE- EMPTION GAP Lp1RATM] S 3 I J I 7 DELAY BEFORE PRE- EMPTNJW 0 0 0 1 0 ENTRY GREEN 5 - 5. 5 5 ENTRY YELLOW 4. 4 4 1 4 ENTRY RED 2 P 2 P ENTRY PED. CLEARANCE T T 7 7 0/ L YELLOW 4 4 4 4 RESERVICE TIME 1-0 0 0 0 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 8+439 71.2' PT. 15.3' 4.62' 8441.3 CONTROLLER TIMINGS MOVEMENT NUMBER 1 2 J 4 5 6 7 8 18R MINIMUM GREEN 7 20 - T T 24 - 7 T EX ?w J 5 J J S 5 3 J S MAXIMUM GREEN I 20 50 20 35 PO 50 20 $8 20' YELLOW CLEARANCE 4.3 4.3 7.5 J.5 4.3 4.3 S.5 3.5 45 ALL RED I I - I l I. - l I PEDESTRIAN WALK - - 7 - 7 - - - PED. CLEARANCE - - - SS - 20 - - - RECALL IN YfN FIRE RUN PRE- EMPTION GAP Lp1RATM] S 3 I J I 7 DELAY BEFORE PRE- EMPTNJW 0 0 0 1 0 ENTRY GREEN 5 - 5. 5 5 ENTRY YELLOW 4. 4 4 1 4 ENTRY RED 2 P 2 P ENTRY PED. CLEARANCE T T 7 7 0/ L YELLOW 4 4 4 4 RESERVICE TIME 1-0 0 0 0 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 CONTROLLER TIMINGS MOVEMENT NUMBER 1 2 J 4 5 6 7 8 18R MINIMUM GREEN 7 20 - T T 24 - 7 T EX ?w J 5 J J S 5 3 J S MAXIMUM GREEN I 20 50 20 35 PO 50 20 $8 20' YELLOW CLEARANCE 4.3 4.3 7.5 J.5 4.3 4.3 S.5 3.5 45 ALL RED I I - I l I. - l I PEDESTRIAN WALK - - 7 - 7 - - - PED. CLEARANCE - - - SS - 20 - - - RECALL IN YfN FIRE RUN PRE- EMPTION GAP Lp1RATM] S 3 I J I 7 DELAY BEFORE PRE- EMPTNJW 0 0 0 1 0 ENTRY GREEN 5 - 5. 5 5 ENTRY YELLOW 4. 4 4 1 4 ENTRY RED 2 P 2 P ENTRY PED. CLEARANCE T T 7 7 0/ L YELLOW 4 4 4 4 RESERVICE TIME 1-0 0 0 0 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 TfY/NGS ARE INITIAL AND MAY REQUIRE FIELD ADNISTMENT AS DIRECTED BY THE ENGINEER. I Ik L I I I ^ © 7 4 ❑4 ,- --- w . ----------- -45 ......_.., - i (SMFOC) 653 -1 -122, ` L r IM LF) 653 -4 -I l2 20 LF 12 RUNS o IO LF) ?EMOVAL ITEMS EXISTING FO --- -"-` - • - • - - ""` • _ - - - —. 690 -10 6 EA , 690 -20 3 EA IEA 653-5 -1 690.31 3 EA EXISTING R/W LINE. PULL BOX _7 - 690 -SP -I 2 EA EXISTING S6 STRAND SIGNAL FO PULL BOX 690-80 1 EA SM FOC TO REMAIN STA. 227+09 690 -90 / Pf +/- 400 LF (SMFOC) 6IS -I -lY2 690 -100 / Pi +/- 800 LF f2 RUNS a +/_ 400 IF) 6SS -1 -f lE R/W LINE - 20 LF 12 RUNS o IO LF) 6SD-f -12 IEA - 649- 31 -IOT IEA 665 -f1 S75 LF IS RUNS a 125 LF) 630 -I -12 650-1 -12 200 IF I3 RUNs) ONE - 3'CLW01llT (Hai VOLTAGE) RELOCATE SN FO C'OADIIfT 6JJ -421 -2 16W LF TWO - 2' CONDUITS fLOW VOLTAGE 6 SPARE) 3 0 6 AWG LI.7HT/NG CONDUCTOR 715 -1 -IE 50 LF K613-7 -12 100 LF '(S RUNS) LIGHTING Q7Np/IT, REMOVE 7/5-1 -60 160 LF ADJ. / MIIDWY FO -5P2 50 IF - LIGHTING CONLUI /T, F &I 715-2-I1 160 !f FO COYLUIIT -11Y 400 LF (2 RUNS) LIGHTING POLE F -8, REMOVE 715-4 -600 IEA REMOVE FO CONDUIT -/60 400 LF LIGHTING PULL Box 715 -14 -I1 IEA REMOvE FO PULL BOX 6 -6 IEA 715 -N -51 IEA BEHOVE SIGNAL PULL BOX -7 S EA A TATYI ANGRJBSRI PB AMERICAS, INC. 7NANNMRLV NO M) MM M CONSINEICr ON AL4NAGEAffiN7• VZPAkrN3l T 1e Fh hMa MW ROAD 90. 1 COUNTY FWANCLIL PRQIECT N - -ypp Ea„N„A„I'a�AOI`, PA°."�`,rase CR B46 COLLIER 60106A 20 LF fEA IEA 0 IO 40 m Feet 20 LF (2 RUNS o IO LF) IEA ZZ5 EXISTING R/W LINE 6 -1 -If 6EA(TYP) IIIE S' CONDUIT +(HNd`f VOLTAGE) TWO Y' CONDUITS (LOW VOLTAGE & SPARE) IIEXISTING SIGNAL PULL _,PXES (1) TO REMAIN EXISTING LIGHT POLE F -10 TO REMAIN _eEXISTING ROLLER CABINET T REMAIN J 672 -T -1 IPl 651 -2 -31 4 EA 670-5 ^I /Y /AS 685 -106 1 E EXISTING 36 STRAND SM FOG, AND CABLE TO REMAIN I EXISTING SPLICE BOX TO REMAIN -670-1 -12 PO LF (2 RUNS o 00 LF) 649-51 -104 IEA \49� RM' LINE 610 -f -12 P40 LF IS RUNS) 6SS -1 -5PP /Do LF 633-4-112 200 LF (2 RUNS) 633 -42I -2 K)O LF NOTE 634-7 /EA OVERHEAD STREET NAME SIGN Y ;0 LF TO BE ATTACHED TO SIGNAL POLE ' )EA UPRIGHT r3 WITH A CANTILEVER ARM. 2 EA SEE DESIGN STANDARD 8T4B. POINT OF ATTACHMENT SHALL BE 1'BELOW THE ARM. SHEET ,'NALIZATION PLAN T -5 I it II 0 EXISTING RAY LINE 223 m FO CONDUIT b CONDUCTOR EXISTING FO PULL BOX EXISTING RAY LINE T PULL BOX FO CONDUIT b CONLUCTOR LIGHTING CONDUIT b CONDUCTOR \ TO LIGHT POLE (F -(0) RAY LINE I i0' g Y O to 410 PEDESTRIAN PEDESTAL(TYP.)® Feet MAST ARM POLE ITYP.O 2255 ,,— EXISTING R/W LINE /---SIGNAL CONDUIT b CONDUCTOR SIGNAL POLL BOXES TING LIGHT POLE (F -ql �eo —EXISTING SIGNAL CONTROLLER FO PULLBOX REVISIOANTE S PB MERICAS, INC. "mT Qi`r�r°AU Top — ean.eW'•� % +xsa 7O/T7YON EMIUMRDJG AND L17N577PUC77OIV ALANAGL3AtHN7' DRPARTAfBM' UNDERGROUND CONDUIT FOR SIGNAL AND LIGHTING rreraro arxm w wmrvmew :voU�r.vnmmmos�vrow :wrwswzao, SHERET OAT Ltscqipljum DESCRIPTION hCAO N0. DXINIY FINANCIAL PROJECT ID r -6 CR 846 COLLIER useA: eron.,r 6olo6a Valewo INS ����o�����a���������s� INS ���Ell INS � ISO _ _a------_� ` a�������I��Mo���� CCCCCCCCCCCCCCCCC001100 INSION o������������ MMMs� ®������on���Emm ���������������MNSIIII ��- ������ SOW 0111001001 MINE! -CCCC -_INS _---C-__--_���CCCCCC IN INS CCCCNSION CCCCC INS mm INS INISSIONSINSINSININEIIIII MM �s���i■��������������mm�wmmm ISO ���� s�a��M��ISSION ��sMENEM � i�m� NNEMEM ���011 INS C Cii 100111100110010010011 ME INSINNINES WMNIIM ®�MM�INIMI ����s�� ��..��NINION �����.�.o�� ISO ININNININSIMINS 111111111111001011 INS��w����� `, • i��iCCi�iC SPECIAL INSTRUCTIONS VIDEO DETECTION CAMERA MOUNTING ASSEMBLY mmmmmm VIDEO DETECTION CAMERA MOUNTING BRACKET !ENGINEERED CASTINGS EQUIVALENT] fOR E H5 -_-_-- R H4 -_ - - -- Y D -- SIGN B IT } m■�■ mm Y WP `i - ■■mmmm LUMINAIRE INFORMATION WATTAGE: 400 HPS ARM LENGTH:8 FEET DISTRIBUTION. MEO(UM WT -GEF TYPE III MOUNTING HEIGHT: 40 FEET A0 FE l OVERHEAD STREET NAME SIGN TO BE ATTACHED TO SIGNAL POLE UPRIG14T •3 WITH A CANTILEVER ARM, SEE DESIGN STANDARD 8748. POINT OF ATTACHMENT SHALL BE P BELOW THE ARM. VIDEO DETECTION MWNTING NOTES THE SENSOR SHOULD HAVE STANDARD CAMERA BRACKET TILT -TOP MOUNTED ON THE MAST ARM AS SHOWN IN THE PLANS. FIELD OF VIEW O CA _ NO MOUNTING BRACKET � N(ESS STEEL BANDING -� Oy 3 y SIGN O OOH BOTH 51DE5 t2 N)UNTING BRACKET) G N+ G r � T G m FEED CABLE iH17WGH I I W4 i MAST ARM DRILLED D WIRE ENTRANCE 5 �{ W5 j+ 4 VIDS ATTACHMENT FOR MAST ARMS NTS VD DENOTES VIDEO DETECTOR TOTAL ARM LENGTH EVD DENOTES EMERGENCY VEHICLE DETECTOR (INFRARED) * DENOTES NUMBER OF SECTIONS IN SIGNAL HFAD ASSFMRIY 3 ARM NO-2 - DOUBLE ARM POLE ORIENTATION VIDEO DETECTION CAMERA MOUNTING ASSEMBLY (PELCO OR EQUIVALENT] VIDEO DETECTION CAMERA MOUNTING BRACKET !ENGINEERED CASTINGS EQUIVALENT] fOR E H5 D R H4 -_ - - -- Y D -- SIGN B IT } Y SIGN A G IT N(ESS STEEL BANDING -� Oy 3 y SIGN O OOH BOTH 51DE5 t2 N)UNTING BRACKET) G N+ G r � T G m FEED CABLE iH17WGH I I W4 i MAST ARM DRILLED D WIRE ENTRANCE 5 �{ W5 j+ 4 VIDS ATTACHMENT FOR MAST ARMS NTS VD DENOTES VIDEO DETECTOR TOTAL ARM LENGTH EVD DENOTES EMERGENCY VEHICLE DETECTOR (INFRARED) * DENOTES NUMBER OF SECTIONS IN SIGNAL HFAD ASSFMRIY 3 ARM NO-2 - DOUBLE ARM POLE ORIENTATION TO BE MEASURED IN A COUNTER CLOCKWISE DIRECTION FROM ROADWAY ARM NO. I. ARM NO. I - SINGLE ARM POLE OR LONGEST ARM FORDOIIBLE ARM POLE. C VIDEO DETECTION CAMERA A HP Hl DISTANCE FROM POLE HEIGHT AND WIDTH OF SIGN R -_ - - -- Y D -- SIGN B IT } Y SIGN A G IT Y WP `i r WI ARM 2 IL..._� MOUNT /NG HEMaNT LARK Y.N.1 TOP OF FOUNDATION ELEVATION REVISIONS DATE i A PB AMERKA5, INC. 7WA%SRORrA79ON NGU4E&eV O Aim _ SHEET C MY MUCLTOM M"AMWWT DRPARr"W N0. am40`Fa %Me �: �° ROAD Ml. LC�11NlY FINANCIAL PRaIECT ID MAST ARM TABULATION -ypp taws i+'e xz"i°Nior�"Oimr ia,sce CR 846 COLLIER 60106A T -8 a r N I l I, I DISTANCE FROM POLE HEIGHT AND WIDTH OF SIGN ©ee■e■e■�� ■■■ ■ee ■■see ■ ■e�e� eee�e�eee�e�eee�e�eee�e�e ■e�e�ee■e �� - e�o� ©ee■e■e■� © © © ® ® ©eeeee ©■�m� ■e ©�oeee■a ■ ■ee! ■e�e� ®■ wee e■ ese�eee�e�■ee�e�eee�e�■ ■■�e�ee� ■�e�ee■�e�■ ■e�e�■ee�e�e ■■�e�ee� 4 I ! ��I ©� ©Cif ©i3J7a�®j © ®m�I ©ee�■e ■� ®�� ® ®e ■■�e.eee■ e■■.e■ee- e�■■® ee�® ©ee■e■e■e■� e��■■■■ �e�■ ©�e�■�e�e�e■ �e�e�ee■ e■■ e�eee■e■�■■e■�■■■■�e�e■�e■■■�e■ e■e■e■�e■�����■■.•�e■e■■eie .��e eye■,■■■■■■■■■. e.■. es ■�■��■���■■��■■�■■��Ce■�■■e■■� ewe ■ �o■ e■■■ �■ ��ee■ �■ �e� ■e■e■■ ®�e■e■��e■�e■��oe■�oe■e� er�e�■��e■■■■�e■�e�e�■ ■ �■ �e■■■■�e■■■�Ce■��e■�e■��e■■�ee� �■e� ®■�o■e■■■�■■ sew■ �e� ■� ■■■� ®�����■■��■■����■■■■e■e■ erg®■ e■ o■ e�■■ �e■ �■ �e�e� ■�■■■�e■■�■e■e■�e■��■■■■�■■■■ ■■ems ©■�e■■■■■�■�■�■�e�ee■e■ mss ■�e�ee■a■���e■�e■e■��e■�C �■■��e■■■�■■■■� ■E ■ate® ®���e� �■oe•�■■�■�oee■e■�e■�■■■ REVISIONS DATE i A PB AMERKA5, INC. 7WA%SRORrA79ON NGU4E&eV O Aim _ SHEET C MY MUCLTOM M"AMWWT DRPARr"W N0. am40`Fa %Me �: �° ROAD Ml. LC�11NlY FINANCIAL PRaIECT ID MAST ARM TABULATION -ypp taws i+'e xz"i°Nior�"Oimr ia,sce CR 846 COLLIER 60106A T -8 a r N I N (- ---------- - - - - -I I- UNUSED FIBERS SHALL BE LEFT COILED. ITS FO SPLICE BOX I AT SIGNAL CABINET !i5 CABINET ON CR 816 CAPPED. AND STORED IN SPLICE TRAY. I - I AT VALEW000 ORNE 2- UNUSED BUFFER TUBES SHALL BE LEFT I - I COILED AND STORED IN SPLICE TRAY.- I SPL-I I I COLOR CODE TIA/EIA 598A I I (Il ORANGE I (2) BLUE ll (J) BREEN 10 I (4) BROWN 9 (5) SLATE I (6) WHITE (TI RED Mx FIBER BIDE BUFFER TUBE 6 (8) BLACK - — - - --! 191 YELLOW 4 (AM VIOLET 2 Illy � FROM SPLICE BOX AT I STA. 22J +09 RT I I I COIL AND CM I 1 2 3 4 5 6 7 8 9 1 II 2 SC TO LC PATCH CORDS EXISTING PRE TERMINATED i PATCH PANEL WITH SC EXISTING ETHERNET SWITCH I CONNECTOR$ 1PSTR, $M II I T x! 2 I I I I I TxP 4 4 I 4 SPLICES AT SPLICE BOX I_ - - - -_--- I T DROP CABLE I 8 Ili FIBER 9 I ro I BLUE BUFFER TUBE 12 I I E�O (B.R ON IY�AAL£RD C MY 12 SPLICES AT VALEWOOD DRIVE —_ - -_— AT CABINET I LEGEND UNDERGROUND SPLICE BOX _ sP[ -x SPLICE DETAIL SHEET NUMBER X FUSION SPLICE PB AMERICAS, INC. I 77LLNSPOINTA 77ON RlVGRVBNROJO AND GIONS=L77970N MANAOBAWNT ORPAR"MNT saf r � m%X1 SL A; AL D wl 9Awn N Am x s I CR 846 COLLIER I 60106A FIBER OPTIC SPLICING AND CONNECTION DETAIL SHEET NO. T -9 A � Is. _ rato =_ SILT Igntly sl ltYrvel ns ® aM, lrrcr a fine srna CONCRETE: MciE eretely Aggressive (SDB ResislMly = 2,100 Hard eeddetl %IEuW w Alnlcsrn[o nrsuDlNOr UK UAL ® Linea lane F on ePe[wrsed Llnerec 6 ® esprrvel ■ B9s .YI ItY srna 511 ty send I M prrva l � GSE= •12' .5[- •12' AB -22 -OB 05 -22 -18 E rr P ° y �raea Santl L SPo P o y G-'nara Sma (SP) ■VeotAerea fret <urea Linea tone B f �F .e 1pM1t'= s Ley r e 9edaetl me Poor la Erotlrd lSrna vlt ® ntl x n grrvel SIIt nd Gnva IL SP -SWn APPROXIMATE STANDARD PENETRATWN DaING LoGAnDN TEST (SPT) STANONflO PCN[TnATON RESISTANCE IN BLOWS PEa 11 11 GNOUNDWATM LEVEL 1E.ASURED ON SP.Sr -51 UNIFIED SOIL CIASSWICATION CSE CROUxD SURFACE ELEt'ATION DATE WIMCATED —EM NOTES: I) EACH ORINC. TI K BOREHOLE WAS B ACnrI U HEAT s -D r C 1 za WI 3 ns STA 19.89 CONCRETE: MciE eretely Aggressive (SDB ResislMly = 2,100 90' LT %IEuW w Alnlcsrn[o nrsuDlNOr UK UAL GSE• •Is' 66 -22 -OB ohm-Gm) P AspNe1 ov nen. a.a wsr I5 SPi -I S T -2 [arse IS STA 18.11 Tnr 16 •tS Pow ly Groara SA-1 (SP) 20' RI t 59' Lr mum o GSE= •12' .5[- •12' AB -22 -OB 05 -22 -18 E P ° y �raea Santl L SPo P o y G-'nara Sma (SP) _ B f �F B r e 9edaetl me Poor la Erotlrd lSrna vlt SIIt nd Gnva IL SP -SWn FIGURE NO. 1 3 9 I z 5 ate Dame y Sand l Snl I t * Grraee Srne .Ito <sP G r N—H. WEER O - acv. Pt -sW mo�mmm s -D r C p- W sl IIF srna .10, Gr —1 SW ra Betlaetl Lines tone w rroctwed 5 Llnestone W -5 atMretl w Fr.<ewrd Llnrstolw z • sl ny srna a<n Crave l<SW -S r em w 280r I- s Bwirp tern lnr lea at AND CONSTRUCTION MANAGEMENT DEPARTMENT -lD °fly Grrdre SaM lf% 29.5' -10 Pow le6raa1, '"1 .it Itl t Silt Grave l(SP -SWn r �I ewlnp t rnlnatre at rl.p lerninr Iva al ON.— CeoxEan'oN r[sT darn. -IS -15 Tn SPOOx �. - SPpOx O w ufa 0 t 00 ...ER wE WW- Ito Or TmE. WiOwTM I. ENGINEERING CLASSIFICATION I-- erDe to@�lArr �m°CY oau Lip e mlwrE yABS oESCRrrnx �° �iL'l,° war [wrr x 1 /<M I/a itol 'fig.' r,�P 9A1AA TTC sows Ate eolonrumT: Or wnweAee eotronT3ln Ai nd m a nliisl,�AS� .At�EKwri o"aiTl'�Ewiaa°�o11"w°i .rlskivary�„m A°p°iK Y EL EIP%OYIIInlE1111E aoees I0m ato 9ELAtao el"a ITT Ter M!m OM ERE COIf('J 1110E A0D WIESL E9AlIelAlele w 9tEDCTEO sAVIA M leE MOMtOer. nK mom" rq tl N DF FN9MFACC EaAnM Af l Corrosion Test Results _ Choddes Sulleles Resistivity PH(��ml(aom) (ohm - =) -=) SPT- 2 A 3 7.S ♦5 127 2,1,00 ENVIRONMENTAL ENVIRONMENTAL CLASSIFICATION etiwwTm Ise"All ,gM3 Dw 11K PAelltULA, DAIS Daelm - -- — - O e p w A0Et _- - - -- - - SUBSTRUCTURE: ' n1i0NAE 1 Le- A9R1Vp Yns irinLe M Yrta TAwe ILeLS CUsTeE® CONCRETE: MciE eretely Aggressive (SDB ResislMly = 2,100 %IEuW w Alnlcsrn[o nrsuDlNOr UK UAL ohm-Gm) STEEL: Mod —ItIly Aggressive (SOX Resielivhy = 2,100 mum o ®a�� SUPERSTRUCTURE: Note: Tehles 1 b 9 use an avwepe N value adJusled wXh Cilecave OvrbuNen end AUlalle8c Wnuner mnedbn fetlols- Slightly Agg—Ne FIGURE NO. 1 NS aN.n Ihnes la ate Dame SE— G r N—H. WEER O - acv. Pt LOCO. mo�mmm REPORT OF CORE BORINGS s csE �m r em w 280r I- s �� AND CONSTRUCTION MANAGEMENT DEPARTMENT SHEET NO. Desl r E,— a eocetn. L.Ir. � OOUMy IF aD 9930 DAVA9IA Me If. s"Em 32%3 WLLEItPMa so. NORTHBROOKE DRIVE WIDENING / T_12 ww Associates, lnc. — COLLIER NIMA® VALEWUBD DR. EXTENSION Corrosion Test Results _ Choddes Sulleles Resistivity PH(��ml(aom) (ohm - =) -=) SPT- 2 A 3 7.S ♦5 127 2,1,00 ENVIRONMENTAL ENVIRONMENTAL CLASSIFICATION etiwwTm Ise"All ,gM3 Dw 11K PAelltULA, DAIS Daelm - -- — - O e p w A0Et _- - - -- - - SUBSTRUCTURE: ' n1i0NAE 1 Le- A9R1Vp Yns irinLe M Yrta TAwe ILeLS CUsTeE® CONCRETE: MciE eretely Aggressive (SDB ResislMly = 2,100 %IEuW w Alnlcsrn[o nrsuDlNOr UK UAL ohm-Gm) STEEL: Mod —ItIly Aggressive (SOX Resielivhy = 2,100 oh"—) SUPERSTRUCTURE: Note: Tehles 1 b 9 use an avwepe N value adJusled wXh Cilecave OvrbuNen end AUlalle8c Wnuner mnedbn fetlols- Slightly Agg—Ne FIGURE NO. 1 NS aN.n Ihnes la ate Dame SE— G r N—H. WEER O - acv. Pt LOCO. TRANSPORTATION ENGINEERING - REPORT OF CORE BORINGS s csE same r em w 280r I- s �� AND CONSTRUCTION MANAGEMENT DEPARTMENT SHEET NO. Desl r E,— a eocetn. L.Ir. � OOUMy IF aD 9930 DAVA9IA Me If. s"Em 32%3 WLLEItPMa so. NORTHBROOKE DRIVE WIDENING / T_12 ww Associates, lnc. — COLLIER 60106A VALEWUBD DR. EXTENSION V COMPONENIS OF CONtii ROADWAY PLANS SIGNING AND NARKING PLANS SM.NALIZATAON PUNS A DETAILED INDEX APPEARS KEY SHEET OF EACH COMPON, INDEX OF ROADWAY PL I KEY SHEET 2 SUMMARY OF PA 3 DRAINAGE MAP 4 -6 TYPICAL SECTI 7 MEDIAN BACKFI 8-9 SUMMARY OF QU 10 SUMMARY OF OR 11 REFERENCE PO 1 12 PROJECT LAYOU 13 GENERAL NOTES 14 -19 PLAN A PROFIL 20 -28 DRAINAGE STRU 29 -35 POND DETAIL S 36 POND STRUCTUR 37 ROADWAY SOIL 38 -50 CROSS SECTION 51 -52 STORMVATER PO . 53 -73 TRAFFIC CONTPo 74 VVH UTILITY Ll 75 -60 UTILITY ADJUS� GOVERNING STANDARDS AND SPECIFICATKJNS: 1. FLORIDA DEPARTMENT OF TRANSPORTATION MANUAL OF UNIFORM MINIMUM STANDARDS FOR DESIGN. CONSTRUCTION. AND MAINTENANCE FOR STREETS AND HIGHWAYS 1 rLmDA GREENS00I') MAY 2007 EDITION. 2. FEDWIDA DEPARTMENT OF TRANSPORTAFION, DESIGN STANDARDS DATED JANUARY 2A7O9. 3. STANDARD SPEOFICATKWS FOR ROAD AND BRIDGE WNSTRUCTID. DATED 2007. AS AMENDED BY CONTRACT DOCUMENTS_ PROJECT LENGTH IS BASED ON Q SURVEY FOR IMMOKALEE ROAD, VAI FNT111I1 DRIvF c . LENGTH OF PROJECT LINEAR FEET �/LE5 ROADWAY 2623.61 0.497 BRIDGES 0000 0.000 NET LENGTH OF PROJECT 2623461 0.497 EXCEPTIONS 0.00 0.000 GROSS LENGTH OF PROJECT 2623.61 0.497 KEY SHEET REVISIONS r rN w+IPrNar aa~ PANS EffiMEER OF R DATE, �LFJJ V PE. Nol S/SE ff — -- i EM ..i mmb LIMIIS OF CONSTRUCTION VARIES IST CONGRESSIONAL o. r _— PB AMERICAS, INC. _= YsTy IIi Jl6V �. atvm - -- --700 Enosrpery o�.sw,�LNwSa CHURCH SITE I 2 VARIES FROM (BY OOTHERS) 14.86' TO 12.79' COUNTY FnwECr % /2 WI^ al 60106A (PSE) a WIl I I WI~2YM(N1 SURVEY SOD Natural nI LEVEL Ground a 1:10 5 EASEMENT 4" EXISTING DITCH SILT CONSTRUCTED GRAVITY WALL NATURAL FENCE VALEWOOD DR. W/ PICKET GROUND PGL I:10 0.02 22' 2' TYPE IV SPECIAL TRAFFIC SEPARATOR OPTION 11 EXISTING DITCH ASPHALT BASE MATERIAL CONSTRUCTED TYPE B STABILIZATION LBR 4O J /2" BY OTHERS CURB AND GUTTER TYPE F CURB AND GUTTER TYPE F 6'CONCRETE SIDEWALK ALUMINUM PEDESTRIAN /BICYCLE PICKET RAILING SEE INDEX 8G0 N. T. S. STA. 7 +00.00 TO STA_ 8 +48.20 !LT) STANDARD CLEARING AND GRUBBING R/W VARIES 175.61' fMIN) TO 362.37' (MAX) FOR POND DETAIL PLEASE REFER TO THE 4" RIND DETAIL AND CROSS SECTION SHEETS TYPICAL SECTION VALEWOOD DRIVE EXTENSION STA. 5 +07.92 TO STA. 8-1-68.10 NEW CONSTRUCTION OPTIONAL BASE GROUP 6 (TYPE B -12.5 ONLY) WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (I.0 ") AND FRICTION COURSE FC -9.5 (TRAFFIC C) (I.0 ") V�J �0 VARIES o. r _— PB AMERICAS, INC. _= YsTy IIi Jl6V �. atvm - -- --700 Enosrpery o�.sw,�LNwSa 2'fMINI 5' 5' COUNTY FnwECr % COLLIER L&FR:s.m" 60106A (PSE) Natural Ground a 1:10 EXISTING DITCH CONSTRUCTED GRAVITY WALL BY OTHERS GRAVITY WALL VALEWOOD DR. W/ PICKET RAILING DETAIL N. T. S. STA. 7 +00.00 TO STA_ 8 +48.20 !LT) STANDARD CLEARING AND GRUBBING R/W VARIES 175.61' fMIN) TO 362.37' (MAX) FOR POND DETAIL PLEASE REFER TO THE 4" RIND DETAIL AND CROSS SECTION SHEETS TYPICAL SECTION VALEWOOD DRIVE EXTENSION STA. 5 +07.92 TO STA. 8-1-68.10 NEW CONSTRUCTION OPTIONAL BASE GROUP 6 (TYPE B -12.5 ONLY) WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (I.0 ") AND FRICTION COURSE FC -9.5 (TRAFFIC C) (I.0 ") V�J �0 o. r _— PB AMERICAS, INC. _= YsTy IIi Jl6V �. atvm - -- --700 Enosrpery o�.sw,�LNwSa 7AAAWA WTAIM BAY,gVRBRBVQ AND A CQWML47" V ALINACRAIRNT DBPARIIN&NT IWB 07. W1NTY COUNTY FnwECr % COLLIER L&FR:s.m" 60106A POND 800 LIMITS OF CONSTRUCTION TRAFFIC DATA I� I� W z ti I:A ` NATURAL — GROUND CURRENT YEAR - 2006 AAOT = N/A ESTIMATED OPENING YEAR = 2010 AADT = 7698 ESTIMATED DESIGN YEAR = 2030 AADT = 10375 K = 9-6y D = 63Y T = 27 (24 HOUR) DESIGN HOUR T = N /A% DESIGN SPEED = 30 MPH SHEET NO. TYPICAL SECTION (U 4 IE�:R PY r: �ryswra /a /i`mp�'XM'6tl5- NVmbyWmrAL.EOn iw Natural Ground 43 \I z� ALUMINUM PEDESTRIAN /BICYCLE PICKET RAILING SEE INDEX 860 SAWCUT LJ �CONC. SIDEWALK GRAVITY WALL W/ PICKET RAILING DETAIL N. T. S. STA. 5 +62.50 TO STA. 8 +75 -04 (LT) STA. 9 +09.02 TO STA. 11 +28.45 ITT) TRAFFIC DATA LIMITS OF CONSTRUCTION STANDARD STANDARD CLEARING AND GRUBBING CLEARING AND GRUBBING SURVEY 60 RiW I i I 6 41 w SOD VARIES I ■ VAR /ES LEVEEL L _2' WIDEN'NG VARIES i WIDENING VARIES 2' SOD / N k 4 0' MAX q.0' MIN. - I6.5' MAX. LEVEL / W w NATURAL GROUND 7 - - -'A- -J. L- -- Id OR FLATTER TO SUIT PROPERTY OWNER, NOT FLATTER THAN 1:6 CURRENT YEAR = 2008 AADT = 1271 ESTIMATED OPENING YEAR = 2010 AADT = 6158 ESTIMATED DESIGN YEAR = 2030 AADT = 8300 K = 9.6% D = 63X T = 27 (24 HOUR) DESIGN HOUR T = N /A% DESIGN SPEED = 30 MPH 6 W ti v 0.02 CONCRETE SIDEWALK (SEE DETAILS) I SAW CUT PROFILE GRADE- I EXIST PAV'T POINT 0.02 0.02 0.02 SAW CUT EXIST PAV'T TYPE B STABILIZATION -7.' CURB AND GUTTER TYPE F TYPICAL SECTION AUTUMN OAKS LANE STA. 5 +31.94 TO STA. 15 +0/.90 WIDENING OPTIONAL BASE GROUP 6 ('TYPE ONLY)WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) (1.0 ") AND FRICTION COURSE FC -9.5 (TRAFFIC C) (l.0 ") MILLING AND RESURFACING MILL EXISTING ASPHALT (1.25" AVG. DEPTH) RESURFACE WITH TYPE SP STRUCTURAL COURSE (TRAFFIC C) OVERBUILD (6" MAX) AND FRICTION COURSE FC -9.5 (TRAFFIC C) (1.0 ') NATURAL GROUND 1:3 OR FLATTER TO SUIT PROPERTY OWNER, NOT FLATTER THAN l:6 r'8 AMERICAS, MC. 7RAAWV*rA]7[N' BA6UVffAIPWO AND vii V sas rw gfrr A.Aeh Iuo C171W7RI. WVN N"AGMAWNT DNPA") -ffNT rl ruw rw am w. munr muIHY rNalECr No. TYPICAL SECTION (2) �rWX >A Inwa�y:�wrnµ ar COLLIER 60106A 1� SHEET NO. 5 SUMMARY OF PERFORMANCE TURF-SOD SUMMARY OF GRAVITY WALL & ALUMINUM HANDRAIL AME RE Rim SUMMARY OF EARTHWORK OESCRlPTION cy P F ! � r.o !AM 362.0 �. 10.0 1 ee 924 10610 U,14 1".0 A NB _ 334.0 .1154 WAL SUMMARY OF EROSION CONTROL ITEMS ITEM SIDE LF EA P F P F SYNTHETIC BALE FOR DITCHES Is 2 AUTUMN OAKS LN. 5 +75.2 RT AUTUMN OAKS LANE I P AUTUMN OAKS LW. 0+50 RT $TA 5 +50 RT 30 OAKS BLVD- 7+00 RT STA 5 +SO LT 30 F TOTAL: GP TOTAL TOTAL 115 2 SYNTHETIC BALE FOR SOIL TRACKING PREVENTION DENCES — IE fF/IDCATKAY /2 LQ:ATXWSI - -_— 84 _.__.____ — — TOTAL: 144 Rm BAGS 8 CURB INLETS o 20 BAS / INLET KO TOTAL: O9) SOIL TRACKING PREVENrON DEVICE 2 TOTAL: 2 SILT FEACE STAKED (TYPE 111) OAKES BLVD STA 5+60 LT 50 POND BOO AT 470 VALEWOOD OR STA 5+30 TO STA B +SO LT 336 AUTUMN OAKS LW STA 4 +20 LT/RT 43 STA 8 +55 TO STA R +30 LT 2T2 IMLKNALEE RD STA 271+00 TO STA 223 +40 AT 2" TOTAL: Iy127 PAY ITEM FOOTNOTES: 102 -I- INCLUDES APROXIMATELY /20 Sr OF TEMPORARY PAVEMENT- //a-/-/ COST OF LANDSCAPE AND BRICK PAVER REMOVAL IS INCLUDED IN COST OF CLEARING 6 GRUBBING. 425 -X -XXX THE COST ASSOCIATED WITH REPAIRING / REPLACING EXISTING PIPES DAMAGED WHILE PLACING A PROPOSED STRUCTURE WILL BE COVERED IN THE COST OF THE PRO 05ED STRUCTURE- 425-1-529 THE LOST OF FIBERGLASS, SKIMMERS, CEMENT GROUT. APPORTANENCES. DOWELS, STEEL GRATE. CLASS I CTNC. LMISCJ WOVEN WIRE FABRIC IWWFIAND WEIRS TO BE INC IDED IN PRICE OE MODIFIED INLET. CHAINS FOR GRATES TO BE INCLUDED IN THE COST OF INLETS. 7X7 THE TOTALS SHOWN ON THE SUMMARY OF ROADWAY PAY ITEMS ARE FOR PAINTED PAVEMENT MARKINGS USED FOR MAINTENANCE OF TRAFFIC. SUMMARY OF SIDEDRAIN & MITERED END SECTIONS LOCATION SIDE RCP LENGTH (LF) STA. TO STA. IB MES (EA) P IO +Lg.4J (23,71'1- 12+092 f aro B AUTUMN OAKS m Lr Is 2 AUTUMN OAKS LN. 5 +75.2 RT I P AUTUMN OAKS LW. 0+50 RT F OAKS BLVD- 7+00 RT P ! F TOTAL TOTAL 115 2 PS AMERICAS. INC. suO wr o.« wsn. Xro Irpy fw/r aWv n.r.r AAr.AwOAiX mrals.n cwn.., PF. a. see SUMMARY OF CLOSED FLUME INLETS LOCATION SIDE WITH S/WALK WITHOUT S/WALK STATION EA EA P F P I F AUTUMN OAKS LN. 5 +75.2 RT I AUTUMN OAKS LW. 0+50 RT ! OAKS BLVD- 7+00 RT ! TOTAL 3 �lj V4� 7RAAWORrA770.�r ATIN20YERNAW AND LZVOMM77ON Mi6VAQ9MWr A18PAR7)WN7 COLLIER I 60I06A SUMMARY OF QU4Ar=lF.S (?) SHEET NO- o � x�■ �e �S ewe o m o�■ ■mss ���� El©� �n�� m WAIIIIIIIIIIIIIIIIIIIIM v. m ■ �■���m■��� o tsa v ����� ■mom ���� �■��� El dm m o ���o�� ■■��� fill omum m ■ �■���� �■��a °om m ■ ����� ���� �� ■a�� —� �■��� im MA o® m n a����� �■�� ,� to m o �� ■���� ���m, ram ■a n ����as■� � ®�■ r�� m ■ ������� ■��� 12 m ■ ��■���s ■r■��� 12 ON o® co v ���■��� ��a�■ o� ■ o������ �■���■ 13 1 o o © 0o s ���■■a�� ���� ram ■ �■��� �■�■� am ©� o� m ■ a����■ �m.■� SHEET TOTALS ■��� iii ��iiee 1 Fm S s g X STA. 5 +00.00 OAKS BOULEVARD BASELINE STA 8 +25.82 = AUTUMN OAKS LANE BASELINE STA 5 +00.00 REFERENCES FOR CENTERLINE CONTROL POINTS (NOT TO SCALE) s� p Y f� s+oo 8 AUTUMN OAKS LANE t STA. 8 +25.82 X. VALEWOOD DRIVE EXTENSION a BASELINE STA 5 +00.00 = AUTUMN OAKS LANE BASELINE STA 11 +47.37 g wrTID n.ao a +DD Isaao sTA>oEr BASF]INE $ AUTUMN OAKS LANE STA. 5 +00.00 LEGEND e _ a s/w — Woos >xD, _. ­ STAMPED '"" INC LA 3664• UNIFSD oTNm.w NOTED. ♦ SET P.N. N AND -R. s a OAKS BOULEVARD 3 ASELINE STA 8 +25.82 = AUTUMN OAKS LANE BASELINE STA 5 +00.00 AUTUMN OAKS LANE STA. 9 +50.00 I�aoo Is+DO ,saes I>rso AwM:r BASm+E sans' xim• sxa• AUTUMN OAKS LANE STA. 15 +00.00 ]2.N00 , 4 +DO 2]3,00 - �SMI£Y BA4IME/1LO. X! NNE VALEWOOD DRIVE EXTENSION L I�MMOKAIEE ROAD BASELINE STA 9 +98.12 = tS rs IMMOKALEE ROAD BASELINE STA 223 +90.46 gg d STA. 9 +98.12 ]xDa00 xiDroD x]0+00 20.-00 "Wr BAbELWE/RO.w. MNE IMMOKALEE ROAD Sa00 Saoo. .ADS. I;7 w,e STA. 229 +00.00 ■ DATE I E _OE SCRIPT _ - PS AMERICAS, INC. 7P_tAQWMrA 77W 6NGUJN&RA? AND SHEET �= CQAIS/RDG77IDIV NAIVAMPMVNT AWPt TDERNT -- - NO. • �]E`se�"Aw 'WAD W, I COUNTY DaINr PFID E`T NO. REFERENCE 1OIN7u fxL✓AVRxA bA7 --►oo mx.cnwn oAnA.,Pt.DIASw COLLIER 60"A 11 usEa: s>nom xl3 /3Fp Ius:.z Pu >: �sisw .,�sr,vcm»sDVS.B��wgwcrlaaen, END 9 SURVEY OAKES BLVD - STA. 1l +29.85 8 W&V OAKES BLVp, STA. W."Z3 9 SURVEY IN"ALEE RO. O - - - - - - @ - I-T - END 0 SURVEY VAfEWOaO DR. 3 d A. W*M-/L 9 Wr Y VAL&WUOU ON. = STA. 223*90.46 9 SURVEY —IMWnEE RD: — F- T----- ----- - - - --I Li :11 1 e I D 50 wo Feet 230 j 235 —A— — — — S qr 5V 3q7_E IMMOKALEE RD. 13 IMMOKALEE RD. — — — — — — — — — — — — — — (D AUTUMN OAKS AUTUMN OAKS LANE I — — -- - - - - -- v/-- BEGUN 0 SURVEY AUTUMN OAKS OWE STA. 5.00 I SURVEY AUTUMN OAKS LANE STA- 8 +25.82 a SURVEY OAKES BLVD- BEGIN @ SURVEY VM"= DR. STA. 5+.W..W I SURVEY V4LEW00Q DR. SURVEY END 9 SURVEY AUTUMN OAKS LANE STA. 11+47-57 N SURVEY AUTUMN OAKS LANE STA- 20419.70 V SURVEY AUTUMN OAKS LANE BEGIN SURVEY Q BLVD. IA 1 = S BLVD. 10 REVISIONS PB AMERCAS, INC. 7X44 WDWrA77&V AN't;Uvzwmgyv AND sm C0W=LX73WV LALUINMRY DffPAJtrAf&Vr SHEET 1N ]7N7 l. Y NO. PROJECT LAYOUT — COLLIER 60106A 12 1• LOCATION, ELEVATION, AND DIMENSIONS OF EXISTING UTILITIES, STRUCTURES AND OTHER FEATURES ARE SHOWN N ACCORDANCE WITH THE REST 1NFORYATKIMI 15. THE CONTRACTOR SHALL ENDEAVOR TO PROTECT PRIVATE PROPERTY. ANY DAMAGE AVAILABLE AT TIME OF THE PREPARATION (7F THESE PLANS BUT DO AGT PURPIORT CAUSED BY THE IXOVTRACTOR 7N THE PERFO4YANCE OF HIS WORK SHALL BE C07RECTEO TD THE SArrFACToy OF THE ENGINEER AT THE CONTRACTM s TO BE ABSOLUTELY CORRECT. EXPENSE. PAYMENT SHALL NOT BE MADE FOR THIS Waft. 2. THE CONTRACTOR SHALL VERIFY THE LOCATION, ELEVATION, AND DIMENSIN5 OF ALL EXISTING UT ILL rtES, STRUCTURES, AND OTHER FEATURES AFFECTING HIS M- ANY DAMAGE TO STATE, COINTr. OR LOCAL. ROADS CAUSED BY THE CONTRACTOR'S WORK AND SHALL COMPLY WITH ALL STATE, COUNTY, AND LOCAL ORDINANCES HAVUNG OR EXCAVATION EQUIPOENT SHALL BE REPAIRED BY THE CONTRACTOR TO THE SATISFACTION OF THE ENGINEER. PAYMENT SHALL NOT BE MADE FOR THIS AND OBTAIN ANY NECESSARY WORK PERMITS THAT MAY BE REQUIRED PRIR WORK. TO CONS TRW YAM ]. TREE TRIMMING AND REMOVAL MAY BE RED(/ /RED TO ALL1E R. ALL EROSION CONTROL FENCES AND BARRIERS SHALL BE ERECTED PRIOR TO ANY LAND ALTERATIONS, MAINTAINED OumAG OWSTHI riav, AND REMOVED ADEQUATE EXPENSES DISTORT, IS DIRECTED DIRECTED Lit' THE ENGINEER ALL R FOLLOWING SOIL STABILIZATION AND FINAL DRESSING. INCURRED O EXPENSES fNYX/RRED fOR THIS WORK WILL BE INCLUDED IN THE PRICE BID FOR CLEARING AND GRUBBING. N. - EROSION CONTROL, SILT BARRIERS SHALL BE INSTALLED ALONG THE R-O-W. 4- MAINTENANCE OF TRAFFIC WILL BE THE RESNONSIB111TY OF THE CONTRACTOR OF THE PROJECT BOUNDARY LIMITS- THIS WILL SERVE AS EROSION CONTROL AND AS A PERIMETER TREE BARRCADE FOR THOSE TREES EXISTING JUST AND MUST BE APPROVED BY THE COUNTY TRAFFIC OPERATIONS SECTION OUTSIDE THE CONSTRUCTION BOUNDARY LIMITS. PRIOR TO ITS IMPLEYENTATAN. S. THE COUNTY RESERVES THE RIGHT TO PERFORM QUALITY ASSURANCE TESTING I9. ALL TRIMMING UNDERTAKEN ON A TREE PROTECTED BY THE PROVISINS OF THE LLC SHALL BE PRUNED IN ACCORDANCE WITH THE NATIONAL ARLYRIST ASSOCIATION M NN ALL MATERIALS DELIVERED ST TU THE PIROUECT AND TO REJECT ALL MATERIALS NOT MEETING ACCEPTABLE STANDARDS_ ONAAJ PRUNING STANDARDS. 6- STREET 51GN5 AND STREET MARKERS ARE TO BE REMOVED AND RELOCATED AS DIRECTED BY THE ENGINEER. 7. WHERE CONNECTION TO EXISTING ACCESS L5 NOT INDICATED OW THE PLANS, PROPER CONNECTION IR TO BE MADE AT THE DIRECTAW OF THE COUNTY PROJECT MANAGER. WHERE EXISTING ACCESS CONNECTIONS ARE SHOWN ON THE PLANS, SUCH CONNECTIONS MAY BE MOVED, ADJUSTED, MODIFIED ADDED OR DELETED UPON REQUEST BY THE PROPERTY OWNER AND APPROVAL BY THE COUNTY PROJECT MANAGER. ALL APPROVALS BY THE COUNTY PROJECT MANAGER SHALL BE SUBJECT TO CONFORMANCE WITH APPLICABLE STANDARDS, CODES, AND REGULATIONS, AND CONDITIONED UPON GRANT OR ANY NECESSARY RIGHT OF ENTRY BY THE PROPERTY OWNER WITHOUT CHARGE TO THE COUNTY. UPON PROPERTY OWNER'S REQUEST, MADE PRIM TO COMMENCEMENT OF PROJECT LUNSTRUCTIW, THE COUNTY MAY SUBSTITUTE A GRAVITY WALL FOR A GRADED AND HARMONIZED SLOPE OR VISA VERSA C 06VTIWNT UPON COUNTY PROJECT MANAGER APPROVAL, WHICH APPROVAL SHALL BE SUBJECT TO CONFORMANCE WITH APPLICABLE STANDARDS, CODES AND REGLmATN WS, AND CONDITIONED UPON GRANT OF ANY NECESSARY RIGHT OF ENTRY BY THE PROPERTY OWNER WITHOUT CHARGE TO THE COUNTY. B. NO STABILIZING WILL BE REQUIRED FOR PAVED TURNOUTS TO PRIVATE PRCPERTY- 9. ALL EXISTING DRAINAGE .STRUCTURES WITHIN THE RKGUT -OF -WAY ALONG SHALL BE REMOVED UNLESS SHOWN ON THE PLANS TO REMAIN. IO- IN THE EVENT EXCAVATION OF UNSUITABLE MATERIAL 15 REQUIRED. IT MAY BE USED TO FLATTEN SLOPES IN AREAS APPROVED BY THE ENGINEER.. U- ANY AND ALL MATERIAL TO BE REMOVED SUCH AS CULVERT PIPE, GUARDRAIL, UNUSED ROAD SIGNS. EXISTING MAST ARMS VERTICAL FOUNDATIONS. WOODEN POLES, CABLES, ETC.. BECOMES THE PRWATY OF THE CONTRACTOR AND SHALL BE DISPOSED OF IN A SUITABLE AREA. 12. THE COUNTY SHALL SUPPLY CONTROL POINTS FOR LINE AND GRADE - 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE STAKE -OUT OF THE PROJECT, I.E. LINE, GRADE, SLOE STAKE, UTILITY RELOCATIONS OR ANY OTHER STAKE -OUT THAT MAY BE !REQUIRED TO COMPLETE THE PROJECT IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS. ANY AND ALL EXPENSES INCURRED FOR THIS WORK SHALL BE INCLUDED IN THE UNIT PRICE BID FOR OTHER ITEMS. NO ADDITIONAL PAYMENT SHALL BE MADE FOR THIS WORK. H. OVERALL CLEAN-UP SHALL BE ACCOMPLISHED BY THE CONTRACTOR IN ACCORDANCE WITH COUNTY STANDARDS OR AS DIRECTED BY THE ENGINEER. ANY AND ALL EXPENSES INCURRED FOR THIS WORK SHALL BE INCLUDED IN THE UNIT PRICE BUD FOR OTHER ITEMS. 20 - DURING LAND ALTERATION AND CXWSTRUCTAN ACTIVITIES, IT SHALL BE UNLAWFUL TO REMOVE VEGETATION BY GRUBBING TO PLACE SOIL DEPOSITS, DEBRIS. SOLVENTS, CONSTRUCTION MATERIAL, MACHINERY Oi OTHER EQUIPMENT OF ANY KIND WITHIN THE DRIP41NE OF A TREE TO REMAIN ON SITE UNLESS OTHERWISE APPROVED BY THE :COUNTY. 21. DURING DEWATERING. OPERATIONS. THE CONTRACTOR SHALL NOT DISCHARGE DIRECTLY TO RECEIVING WATERS. EXISTING CONVEYANCES 7 0 RECENIAG WATERS OR WETLAND SYSTEMS. TEMPORARY SEDIMENT BASINS OR TRAPS SHALL BE UTILIZED TO COLLECT THE DISCHARGE FROM LEWATERING ACTIVITIES TO ELIMINATE THE POTENTIAL FOR OFFSITE SEDIMENT TRANSPORT. 22- ANY PUBLIC LAND CORNER WITHIN THE LIMITS OF CONSTRUCTION IS TO BE PROTECTED. IF A CORNER MONUMENT IS IN DANGER OF BEING DESTAO'ED AND HAS NOT BEEN PROPERLY REFERENCED, THE CONTRATOR SHALL NOTIFY THE ENGINEER AND THE COUNTY SURVEYOR WITHOUT DELAY. 23- ALL WORK PERFORMED WITHIN COLLIER COUNTY RIGHT -OF -WAY AND TCE'S SHOWN SHALL CONFORM T0: A) FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATKWS FOR ROAD AND BRIOGE CONSTRUCTION (2007), AX.A.: (STANDARD SPECS.) By FLORIDA DEPARTMENT OOF TRANSPORTATION DESIGN STANDARDS FOR CONSTRUCTION, MAINTENANCE AND UTILITY OPERATION'S FOR STREETS AND HIGHWAYS ON STATE MAINTAINED. SYSTEMS (MAY 2X051, fAX.A. - STANDARD INDEX). COMPLIANCE WITH ALL APPLICABLE INDICES IS REQUIRED - C) FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY PUNS PREPARATION MANUAL, VOLUME 1, CHAPTERS 2 & 25. DI FLORIDA DEPARTMENT OF TRANSPORTATION FLEXIBLE PAVEMENT IX56M MANUAL FOR NEW CONSTRUCTION AND PAVEMENT REHABILITATION IJAN- 2705) 24. BEFORE CONSTRUCTION 1S TO BEGIN. THE APPLICANT SHALL DELIVER TO THE COUNTY PROOF OF INSURANCE POLICY IN ACCORDANCE WITH THE REQUIREMENTS OF FLORIDA ADMINISTRATIVE COKE. RILE CHAPTER N- 96.007MCAS. 25- UNLESS OTHERWISE APPROPRIATE, BAHIA SOD lS TO BE USED IN ALL AREAS WHERE SODDING IS SHOWN AND AS DIRECTED BY THE CEI- 26. CONTRACTOR TO OBTAIN A NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM INDDES) PERMIT. 27. ALL ELEVATIONS ARE BASED ON THE NATIONAL GEDDETC VERTICAL DATUM OF 0929, IN.G.V.D. 291, USING NATIONAL GEODETIC SURVEY (NGS) BENCHMARKS 1,45 -0U0, ELEVATION = 42.13 (M.G.V.D.29) AND J -557, ELEVA rKN = 14-M rN.G :v.D. 29L 29- A FACILITIES MAINTENANCE REPRESENTATIVE FROM COLLIER COUNTY WATER DEPT. MUST BE PRESENT WHEN CONSTRUCTION NS BEING DONE TO OR IN THE IMMEDIATE VICINITY OF THEIR FACILITY- 30 THE CONTRACTOR IS TO ^PROTEcr IN PLACE' ALL COUNTY FACILITIES THAT ARE NOT TO BE RELOCATED MIAMI) REMOVED BUT ARE TO REMAIN. 31. THE CONTRACTOR/DESIGNER MUST VERIFY THE LOCATION i ELEV. OF ALL COUNTY FACILITIES THAT FALL WITHIN THE LIMITS OR THIS PROJECT PRIOR TO CONSTRICTION- 32. A MIN. OF 18' VERT. d 36' IAOR /Z- SEPARATION MUST BE MAINTAINED BETWEEN PROPOSED FACILITIES AND EXISTING /PROPOSED COUNTY FACILITIES AS PER COUNTY STANDARDS. 33. CONTRACTOR SHALL NOTIFY AFFECTED HOMEOWNERS IN ADVANCE OF CON57RICTIN WORK ADJACENT TO THEIR PROPERTY. NGTIFCAT) N SHALL BE AS FOUJOWS: AT TIME OE PRE - CONSTRUCTION CONFERENCE, LETTERS SHALL BE SENT TO THE HOMEOWNERS ASSOCIATION OF EACH DEVELOPMENT. ONE WEEK PRIOR TO ACTUAL CONSTRUCTION, HANG TAGS SHALL BE PLACED ON THE DOORS OF EACH AFFECTED RESIDENCE. TWO (Z) VMS PRIOR TO ACTUAL CONSTRICTION, A CONTRACTOR'S REPRESENTATIVE SHALL VISIT EACH AFFECTED OWNER. TEXT AND FORM OF NOTIFICATIONS SHALL DE SUBMITTED TO THE COUNTY AT THE PRE- CCWSTROCTI N. CONFERENCE. 36- SITES SUCH AS STORM WATER MANAGEMENT AREAS OR MITIGATION SITES LOCATED WITHIN THE PROJECT CORRIDOR AND IDENTIFIED BY THE .CONTRACTOR FOR POSSIBLE USE AS EMBANKMENT MUST BE PRESENTED O THE ENGINEER OF RECORD (EM) AND COUNTY FOR APPROVEL PRIOR TO USE. ANY BORROW SOURCE 15 REQUIRED TO HAVE THE APPROPRIATE SOIL AND MATERIALS TESTING REQUIRED PER FOOT STANDARDS AND SPECIFICATIONS TO QUALIFY AS EMBANKMENT. IN ADDITION. BORROW SOURCES SHALL NOT BE IN CONFLICT WITH AN SPECIFIC SIMMWATER OR PERMIT AND/OR CONTRACT REQUIREMENTS. THE Eon AND THE COUNTY DO AUT GUARANTEE. QUANTIFY OR QUALIFY ANY MATERIALS IDENTIFIED IN THE PLANS AS REGULAR EXCAVATION AS BEING SUITABLE LiORA01W OR A SUITABLE BORROW SOURCE. Jr. STATION AND OFFSETS ARE FROM THE CENTERLINE OF CONSTRUCTION UNLESS OTHERWISE ACTED. 38. ALL DIMENSIONS ARE TO THE EDGE OY PAVEMENT UNLESS OTHERWISE N07EO. 39. TWO FULL BUSINESS LAYS PRIOR TO DIGGING, CALL THE SUNSHINE STATE OF FLORIDA, TELEPHONE NO I -BED- 432 -4770 AND THE UTILITY OWNER, AND REQUEST UTILITY LOCATIONS. A CON'TRACTOR'S R<rPRESENTATIVE MUST BE PRESENT WHEN UTILITY COMPANIES LOCATE THERE FACILITIES. 40. THE CONTRACTOR SHALL GIVE THE PROPERTY OWNER 28 DAYS WRITTEN NOTICE R O O HE SYSTEMS PROPOSED RIGHT F WAY- HCONTRACTOR SHALL CAP O F EXISTING SYSTEMS AT THE RIGHT OF WAY LINE IF THE PROPERTY OWNER DOES NOT O7DUFY SYSTEMS PRIOR TO CONSTRUCTION AT THE CONTRACTORS EXPENSE. THE CONTRACTOR SHALL MARK A NEW LOCATION FOR THE IRRIGATION LINE. 41. LEWATERING PERMIT MODIFICATIONS WILL BE REQUIRED. PERMIT MODIFICATIONS ARE TD BE APPLIED FOR AND OBTAINED BY THE CONTRACTOR. ALL ASSOCIATED COSTS SHALL BE INCLUDED IN THE LAST OF THE STORM SEWER OF DRAINAGE STRUCTURE. 28. SEE EXISTING R/W MAPS FOR BASIS OF BEARINGS. _7110�! � I r OE�R'/ IPTXN fESCRIPTIX! — PB AMERICAS, INC. TRAIVSPNNWT.f rKNP 6ARMJJBNNRJC AND SHEET L)p. CCAVS7XCCTXMP HANAGBAfMA1T OKIPARTPliifNT sw NW T SG_sn. m _ NO- T �v wAS aKOI" ROAD IA7. OMIT Oa1RY Pnoxcr N7- GENERAL AM ES �I.sI NIT.lgbf,[ _ __ _ 1oq Ann, G na+.«.,rr.NS.z.ee COLLIER 60106E - 13 r / - P El rMUP W7,71 1llllllllllll1,TWFMVR.. .i I - I Iw %%%1 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ ■.". ■Rii ■ ■ ■■ ■■ ■■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ ■■■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■: ............ " . OEM ..........CC. ■.0 ■.........� ■■::::■■:::■: I:::■■::■■:■: ■■: ■: ■A:::::: ■ ■:: ■ ■:::: ■:�::::� ■■■. ■■■■■■■■ ■■■■.■■.■■■■■.. ■■■■■■ ■■.■■■■.. ■. ■. ■..■ ...... ■.... ■.. ■■■■ ► /■ ■■■■■■ MEMO■ ■��i ■ ■■ ■ / /r ■t ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■Ii ■M■OM■®P!! ■omii "W ■ ■ ■. . ■ ■ ■■a��■ ■ilk ■ ■� ■ ■ ■ ■ ■ ■� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■liammo'mmiiiiiMOVE M ■ ■ ■ ■i ■ ■%■i iii Now ■ ■i��i`a ■�� ■■■■■■■■■■■ ■■■■MV ■■o ■■■■■■i��ami�� ■ Imwmmmmm ■■■■■■■■■■■ ■■ ■ENE / ■���ii - !�■!Sme Enid ■ ■ ■ i!i ■ ■:L' =L ■ ■ ■�i■ :rs ■■■■■■■■■■■ ■■�1i ■■ s 11� ■ ■ ■ ■ ■ ■ ■ ►\ MEN ■■■` ! ■■ ■■■ ■■■■■■■■■■■■ ImEmOgNFUUMNIM ■■`■ ■�■I�m mox ■■ ■■■ ■■ ■■ ■�MEN�■■■w , : I ■ ■ ■ ■CC ■. ■� ■■■■■■■■■■ ■ ■ rl'_ll� ■■■■■■■■ I�iflYfl ■■■■■■■■■■■■■■■■■■■■■■ ■ ■ ■�1 �, /ir'�? %ll/.!� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■� ■ ■� NJ EMMEMENNOMME 0 P-1 Fm OEM " 5 AW AW AW AW AW AW AW AW AW AW AW AW d ° a ��riei������ • _i i/i ■■■■■■■affrms■■ ■■■■■■ NEE ■■■ ONE s lMANOI■I ■I �I�E■■ ■Mew ■■■■ee■■■E■■■e■■■ ■■e■e■e■■■Ee■ ■■■E■ ■.�� 11:17 ffl'J.11� �LIL \li'!t:— ■ ......:■E■■ .........■...■..........OMEN E ■a ■ ■ME■■ ■MEa■ ■a NON O ■ \ \e■ ■aa. ■.■■. ■ ■■.■.. ■.■.■.■. ■ ■■ IN ■ ■M■■■■■ ■MM■ ■ME ■■ ■OM■■E■ ■■ ■ ■f Z &GE ■M■ MEN ■ ■ ■ ■Ir►M ■. ■.� ■■ ■ ■ ■■■MorEE■p.;! ■ ■ �e7■ ■�1R�RO Ind■ ■■■■■■■ ■■■■ ■ ■e► � '�■�■■.i��iiii7EE'E■ ■III ■ ■e■■M■ON NONE T_� _ ; ■ mm In �not ■NI1a ■ ■ ■ ■ ■ ■ ■e ■� � ■. ■�I ■ME■ENWIRM em■ M ■ ■ ■ ■■ CI ':NOON■ ■E ��,vazzea= =Dam =oa = =cl =s =oai =o�� ■oa MEN n MEMO z ■�i�i' e . ■ NONE ■ ■ee� ■t'1M MENU MEEMEEMMMM■N ■��le�a5EMMEM ■ ■EM ■■ MEMO NEE /�i � �� ■■ ■�I►I\ ■�i ■■■■■■ OCCM7NE�III ll"El ■ ■■■M■■M■■M ■ ■ ■■E ■ ■ ■ ■ ■ ■■iga No �• ■•: ■•......... ...�M ■ ■ ■I ■ ■ ■ ■ ■ ■. ■ MEN .MEMO ■ ■ ■ ■ ■ ■ ■OE ■ ■. ONE (�OMME ■ ■EMMMM ■M ■MME ■MO■■■ ■■ ■ NEE ■ ■MEN ■MEMO ■MOM ■EM ■ ■ ■ ■!E ■■ � �A"MMa:aa ■ ■EMMMMM�MOME "M_ ■EME ■ ■ ■ "'a ■ ■ ■ ■a ■: "'a ■ ■MMEM " • . n :: - r r °77��i #2H(iLi: -tZIZ� % #:�•.:� •, a <: ,. r r r. I OEM O ti Q I� I I � I I J 6' CaW. SIDEWALK § VALEWOOD DRIVE LMMOKALEE ROAD SEE PLAN SHEET (91 —- !' a ��• T fll SNRVEr AunwN - - ` - — _ _ _ - -_— 1 I EXIST. R/W LI I -- _- - - - - -8 '' . ' SlWWA& WIPX.TfEr RAI Ell - R/W LIKE' I cRAvlTr w •, ;. "Ir;'� I '� * ;; k Y FENfE A* If! ) ; I T �zt / � ` pSE LENE I ' •` I Fee + CURB 6 GUTTER TYPE F "kGIN PROJEC,- - �/ ENd PROJECT :: END GRAVITY NjA/9, (INDEX 5201 P r AKILAW f"X 86M � . BEGIN NEW CONSTRUCTION RM END NEW TION �; 53' of Mo �I \ o7.9P 5f/RVEY VALEWOOD DR. BEGIN GRAVITY WALL (INDEX 521) STA. 8+66.10 @ i7 Y VALEWOOD OR Ill MATCH EXISTING PAV6A(�Nfi /ii H I' I 1 ; //' STA. 2L1 +90.16 3URVLY IYYgKALEE 'i' :. EXIST. RAY LINE �/ BEGIN PICKET RA/LTNG L/ M 8�1 .t � � / // I STA. 9 +96J2 RVEY VA(EW{7gp Q4NEy ;L _ _ _ _ _ _ •j�' ,� � RETWNT ! jt ♦a SURVEY VALEIIOOD 1111E PSE LONE 1 ,YY -j���/ •�fl. �' `: SURVEY /MMLMALEE RD- I tf O ti Q I� I I � I I J !I! I { 6• LT.IYC. SDEI mx--j F/7 71 %"WIisff'sAW s RESURFACING LIMITS OF PAVEMENT WUDEN/M0 POND 800 •''gyp., I I{ TACK YJ ExUsr. RM' uNE IMMOKALEE ROAD SEE PLAN SHEET (5) V IY T R T fiTA. ET OFFSET I PT ELEV. I Ml T § VALEWOOD DRIVE s n F 4 \ T U _ •I.o• �� z -0' TYPE IV CONCRETE @ n ,6' PIPE = n OF N . PIPE; R -IA' — tie TRAFFIC SEPARATOR 19PECIALl + CURB 6 GUTTER TYPE F - (E12 ) 53' of S -g N' PIPE 226 OF ZF PIPE / • , I :�� •j�' RETIMW P `: SURVEY /MMLMALEE RD- RETURN 3 41 - -- !I! I { 6• LT.IYC. SDEI mx--j F/7 71 %"WIisff'sAW s RESURFACING LIMITS OF PAVEMENT WUDEN/M0 POND 800 •''gyp., I I{ TACK YJ ExUsr. RM' uNE IMMOKALEE ROAD SEE PLAN SHEET (5) V IY T R T fiTA. ET OFFSET I PT ELEV. I Ml T + I .T + T U _ RiW LINE I KW I = PB AYERX;AS6 INC. 7AAN6P0lffrATWNV RAr6W VAXUVD AND SHEET.. __ -- C N67WLA:7R kv NAMOUAMNT LYTPAITTMWr N0. rrw cw— am• S6. Sun. .loo r FWM, 1W.- ROAD en. C"Tr I CWNTY PIAIECT ND. PLAN & PROFILE SHEET W _ Nevs®i6a =Loo ccw ar���n,p .ms COLLIER 60I06A l6 n: s.,I, 8A/8TV @.86:9 PY r: �y ,wnlwn6mameaos�vmx.yyprr,�yey: IF-lb u • I T Id4 - 1 AC TA. FC OFFSET PC PT TA. PT f T PT : Y E I I W I I 3 27-7' RT 15.50 1 St'. RT (6-5 - i5' STA. ?7-1+90.46 ® SURVEY IMNOXALEE ROAD = I I 1 RT I ism 0*M . M i 8.79'Lr :) M I STA. 9 +96-12 @ 5URVEY VAIiWOLO LYTIVE I I I I EXIST." LINE- -�__.� II O BEGIN ROWECT BEGIN LlPlrs% CTION II 4g II STA. W- AOR.88 $ SURVEY YIMMOKALEE CDCOHATCHEE CANAL SDRVEr IM OLAILEE RD. (I EXIST. RPW LINE 222 223 I g EXIST. RIW LINE 0 10 40 Feet COCOHATCHEE CANAL ,EXIST- R/W LINE yb'_.. A_`.. - - - iF - -IY�O :' lj k' ' �' Rt 9[9.57 36•E MANHOLE':: - . _ - - - - . _ .. ,,.. - .. _ - . -.- _ .. _ _ _ . ,.. _ . _ �i _ MEJ Isr. CDR@ & GUTTER MANH[NE' :_" • ..... _ . _ . _ _ _ _ _ _ ..... -. _ . _ ... — — — _. — : j'. - �.+= - _ e ..... ....=' '? tli& Ek - p/R& & WTTER - _ _ - _ `'--------- - - - - -- ' -� r ��' / � EXISTMG9A Ml GRA55�--- t`-- - - -' =- . ,— —. V _ m BE REIWED WrHIN —s�� - = — = _ = — .. - `s 7 1 __L___ l NE-- N/Q-- AREA S ------------------SC-------------------- { E-- iElsllA�c�31ic_P�vfR�_TQ_ `�' _ EX/ST/NG LANORWfi#G (Br OTHERSI ----- - - - - -- - - - - -- EXISTING DRAX PAVERS TO .� EXISTING NNNGATKW LINE TO ___ - - -- R£ RELVIIED & RE-UTILIZED - -- - - - - -- p 6 Gu- •F TO BE PROTECTED IN PLACE BE PROTECTED /N PUCE r _ _ _ _ _- ____- _____ -_ BE IPROTECTED /N PLACf� FOR RE�STRUCTED NOW TYPE F `r9 SNKY/T - - - 41 RT .08 ��' 7�' GIB EXIST.NXPJ•TO RENA jI� I ._. ".. 'Rr - 1 _____.________ :._____.____•. _______._...________:._. AND- +vE_W-- DAwSTAUC - _______�T._ s� _ = Q- v Y ...__.G yy:� - ---•---YA Ali X/SiIN9 +ld .. ._.GS . -... TING (AN • -./ ••IN.. EXlS DSCAP NC -.1 W 3f91_RT_______ REO[NLSiRUCTEO- NPO /AN - _ _ £NO GRAVLTY WALL (AVQEX 5801 i� MATCH EXI5TLNG +6759 --t, TO DE PROTECTED IN PLACE. ~ _ _ .110YiT.InW:•.DOLLAR_DAIDEX _ _ _ _ _ � `. _ T29*A• Rr - _ _ _ _ _ _ _ _ _ -DISTUnvrn I ANOSCAEING_ _ M. - - - - - - _ - SMALL BE REPLACED AN KIND 129 -N6' R A'g'TfAG t '� 5.48161 /T END PN7LET RALLAO !INDEX B6W O AS DIRECTED BY ENGINEER. NEXISi. R1W LINE I - •T.� --• _ • .•:• y:+ III _ 9!'R I " -- ! R£ TURN 5 WITNESS 6 QTR. /L�P'AI/L- TS BEGIN (XNiB &GUTTER TYPE F II I I I I +�� \ ENO BEGIN &' D0.NC. SIDEWA!/l I I) III I CURB ✓� +f LITTER TYf F t 50� LINE., . Ri �\ \ 1 \\ Q D PX][ET RAIC /AG BEGIN PACKET RAILING II III _ _ — 7 SILT FENCE TYPE III \ \\ \\ ■ ■■ T. V 1+32. 31.62' Rr BEClN GRAVITY MALL II III RE TURN t II S- S_IY ALX T INS +02.88 u 6 I Is! CONGREGATIONAL GRAVITY WALL (NIOEX Saw \ \ II 111 -\ CHURCH SITE R/W LINE / \ I 8•PIPE II III �'� I I^ \�♦ / 'LT1 \I a. S -10 &GDhTER,,/ F POND ANITg OR NlLL/NG & RE$UINLNUIMG L _ _ _ _ '1 AND OVERBUILD II III i i r- -1.:_- ✓d \��4('AVEYV DR II III 1 _I L_'{y1I�I:1�_I vL UNITS OF PAVEMENT WIbm wlI I _ 11 11 1 I I I GOT ER >Y F I PAT ITEM NOTE. II III III -:1 _/� Iii „/ E LINE SEE PLAN & PROFILE SHEET (3) COST OF LANDSCAPE AND BRICK PAvER.REAIgft L7jj�,` Q R 'n IS INCLUDED IN OOST OF CLEARING & GOWN p$1 1 1 I I REVISIONS PB AMERICAS, INC. TRUWRIMYTATNA� BAViNVggLWVY7 AND _— — SHEET LY7Y1dTRL.C7XAN AW"6&.MIDVT L14PARTAIRNT N0. Nwo NO. aou8n muvn /wa,ECT W. PLAN SHEET (U - -- Y00 cwaro.o nn�`IV,. igir.vs COLLIER 60106A !f 226 227 SURVEY IM"AIEE RD. 228 RIO LINE 229 END PROJECT .63 CI SURVEY 230 -4- —•- S NB' 5T' 36- E 0 /0 40 Feet tt� RM LINE PR AMERICAS. INC. 7FAA6WgRT.f77ON 6AYiQVRNNON� AND CQMFTWM7ITNV AGLIVAQ&WWT OW ..lRT"AFT am ww qwl v. SuN.loo NOAe /p. I CQ/NTI (p/xTY P7N11ECT N( Ov4M AARtr@ COLLIER 60I06A ® LIMITS F ILLLING L RESURFACING AND OVfRID LIMITS OF PAVEMENT WIDEN/AG SHEET N0. PLAN SHEET (S) /8 - --- - -^ ---- - -- - -- - -- - -^ -- --- - ---- — — - COCOHATCHEE CANAL gqtO ----------- - - - - -- ---- - - - - -- --------------------------------- — - - - - -- — — — — — — — — - -- — a -EXKT. PIPE ___. __________ ______ -------- - - -- •� �. - - _________ j _ _ _ TD REIJ.V_N _________-___ _________FXfST/NE.j�ND�CAPIMG ____- ______________________ ENO WI7B6GUTTER IYPf P -yA W __ _______ _____.__.- __________.�_________ TO 6E RE!*EO WITHIN _MEDIAN WIDENING _ __- __ --- -__ __-- _________ — — — ��LVO R�YdV�'Yfd — — — /.1A•........ - --. iYP-i -_ ....... .................. in _______________________ __�_ ---- - -__ -- YdT LEX/5TlM7 SPE E1Yl Bfl.i(X22TETL- _--- --_WR86Gf1iTER _____ _____ _____ ____ NfII'RT _ _______ ____ __ ________ / ___ _ _____ LANDSCAPING TO -- -- ----- -- ------ --- - - -- -- -- ---------------------------------------------- - - - ifC !'LACE STURRSD WYDOSCAPING €PLICfO - — ple9 _ _ £X/ST.WRB /NlEi iTl REYAfN _ SHALL � R IN 10ENS AS D- ?tECTEO 6Y ENG /NEER --------- .ra_ - -- — — �_ Sl"AIX---- _�����.�.���e ® ®�® ®tee .--' ---- ----- ... - ......._. •• .,. .�........�..._ 150-03' RT EX/sr. RM' LINE RM LINE PR AMERICAS. INC. 7FAA6WgRT.f77ON 6AYiQVRNNON� AND CQMFTWM7ITNV AGLIVAQ&WWT OW ..lRT"AFT am ww qwl v. SuN.loo NOAe /p. I CQ/NTI (p/xTY P7N11ECT N( Ov4M AARtr@ COLLIER 60I06A ® LIMITS F ILLLING L RESURFACING AND OVfRID LIMITS OF PAVEMENT WIDEN/AG SHEET N0. PLAN SHEET (S) /8 0 10 40 Feet STA. 5 +32.81 V SURVEY OAKES BLVD. EXIST. RM' LINE SRT FENCE TYPE RI O W Py — -- -- t�W 5 — & wRVEr OAKES BLVD. — — — 6 7 —__ NO94'19'W LA� h 4 BEWN (vA5 d GUTTER TYPE � OAKES BLVD. X2 4 11ATCH EXISTING +J9.19 4233' Ri + SAWtp /r J /.46' Rr EL. 12-68 L. IP.�J� T %/ n tIVAKyjC. FLUYE LUI /TS OF MILLINIG Z RESURFACING AND OVERBUILD LIMITS OF PAVEMENT WIDENING \BEL. IIl. f �Hfflfl Ri 50.09' RT TCE LINE .09' RT 1 +60-00 59 -15' RT 55.09' RT V TE SCRIP AW - _ _ - DESCRIPTXW = PB AMERICAS. INC. 7XA rA27W � BW AND SHEET CVfMWEV7T0V "NAGTTAOTIVT D19PARTAl W N0. SqS Hp 9. SuIM XO T.w�'i..- aAV RGAD Ao. m NTY rnwTr rRVECr NO. PLAN SHEET (6) — nal[e -vao foo COLLIER 60106A 19 1/STF: Sf..ln f/1 /H?O ¢:15A PY R�SyrwrolsrrGWS��m..c.yvm�ep)aen 3w __ .',17 `L _ -_ -[:Cee :.•: LExfST. RM LINE rgE tiff +:ti' "i • - -�,OF SLIN+I. m 'PIPE- - OTNIfiblPbinls POND 600 Ak~ SLOBbe Offse/ P4d&,$ 1 5+03.61 JW.29' 45 -00' 2 5 +96.64 KV.06' 983' 3 - 7+65.62 .91' 0.83' 4 7 +33.26 24489' 61 -00' 5 6+0033 291623' 083' 6 6+0E -6i z".73' H.3B' 7 . 8B 234.X2 •15.00' 6 5+91 6599' AS.40' 9 _- _ 5 W' •+ q -8 TER TYPE F POND 801 1 fDO EV46ngo'tM.Y4P.E.l.SMe COLLIER 60I06A RM_ ' LINE - -- _ - - -- ----- 611 - -- :sv a1 >a>n 1 • Isl CONGR T10NAL -- CNU• L CONTROL'spNIT5• AEFERExt.Y'D 70 . ; - • _ ,•.': ; :;:;,: -TYPE I,.o ORf,i . FLC SEPARATOR (SRFC4A0 E- Fdj STaCTURE1. • Ax0 •¢Ef .. F R .• )!so STAfkTT�Eg DETA/{ SIRE °.• " -.._. EXLST. RAY -LINE. ...:....:...: .* i�t- '::i ?i?__•`:iie ?�}e•._.... iiE: i'v ?f!I�iie iTi• "a•:': __ .',17 `L _ -_ -[:Cee :.•: LExfST. RM LINE rgE tiff +:ti' "i • - -�,OF SLIN+I. m 'PIPE- - OTNIfiblPbinls POND 600 Ak~ SLOBbe Offse/ P4d&,$ 1 5+03.61 JW.29' 45 -00' 2 5 +96.64 KV.06' 983' 3 - 7+65.62 .91' 0.83' 4 7 +33.26 24489' 61 -00' 5 6+0033 291623' 083' 6 6+0E -6i z".73' H.3B' 7 . 8B 234.X2 •15.00' 6 5+91 6599' AS.40' 9 6+OD81 /95.62' 5 W' POND 60O DATA `6l PIPE AUTUMN OAKS LANE TO9 EL. L7 0 BERN £L. 120 LTA# 2542h, EL- - 12 l0 ORIFICE EL- = q STMT £L. = jo w BOTTOU EL = —125 _ _ PB ANERACAS� IAC. °c �r `6l PIPE AUTUMN OAKS LANE `-@ SURVEY AUTUMN OAKS LANE - Ex5r. RAY LINE — — - REVISIONS T OESLYLIPTgN _ _ PB ANERACAS� IAC. T1L1f�C9P10YPT,1711O'✓ '� AND — — — — — — SHEET -- —_ e4S wV.=f00 COMMLUnWMLlveas.LBNrVAPARMANT• 1°I�ND DL�7'AIG SHEET AE _ � � I LOUNTr i COUNTY PIMECT Ml. � 4 �• °: fl• ON POND 801 1 fDO EV46ngo'tM.Y4P.E.l.SMe COLLIER 60I06A E9 :sv a1 >a>n 1 • I L CONTROL'spNIT5• AEFERExt.Y'D 70 . ; %', E- Fdj STaCTURE1. • Ax0 •¢Ef .. F R .• )!so STAfkTT�Eg DETA/{ SIRE ' ,L'0• �: - - \ \' RAY •LINE .'YAILITENAMCE, -'- I: 1:? ••12 `ry gEIm ' -. \ %'•TOE '�C OTi SLOPE: A� ` .a a •: _.. O • ' r- 11.9- ....... ' TOE .• ----------------------- -MAIN 2. .... _ $,• SLOPE _ a r-el:- 1:. - SILT FENCE TYPE 111 �,rH'A2T' PIPE —.. .l ij �r `6l PIPE AUTUMN OAKS LANE `-@ SURVEY AUTUMN OAKS LANE - Ex5r. RAY LINE — — - REVISIONS T OESLYLIPTgN _ _ PB ANERACAS� IAC. T1L1f�C9P10YPT,1711O'✓ '� AND — — — — — — SHEET -- —_ e4S wV.=f00 COMMLUnWMLlveas.LBNrVAPARMANT• 1°I�ND DL�7'AIG SHEET AE _— "W c _ rq: TNw Sf91 ROAD NO. I LOUNTr i COUNTY PIMECT Ml. �• °: POND 801 1 fDO EV46ngo'tM.Y4P.E.l.SMe COLLIER 60I06A E9 :sv a1 >a>n reao rs rnsyr rolam nlmy..yyp'rcpq. �r VARIES ZOA' Ub' 6.7' MA/NT. BERM I S� EXIST. RI POND BOTTOM ______ —__ —__ SECTION A -A NTS VARIES 7 BOTTOM \ _ ____________ sm,C-jai 9-_ —_____ r ------ _.�vz Bb SECTION B -B NTS F'4A Sir /EI.V/ �(r/ /NqN ! 41,0 REVISIONS I SCRI TIDY PB AMERrCASr INC. =04WOKTA B ENUOUIWARM M'D S see WL477AW AUNA69APBNT DRPAR7NRN7' POND DETAIL SHEET NO. .� pq �. .Boa ___ mss. Fpaw 5191 MAD NO. LWNTT OWNTY PROJECT N0. � O TYPICAL SECTIONS =—ioo .m COLLIER 60106A 30 _ use : r� vJimv rzsrm rX r :�,w., /�n�mcarc�varmu.veur.oaem Sir wwwwwwwwww w ICwCCwwwwwwwwwwwwwwwwCGwwwwGwwwwwwGiCGwwww wwwwwwwwwwwwwwww wwww wwwwww wwwwwwwwwwwwww w��, wwwwwwwwwwCC® wwwwww w w wwwwwwwww wwwwwwwwwwwwww wwwwiiiwwit:E% ig7 rrR.�l�wiiwiwiwwwiw���� wwwswwwwwGGw wwwwwwGGwGwwwwwwwwwwGa wwwwwwwwwwwwwwwwwwwwGwwwwwClwwwJwwwwwwwwwwwwwwwGwwwww wwwwwwwwwwwwwwwwwwwwwww mmon:CGG` "'tFimri wwwwwwwwwwww wwwwwwwwwwwwwwwwwwww wwwww ww wwwwwwwwwwwwwwwwwwwwwwwswwwwwwwwwwGCw wwwwwwwwww MOM w w wwwwawwwwwwwCwwwwwwCwwswwwGwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwww wwwwww www wwww wwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwGw wwwwwwwwwwwww wwwwwwwww wwwwwwwwwwCwwwwwwwww swoon wwwwwwwwwwwwwwwwwwww wwwwwwwwwGwwwwwwwwwwwwwwwwwwwwGwwwwwwwwwwwwwGGw wwwwwwswwwwwwwswwwwwwwwwwwwwwwwwwwwGwwwwwwwwwwwwwwwwwwwwCwwwwwwwwwww ME wwwwwwo wwwwwwwwwwwG ww wwwwwCwww. ww wwwwwwwwwwwwwwwwwwwwwwww �GwwwwwwwwwwwwC- CCGGGC000GGGGGGGCCGGGGGCwwwwwwwwwwwwwwwww www wwwwwwwwwww wwwwwwwwwwwwwwwwa wws� GwRwwwCGCCG" wwwwww twwwwwwwwwww iCCCCCGCGGGCCCCGCCCCCCCCCGGGCGGGGCGGGGG w wwwwwwwwwwwwwwwwwG wwwwwwwww wwwwwwwww wwwGwwiiw wwwwG=a wwwww ww w wr: wwww iwwwww�aw�e�wwwwwwwwawwwswwwwwwwwwwwwwwwwwww °www a ,.000CCGGGCCCGGGC .wwwww MOVE wriwwwwwwC UMwww ywwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww0 6wwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww.., 140,0wwwwGwwww .wwwww -wCww Cwr-awwwww ww w —wwwww wwww —w wwswwwwwwwwwwwwwwwwwwwwww ,.wwwww wwcawwwwwwwwwwwwwo wrlwwwwwCww r�s -- wwwwwwwww wwwwwwwww_ wwwwwwwwwwwwwwwwwwwwwwww wwwGGGwwwwwwwwwwwwwwww ►�ww�las�wwwwwwwwwwwww.� ._- =- ,.w�eewwwwwwGwwww CCAC GCC G CGCG CCCwwwGG GGw wwww wwwwGwwswwwwwCGC .w ww.w wwFiw wwwGwCwwwwGww wwwwwwwwwwwwwwwwwwawwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww ►�GGi'�wwCwiwwwGwGCGGGGGGG®m, ®C GGG ®CG www C GCCwwww w wwnwwwwwwwwwwwwwwwww�awwwwwwwwwwwwwwwwwwwwww�wwwwwwwwwwwww .eriry►r �>,wwwww wwwww ww wwwwwwwwwwwwwwwwwwwwwr..------------ wwwwwwwwwwwwwwwwwwwwwww 's��������C�i�������� �— ����.����wwwwwwwwwwwwww�rwrl� wwwwwwwwwwwwwwwwwwwwwwww ww w wwwwwwwowwwwwwwww wwwwwwwwwwwJwwwwwwwwwwwwwwwwwwwww wwwwwwwwwww www wwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww wwwww wwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwww www wwwwwwwwwwCCwwwwwwwwwwwwwwwGwwwwwwGwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwww wwwwww wGwwwwwGwwwwwwwwwwwwwwwwwwwww swwwwwwwwwswwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwCCGGGGGGC— wwwwww ww' w wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwOOZE wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wGCGGGCGG' GGGGCGww- 0SCGCCCCGCCCGCCCCCGCCGCCC wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwww wwwwww CCCCGGCG wwwwww ww www , wwwwwwwwwwwwwwwwwwwww wwwww wwwwwwwwwwwwww` wGGwwwlwwGwwwwwwwwwwwwwwwwwwwwwwwwwawwwwwwwwwwwwww ww ww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwG CGCGGGGCGCGGGCww wwwwGwwwwwwwwwwwwww w w w ww C55C55� ww wwwwwwwwwwwwwwwwwwwwwwwwww - =GGGCGGGGG�C- GGGGG GGGGG- mCGCGCCGCCGCSGCCGCG wwwwwwwwwwwwwwww wwwwwwwww w CwwwwwCwwwwwCwwwwww w CGCCGGGGCCGGCGGGGGGCCCG GCwGG ° C wwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwGG wwwwwwwww wwwwwwwwwwwMCCww °Gwwww CGCG- sCGCGGCGCCCCGCCCCCCGCCCCCwwwwwwwwwwwww- wwwwwwwwwwwwww CCCCCCCCGGG am= MM wwwwwwww wwmwwwwwGwwaawwwwwwwwwwwwwwwwwwwwwwGwwwwwwwww ww�.wwwwwwwwwwwwwwww —wwwww wwwwww wwwwwwwwwwwwwGwGwwwwwwwwww wwwww..l.wwwwwwwwwww ww{. 7wwwwwwwiilwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwGwwwwwti.wwwwwww�wwwGwww wwwwwwwww_ wwww G•' r'. GGGGGGGGGGGGGGGGGGGGGGCCCCCCGCGGGGGGGG .`•f1.�CG0000GwGGCCGGG -wwwww �.awwww w GCCGG wwwwww ww •wwwww wwwwwwwww MEMO am w.. ww wwwwwwwwwwww wwrnwwGwwsww wwr�wwwwwwwwwwwri�— w'�www°w1GGwwwwwwwwwGwwwawwwwww ..w�wwn.�rF��a.r� FclMMww�. "_.mow w._wrt.�,�,�.�n wwwwww ww� w.;l.wwwwwwwww wMWISMEN=www�er�n�� wwwww www w wwwww wwwww5www5 www w �GCGCGGCCGGGGCBCCGGCCCGGw -GGG- GGGGG- GGCCCCGGwwGCCGCCGB wwwwwwawwwwwwwwwwwwwCwwwwwwwwwwwwwwwCwwwGwwwwwwwGwwwwwww wwwww wwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwliwwwwwwwwwwGwwwwwwwwGGwwGwwwwwwww wwwwwwwwww wwwwwwww ww wwwwwwwwwwwwCwwwwwGCGww wwwwwwSC wwwwwwwwwwwwwwwwwwww wwww wwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwww GGCCCCCCCCCCCCCCCCCCSCCCCCCCmom GwwwwwwwwCwGwGwwwwwwwwwwwwwwww wwwwwwww w w wwwwwwwwwwwwww GG GGGGGGGGGGGGGGG -GG -GG G- GSGGGGG GSGCGGCG wwwww -G wwwwwwww wwwww www ww ww w C�GG�G�- Gwwwwwwwwwwwwwwwwwwwwwwwwwwwww GGGGGGGGG GGGGG G ��GG- www wwwwwwwwwwwwwwww ww ww wSwwwGwGwwwwwwwwwwwwwwwwwwwwwGwwwwwwwwwaG GGGGGGGGGGGGGGG- GGGswwwG- GGCGwwwwwwwGGGG- GGG- GGGGGGGCGG �wCCGGGGGGG wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwCwwww�wwGGwwww wwwwwwwwww swwwCCwwww wwwwwOE w 5 �SwwMw ww wBGGGGGGG wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww GG'GGC- CCC-- GGG- C -w -.... - GGCGCC� —www w ww wwwwwwwwwwwwwwwwww ww�555C--- GlwwwCG.wCESwlsonw0 !MINE CCCCCCCGCGCGCCGGCGGGCGCGGBSGGCG wsworM ww wwwwi www w Gwwwww GwCwwwwwwwwwwwwwwwwG ' cIt RwwlfF.!�L?" wwww r�wwwwG w ww :, wwwww www w wwwww wwwwwwwwww wwww w ww `w`ww�>,wwwwwwwwwwwwwGw w ,.wwwwwwwwwwwwwww CCGCCCCCGGCCCCCCGCCCGGCGwGGCG- �G- 'IG"GGGCGCGGCGCCCCC CGmCCCC GGG- GGGSGGGGGG 'l���w����� mom wwwww.. �wwwwwwwwwwwwwww�� —tom Gw wwwwwwwwwwwwww rsawww�n" i�as-- GGGwC��----------- wwwwwwwwwwwwwwwwwwwww - �-- ���----- n+��lre�r� www wwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwswwwwwwwwwwwwwwwww wwwwwwwwwwwwwwww wwwwwwwwwwwwwwww Cwwwwwwwwwwwwwww"Imm wwwwwwwwwwwwwwwAwww a .►lsuwwwwww��s�.uus, ��!Jwwwwwr -i:. 're��a. • ,��"iwwwwwwwwwwJwwwwwC " wwwGGCwwwwwwwwww wwwwwwwwwwwwawwwwwwwwwwwwwwwwwwwii�ww�i wwwwwwwwwwwwww- wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�- wwwwwwwwwwwwwwwwi : 'i�%GV"Mommuw�dwwwamS= %OiLGl��7 C::rIF.;Gn►,7_w / /I /iLf►L' %JwGww ww wriwwwwwwwwwww ww�wwwwwwwwwwwirl�NiYiii6.waw wwwwwwwwwwww wwwwwwwww w w wwww siL r'A"Aff ►.wwwwwwwwwwwwwwww F?L�'ia' Yrr �p:�;�ra'lwwwwwwlE!?sMAL�Www wwwwwwwwwwww wwwwwwwwwwwwCwwwwawwwwGwCwGGwwwwCiip�criF /lwwwwwwswwwwwwwwwwwwwwwwwwwww wwwwt': wwwwwwwww�wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww 7www .'7wwwa7wwwi:.7wwwr17www`17w —JIB° �LVI:Lw.l.7wwwr 7wwwt 7wwwwwwwwt7wwwt'7G —wwwwwwwwwwwww M CCCCCGC wwwwwwwwwwwwwwwwwww w GwCwCwGCrwwwwSGCGC w w www wwwww C G moon G------------ wwwwwwwwwwwwwwwwwww www wwwwww ON wwwwwwwCG���i�wwCwww www www www wwwww wwwwwwCw -- w wwwww n;,'IaL*„PC/I��. *,mrwwwwwC ------- wwwwwwwwwwwwwCw --- --- --`--------- wwwwwwwwwwwwwwwwwwwwwwww GG------------ �' - - - -G wwwwwww ---- - wwwwwww swwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�wwwwwwwwwwwwwwwwwwwwww IMM wwww wwwwwwwwwwwwwwwwwwwwwwwwwww MM MM wwwwwwwwww w wwwwwwwwwwwwwwww.Cwwww wwwwwwwwwww wwwwwwww Cwwwwww ww MEMO wwwwCw www w w wwwwwwwwwwwCwCCww Cw� ===am wwwwwwwwwwwwwwCwwGGwwwwGwwwwwwwww Cw ww ww wwwwwwwwwwww =Cww www wwCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwGwww�w wwwwwwwwwwwwwwwwwwwwwwwwwwww OEM wwww wwwwwwwwwwwwwwGwwwwwwwww ww wwww wwwwwwwwwww�wwwwwwwwwGwwwwwww wwwwwwwwCC w wwwwwwwww wwwwwwwwCww Gwwwwwwww wwwwwwwwwwwww wwwwww MM w `wwwwwwwwwwwww MM wwwwwwwwwwww wwGwwwwwwwww Cwwwwww wwMMCwwwwww w w wwwwwwwwwww ww wwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwewCwwwGwG0CCwwwwwwwwwwwCwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwww wwwwwwwwwwwww wwwwwwwwwwwwwwwwwCwCwwwwwCwwwwwwwwwwwwwwwwwwGwwwwwwwwwww wwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwww w wwwww wwwwwwwwwewwwwwwww www wwwwww wwwCwwwwwwGwwCGwww wwwwww wwwwwwwwwwww wwwwwwwswww- wwwwwwwwwwwwwwwwowwwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwww wwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwCwww www wwwwwwwwwwwwwwwwwww wwwww wwwwwwwwwwswwwwwwwwwwwwwwwwwwwwwwwwwwwE wwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwweCC wwwwwwwwwwwwwoGww wwwwww www wwwwwww w IM CCCGCC wwwwww www www www www ww w wC w �. 1p �! ' �CCCCCC 'w''w�'w�'�w'�C��w"w�wwwwwwCGw CCC'' wwCCCCC = =CC�9�rww�OC =CBGGGC�wP' ®�CCCMM IM w' wwwwwwwww wwwwwwwwwww wwwwww wwwwwwwwwwwww wwwwwwwwwwwwww wwwwwwwwwww wwwwwwwwwwwwwwswwwwwwwwwwwww wwwwwGwwwwwwwwwowEiwwwwwwwwwCwwwwwwwwwww wCCCwCCCCCCCCwCCCCCCCCGCCCCCCCCCCCCCCCCCCCCCwwCCCCwCCCCCCCCCCCCCC wwwwwwwwwwwwwwwwwww wwwwwww w ww wwwswwwwC www wwCwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwww www wwwwwwwwwwwwwwwswwwwwwwwwwCw wwww wwwwwwwwwwwwww www wwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwww wwwwwwwwww wwr www www ww wwwGwwGwwwwwwwwwCwwwwwwwwwwwwwwwwwwwwwMoon wwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwww wwwwwwwwwwwwww wwwwwwwwwwww` wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwGwwwC wwwwwwwwwMCCwwwwwCwwwwwwwwwwwCCwww wwwwwwwww s www wwwww wwwwwwwwwww -CCC- wwmwwCCCCCCCCCCCCCCw- swr�www wwr�wwwwwwwwwwwwwwws wwrtwwwwwwwwE CCC wwrawwwwwwwwr-awn.wrw CCCCCCCC wwwwww ;wwwwwwwwwwwwwwwwwww m ■wwwwwwww wwwwwwwwwwwwwwww —� CC .w C- w wwww wwwwwwwww Mom sonCCCC- www 00 =�CGwC'w' CwwwwwwCwwwww BCCCCCwCGCCCCCGCCCC�iCGCCw www w www w wwwwwwwwwwwwwww wwwwwwwwwwwwmmom wwwwwwwwlwwwwwwG wwwwwwwwwwwwww wwwwww ,.wwICCwwwCwwww i�wwwwwwwwwwwwwiw .= wwwwwwC.wwwwwwwww . . wwwww www Cwry wnwwwwwwCwwwwwwwwwCwwwwwwwwwww�wwwwwwwwwwwwwwwwwCwCCwwwwwww wwwwwwMww wwwwwwww .:wwwwwwwwwwwwwwwswi w iiwwIM wwr�wwswwwwwwwwwwwwwwwwwww wwrawwwwwwwwwwwwwwwwwwwwwwCwwwCwwwwwwwwwwwwwwwwwww�wCwwwCwwww www ww�;wwwwwwwwwww..wwww w www wwwwCwwwwww --- wwww wwwwCC wwwww w - - www - - IM ww -- wwr�wwww wwwwwwwCwwwwwwwwwww�LwwwCGCGGGCCGCCGCCCCMMC wwwwwwwwwwwwwwwwwww www wMomwswwwwwwwwwwww0CCC0CC wwwwwwwwwwwwwww wwwwwwwwwww Gww wwwwwwwwwwwwww w w GwCwwwwwwwwwCwwwwwww wwwwwwG�� ���wCCwwww =CCwCCG-CCCCCweGCu;CCCGCC J wwwwwwwwwwwwwwww wwwwwwwwwwwC-Cwww IM -------- wwCwwwwwwwww IM - - - - -- ---- --- -------- --- --- ----------- - - - - -- wwwwwwwwwwwwwswwwwwww wwwww wwwwwCwCwwwwwww wwwwwwwwwwwwwww wwwwGwwwGwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwwCwwwwwwwww w wwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwww `wwwwww`wwwwGwwwwwwwwwwwwwwMMIM wwww www wwwwwwwwww wwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwww www wwwwwwwwwwwwww GCwwwwwwwwCwwGCwwCGCwwG wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww =wwwwwww wwww wwwwwwww www IS IS CwC wwwwww wwwwwGw Cww =CGCC www INwCww ww w ww www C w w wwwwwwwwwwwwwwwwwwwww wwwwwww 00 wwwww ww wwwww wwwww wwwG.wwi000CiCGGGiGC wwwwww0Cwwwwww www wwwCwwwwwwwCwwwwwwwwwwww wwwwwwwww wwwwwwwwwGwwwwwwwwwwwwwwwwwwwwwwwww wwwwwww mom www wwCwCws wwwwww wwwww w wwwCw9w�wGwwwwwwwwwwCCCCCCww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww ww w w w w wwwww wwwwwwwwwwwwwwwwww wwwwwwwwwwww wwwww wwww www CwCwCCCGGCGCGCCCww" CC wwwwwwwwwwwwwwwwwwCCw wwwwww ME wwwwwwww wwwwwwwww wwwwwwwww wwwwwwwwwwwwwwwwwGwwww wwww wwwwwww wwwwwwwww wwwwwwwwwwwwwwwwwwwCCCwwwwwwwwwUs CCCCCCCCCCoiCCCCCCCCCCCCCCCCCCwCCCwGwCCCCCCC w' ir�wwGwwwwwa�wwwwwwGwwwwwwwwwww` wwwwwwwwwwwwwwww ME 1! wwwwwwwwCwwCwCwwCCwwww wwwww ww wwwwwwwwwwwwwwwwwwGwGw- www w ww w CwwwwCwwwwCGGwwwwwwwwww9wwww wwwwwwwwwww w wwwCC C C wwwwwwwwwwwCwww =wCCCC:�CCwCGCCCCCw�wCCC wwr�wwwwwwwwn�wwwwwwwwwwwwwwwwwww mom wwwwwwwwww wrawwww wrtiwwww,riWMEMA w w-, wwwwwwww wwwwwwwwwwwwwwwwwwwwww wwwww. ,.wwwwwwwwwwwwwww wwn wwr� wwr�wwwwwwwwwwwwww�awwwwwwwww wwr�wwwwwwwwwwwwwwwwwwwwwwwMMCwwwwwwwwwwwwwwwGwwwwwwwwwwwwwwwCwwwwww wwwwwwwww w wwwwwrx�s— wwwww_q wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCCwwwwww ..wwwwwww wwwwwnwwwwwwwwwwwwwwwwwwwwwww wwwwww wwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwww _- _:fCCre�awwwwwwwwwGCw w wwwwwwwww ww�wwwwCw r:�� wwwwww uwwww�' wwwww w ww ►„rrIM =aGwwwwwwwwwwwww w►�ww www wwwwww wwr>,wwwwwwwwwwwwwwww►�www wwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww wws�wwwwwwwwwwwwwwww�� ww►, wwwwwwww �wwwwwwwwswwwwwwwilwwwwwwwm Millman wwwwwwwwww mom wCwwwwwmCw wwwwwwwww wwwwwwwwwwwwww wwwwwwwwwwwwww GGw�er� wwwwwwwwwwwwwwwwswwwwwww���www������� wwwwwwwwwwww ,ww�wiowwwwwwwwwwwwwwwwwwwwwwww — ��- rwwwwwwwwwwCwww�rwworwwww ME ME wwwowwwww wwwwwwww wwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwCwCwwwwwwwwwwwwwwww wwwwwwwwwwww w wwwwwwwww wwwwwwwww'' w w�iw' iw' wwwwwwwww wwwwwwwwwwCwwwwwwwwwwwwwwwwr�wwwwEi GwwwwwwwwwwwwwwCwCwwwwwwwwww' wwwwwwwwwwwwwwwwwwwwwwwwwwwww wwww�'7wwwE'7wwwEi CCCCCCCC wwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwC Gwwwww 7wwwt77wwws27ww w wwwwwwwwww iw= CCGwwwwwwwwwwwCwwwwwwwww�wwwwwwww� swwwwwwwwwwwwwwwwwwwwwwwswwwwwww wwwwwwwwwww wwwwww www ww �wwwwwwwwCwirrunWa�.aw wwwwwwww wn�is�n!r�rrrn�. a23,tf ��ww www www R'T):ua Fi7L'ST r37 �Cllwwwwww2 E wwwwwwwwwwwwwwwwwwwwwwwwwwwsMIC -'w- 7www1:7www/r: wwwwwwwwwwwwwwwwwww r7wwwt 7wwwww>.wwwr7wwwr wwwwwwwwwwwwww 7 w t!��#:J" !rte ^��t..'.[Y����'' ✓:Ir'liY�- ' "' fvjfr; All- F—a .00 . it ww w w w www wwwwwwwww.�w�. wwwwwwwwwwwwwwwwwwww .�www�w���w��� CGGGw wCwsCCwCCwCwGwwwCwwww w`. wwwwwwwwwwwwwwwww .�w��wwwwwwwwwwwwwwwww`r��, wwwwwwwwwwwwwwwwwwwwwwwwwEw wwwwwwwwwwwwwwwwwwwwwwwww a • iiGCCCCwCCCCCCCCCwi,-; ��ii ,,,cr�.r,i�`CCCCCwCCCCCw�OGCt� �wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�wwwwwwwwwwwwwww�w�wwwww�ww� wwww .'wwwww wwwwww .wwwww www wwwwww wwwww ww Cw ww w wwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwww Cwww. wawwwwwwwwwwwwCwwwwwwwwwwwwwwwCww �iwwwwwwwwwwwwwwwwwwwwwwww��www�wwwC�wwwwwwwwwwwwww��wwwww�wwww� wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwCwwCwwwwwwwwwwwwwww wwwwwwww ww wwwwwwwwwwwwwwwGGCC�w�wwwwwwwwwww�wwwwwww�w� wwwwwwwwwwwwwwswwwwwwwwwwwwwwwwwwww ■ww��wwws�w wwwwwwwwwwwwwww` Cwwwwwwwwwwwwwww wwwwwwwwwCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwww wwwwww wwwww wwww ww wwwwwwwwwwww wwww www wwwwwwwwww wwww wwwwwwwwwwCwwwwwECCCwCwwCwwwwwwwwwwwG� wwwwCwww wwwwwwCwwwwCwwwww ww wwwwwww wwwwwwwwwwwwwwww wwwwwwwwCwwwwwwwwwwwwwwwwEmmmmmwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCC wwwwwwwwwwww CGCC. CCCrwwwwwCwwwCwwwwwwwwwwwwwwwwCwwwwwwwCwwwwwSwCCwwwwCwwwCCwwwwww www wwwwwwwwwwwwwwww wwwwwww wwwww w wwww www ww wwwwwwwwwwwwwwwwwwwCGCCCwwwwwwwwwwww wwwwwwwwwwwwwwwwwww wwwwww wwwwww C www wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwww wwwwwwawwwwwwwwwwwwwwwowwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwswwwwwwawwwwwwwwwwwwwwwwwwwww� wwwwwwwwwww GwwCaGw ww w wwww wwwwwwwwwwwwwwwwwwww `.wwwwwwwwwwwwwwwwwww wwwwwwwwwwswwwwwwwwww wwwwwwwwwC�' `wwwJ.CCwwwwwwE�C GCCCCGC - GGwwGGCG CCwCwGGCGCCCG www ®E.,GCJJ' wwwwwwwwwCwwwww CCGGwGGGGICEGGGCGGGGOGG'■�CGCC wwwwwwwwwwwwwwww wwwC.,`.wwww Cwww =CCC CGwwwwwwwwwwwww wwwwwwwwwwwwwCwww wwwwwwwwwwwwwwww�wwwwwwwwGCCCCCCwCGCCCCC w wwwwwwwwwwawwwwwww wwwww wwwwwwww wwwww ww wwwwwwwwwwwww ww wwwwwwwwwwww wwww CCCCCCEE wwwwww mmmmE "CCC www ww wC mm wwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwwwwwwaCwwwwwwwwwwwwCCCwwwwCwwww mommomomm wCCCGGC��CCCCCGCGCCCCGCCCGCBCCCCCCCCG��CCCCCCCGCCw wwwwwwwwwwwwwwwwwCwwwwwwCCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwCwwwCCwwww �CCCCCCCCCCCCCCCCGCCCCCCCCCCCCG wwwwwwww .wiCGCCCCCCCCCCCECC wwcawwCCCwww�. ww . w www�a.wwwwwwwwwwwwwww wwwwwwwwwwwwwwwCw`w w wwwr. www�.wwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwCCCCCCC CGGCww:w wwwwww. wwww wwwwwwww wwwwwwwwwwwwwwwwwwwww;., wwwwwwwwwwww ewwwwwwwwwwwwCCGC�iCCCCCCCCCCCCC wwwwwwww wwws C wmww �' wwwwww■ wwwww�.wwwwwwww wwwwwwwwwwwwwwwCCCECCCCCCCCw wa www .CCw'J'C■CCCC:i:CCCCCCCCCCCCCCC wmwwwwwwwwuewwwwwwwwwwwwwwwwww wwi wwwwwwwwww wwww.�.wwwwwwwwwwwwww0 EC�CwwwCCwwwCCCwwCwCCCGGCwwwwCwCwCCCwC� ■CCCCwwi�CCCCwwwCCCCCCCwCCCCC CCn CCCww ww' CCCCCCCCCCCCCCCCCCCCCCCCCCCCCG�aCCCD�CCCCCCCCCCCCCCCCCCCCCC CCnCCCw w' CCCwCCCCCCCCCCw Cw CCCCCCCCCCCCCCCiCCCG CCCwCwCCCCwCCCGmm CC. CCCGmmmmmmGGGCCCCCCECECCCC rr'' i. =GGCC:GGCCC- �:CCCCECECCC CCCCC��CCCCw CCCCGCCCCCGEEGCCCCGCCGCGCCCCCCCGGGCCCmmmmmmmmmmmmCCCCGCCCo wwwwwwwwwww wwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwww wwwwwwwwwwCCCCCCCCCCCCC wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww CCCCCCCCCGwCGCCw�wCCCCCCGGGCCCC. wiCGCCCCCCCCGCCCCCCCCGCCCGGGCCCCCw wwwwwwwwwwwww w wwwwwwww w ww ww wwwwww wwwwwwww wwwwww wwwwwwwww wwww =Cw Cw w w \ 1 Cwwwwwwwwwwww wCwwwwwwwwCwCwwCwwCwwwwwwG wwwwwwwCwwwwwwCCCwwwwwwwww CwCCCwwwwwwwwwwwwwwwwwwwwwwwwwwww■, CCCCCGGCGCCCCCCCCCCCCCCCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwGw CCGGw wCCCCGECCCCCGCCCCCCCCCCCwCCCwCCwC wCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwCwCwwwwwCwCwwCwwwwCCwwwwwwwwwwwww w w wwwww w ww wwww wwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww ww wwwwwwwwswwwwwwwwawwwwwwwww w w wwwww �iwwwwwCwwwwwwwwwCwwww�wwGwCCwwwwCw wwwwwwwww wwwwwwwwwwwwwwww wwwwwww awwwwGww�.www ww wwwwwwwCCCwwwwwCCwCEwCw. www wwwww w wwwww ww wwwwww wwwww ww w Cwr- wmwwswwwww3■ wwwwwwswwwwwwwwwwwwwwwwwCwwCCCwwwwwwCwrwwwwwwwwwwwwwwww 00 an '�, � GG% �'- aCwwwwCCCOiCCCCCCCCCCCCCC. wiCCCGCGCCwCGCCCCCGGCCCGC ti:CCCiiCCCCCCCGGCE wwnwwCCCwww, i. wwwwwwwwwwwwwwwwwwwwwwOC wwwwCwwwwwwwwww� .wwwwwwwwwwwwwww wwr--1 wwwwww .wwwwwwwwwwwwwwswwwwwwwwwwwww wwwwwwwwwri.wwwwwwwwwwwwwww wwmwwCwwwsw�■ wwr�wwwwwwwwcsrwwwwww�=--- wwwwwwwwwwwwwwww _--==-- .,Cwwwwwwwwwwwwwwwww�wwi �swwwwwswwwwwwwww� — aRi.wwwCwwwwwwwwwww .wwwwwwwwwwwwwww wwrrwwwwwwwwwwwwwwwwwmommmmnrrrwwwww�ww�rwwwwwwwwwwwwww�n�rww wwnwwwwwwwwwwswwwwwwwwwwwwwwswwwwwwwwwwwwwwwwwiwwwwwwwwwwwwwwwwwwwww wwcaw wwnwwCwwwwwwwwwwwwwwswwwCwwwwwwwwwww. wwwwwwwwwwwwwwwwwa wwwwwwwwww�wwwwwwww��wwwwwwwwwwwwwwwwwwwwww CCr","■ CCCwwCCCGGCCCGCwwCCCCCCCCCCCCCCCCCCC .wwwwwwwwwwwwwwwwwwwwwwwwwwwwww -a�r� wwwww BCCGGGGCCCCCCGCCCCCCCRfl3aCCCC wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww����Jww wwwwwwwwwwwwwwiwwwwwww GCwG. wiCGGGGGCCCCCCCCCCCCCCGCGCCCCCCCCGCGG .wiGCCGwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwww wwCwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwww wwwwwwwwwwwwwwwwwr wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwww�wwwwwwwwwwwwwwwwwm� wwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwww www��ww�wwwwwwwwwirr.riaL !*•" II3il4�19ww wwwww "iC wwwwwwwwwwwwwwwwwwww rCiwwwwwwwwwwwwwwwwwwwwwwww F 11 l7iPC6Z.Sf7.� :11w wwwwJECI wwwwwwwwwwww wwwwwww wwwwwwwwwwwwowwwwww wwwww■�iiw��w��ww�.Cwwwwwwwwwww wwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwr7wwwrn7wwwM7wwws wwwwwwwwwr MENwwwwwlwrlANwwrrf 7wwwr27Cww�,� ww =ww�7wwwi wwwww�w�w� 7wwwt7CCwt7w wwww wwww =w��wwwt7wwwUSE wwwwrf�wrlwwww�w rz�w�ww. f a tr�nrww��� ca�w�wwwl! # "L %; rwww� ., MUMS ----- C! m------------ _ mCmCmmmamm-m m mmmmommomammoms mmmmmmmCCmmmmaCmmmmmCGmaaama a----- mmmmm `---------------- ommma mm m mm - - - - -� FT:r,�zTitw r,crc HIMI--- -- _----- --���� mm _aaCmammmmCmamaa-am___mmCmG amCmoC mCall GmCC_amamm mamam MMCCmMCE mmmmmm m a_amCCa_ - mm_amC - - - o -- m M_C-Ca amCCCmm MMMCCam �-_CmaaMGaamammmmm ----------------- - - - - -- --- - - -G -E C =m aEGC =aCan ------------------------- ----- -- ---------------------------- - - - - -- - -- GEa -- - - - -- - -- ---------------------- -- ---- -------- mmmmmmCmmCma�mmmma-am__mm aC1111 CC- mCa CCCCCCGCCCCCCCm momm_mmaaamammammammoammmmo am= _am_am_m__mm_mm_mmm_a _- ammmm_mmmmmmamammm _ammo__- mmm _ mC mm a __ aaw. aa_ ww- Y-. maaawa= aswa_ awaawoaw__wwa_waawe_waa mCawS_a_wwmawwww --m mo_ammmmm_mamGCC - ------ am= -C_mmmmmmammmmmmmmammw amain wmmmm maammmmm m_mm CCCCaa GCGCmCCmommmmmmamma mammmmm mmmwm- ICmmammmCmmmammmmm -ME_mmmmma-CmmCC-CmmaCmm ammam_ mGGmmG= E_ mmmmaammmammmmmm_ = = = = mmmaam- =-- Gaam-- C = === =aCCEGm aa-a_m-am-aamCCC- am -Gmmmm ma_ C _ Gmmamwma mammammaamm maCCC CGCGCCGGCGGG EmmammmwaCCmECmmmmmmammmmamwmmmm mGmamC -mamwmaamaammmmmmmmmammmmmww _ - -- m mm _ __mam__aaam mmCamGammm -- mm ---aCC _ wmmw -mmam mm m -0CCC aamm am= _CC mom aC _ aaamG_Gma_'-`CCaCGGC -- - ------------------ a - -- _ISM, - - -- -G- - -- - ------ -------- - - - - -- ------ - - - - -- -------- - - mom Gm_mam-mmmmamamwm_MCmmama mm am w o m main a m mmmm EC%Cm mmo_ aammaamammaamwmmam Cm ammommommaammmammmammmm a in mina m m- aCm m =am_mmaar- amaa am_CamCC_C_CC_Ca maw .CCCCmmmCCmmm mmm mmmmmamaamammamwm mmm n aammamwma Emammmam_maa-m mms-ammmCaw wmmCaCammC_Cam =main aaammm mwmmamaama10=02=1111 _mom monommamOEM .Cm-mmwmoms imf� ar �aam___- rmm mmmar�r aMrmma_ ram-ow mmm ma mm Gaa _ Cammaaa- ommam m m mm Caa a a"�.CmammCmi_Gmmmmmma�.m_mmmam . mina a a mm_mmmra.mmmammmmmwmam maCC.� �� C- mw- wmmwmmmwma a- am, mr �mm5 =GGCC.""'i= =CC =ate C = =C = =COC =CGEiiaaCa ■mmmammmmmmamm m_r�mmo_m r, 2 mama--- CG a CC mmmv mmmmmmmmmmmaammmammmmi�amaaammmm =M===MsC�•�. pop No■,r r.�m�.�, *.,...tea- maaMCa aami.n,� .aamm_ammM_mCmmm ,maw,- �.rm�C =M an w mr�mmmmm m mmmmmmm amm mmm mm�� m _aom�ii� m�immm mmamma aaammaammammom ammamm mm .cra, ammmaa a�,rrmsCmm m Mamma mmmam mammC 0 GwC ==a m_ =M mac■ aariammmmammmmm_-mmm maammmmmmmmmmmamammCmmmaa mrammmwm- mmmmwmamammammammmammaawaammammmmmmm� mmmmmmmmmmaCCmamGCCCa mom ams mammmamm mammmmm mmmCCCmmmCCCaCC�mammCmmmmamCCam CmmmmmaC�.a ass a►�mmom mm mmmm m�aam_amomCCC_aamC.mima m m-awwmmwm a_mmmmammmaaamaammmammmmCmmma MMM M am wmmwmmmmmmammm amaammmmm ma amw- mmaammam-m_ammmmm_mmma_mama mmmmmmmaammmmmmmammmmamm ammmmammm mammaam=mom_mmma mmama mamamsmsm mm_mmammCmaammmCB_W __mam_maw_mom a aaammwammaasammaaamoaa_ amaCmawmawmmwmaamammCCCmammmm a mmmCmGGGma aamaaEGaEG- GamaCCCNINE mom ma000aamaaaa'a 11111111 m0CGmaaGCG M 111111111 no mom CMon maammommmm mm_--Cm coon on mm a sGm- _mCamm_imonso-mmmmamamaaaa aammam mmmaammmm_mmma mammmma mama. a maCmGamsGmGC m aaa mina mmmmam-mmammm mmmm m = =mmaam.,amo_ammano a a_mmmmaaammmaamm_mmaammmm_mwm mama mmmmmammmam M 111111111m MOM 11111111 M =mina aammmm-mmm ammammmmmmmm0 mma mawmmmmmmammmmmmm aammmamwmmammmmmma _m__-CCCCCCCCCC ammmm mm mmmmamasamm_am Camm"'CCCC'-- mina mmaa 11111111 'CCmaCCCm G CCaamam m mmmmmommommCmm CCCCCCC- am C mm m =CammaCmCaammamam_mmon mmm-wmmmwmmmmmmommmma _comma m m mr�Cm_mmmma�mam_aaammmmm mmama_maaammmmwmaCCmCmamm__aam maMWEECm0CCy. C CC -- e- -►iiC- rmaEaam C -m- mmm CCC mmm= C. ■aaCC wwmmm mamCCa00Cm_mamammmmmmm a _ mm_mm am__mawmma' Ca mmcammwammmm.uma maaamommmiraaaNCmaa_ CC_- mm CmommCmmNoaCma aama, mom aCCCa as mm aCCC�c�iaa mm■■mm OCGCGGGC m mmm m .�aaamm�r.mmaCamm- m s:•mammwawmmwmmm _ n± �mmmmmmamm�xa ■■mmC0Cnosami�imCCmi.mm mmm ��i m- m_m-CC mm GGCamC0 �.m- _a - w"a 2== pwqqw 111111111 amr7mm amnmmam mamwm mCGCEGCaCCCaCaa am Sam MEMO CEECaaGa a m amm CGGE' mmamm �G mmamm_r�aa�.i��L- aammaa aG�C =GCCGmMCCCCCmmomGmM- mms�mmmCmammmmmmmmmmamm aa-mmmm MEMO mmrlmmmmmam_ - mmmmmmmmmm__ mm `.mmommmaammmmmmaammmm■■C m- mama- mammmmmmmammmO mCmCmmw m -cm2` m_mm..ma.�_Gam loan mama aJmm_ammmmmaaa m rr�u'rriGaaam "-mmaCmmo aa mr�m� G- ammmmmmmmmmam_ mom m=CEa- a a'�, m Cm CCCC = Cmm =C anil E% a aaamaC � a m C maCmmGmmmCmmGmmaCGmCCmCmmGmmCCCmmC mmm7Ca m mm am 7C CGCsC m _mawm A M lA SvaGa w�m- : r:zC=-mmmm-Ac G ummmoa�-_aaaa mam=CCCC_Cw-CrCCmCCGa mm� ma aaaamaaommaaaGa m a ammasm_C� ami aaCa�GaCaaaa aNEW =a C_C-aam r•m�ma� ru4111111111mmmrm_r�m�■ �u i CCCCCCCCCCCCCCC�`&2 CCCCCCCCCCCC �i:CCCCCCCCC =CCC C = p iiiiiiiiiiiiii= iiiii= CCCCCCCC`'m CCCCCCCCC CCCCCCCCCCCCCCCCCCCCCCCCCCCC i iiiCC iiiiiiiiCCCCCCCCCCCC�CCCCCCCCC�CCCC =====on C: Ciiil�ii . CCCCCCCC=== iiiiiiiiiiiiiiiiiiiiiiiCiiiiiiiiii■ iiiiiiiiiiiiii■ - n =iiiiiiii iiiiiiii ii_� -� ■iiiiiiii iiiiiii.�CCCCCCCC iiiiiii= CMEN =CC mm CCC= CCCCCC= BCCCCCCCCCCCCCCCCCCCCCCMEMO MEMO CC�CCCCCCCCCCCCCCCCCCCCC ■ii■iiCiiiCCC�CCCCisCCCCCCCCCC CCCCCCCCCCCCCC CC�CCCCCCCCCCCCCCCCCCCCCiiii= CCCCCCCCCCiiCiCCCCCC= CCCCCCCCCCCCCCCCi CCCCCCCCCCCCCCCCCCCCCC CCCCCiiiiiiiiiiiCCiCiiii ii iiiiiii �BSCC® OCQCJ�C�� =�m�C�C =CC�ECCCCCCCC�=0000 CC= C== CCCC��CCCC���Q®® iiiiiiCiiiiiiiiiiiiiiiiiiCCi ii'i'iii CCCCCCCCCCCCCCCCCCCCCii C iCC CCCCCCCCCCCCCCC CCCCCCCCCCCCCCCCCCCCCCCi CCCCCCCCCCCCCCCCCCCCiCCCCCCCCCCCCCCCCCCCCCCCCCCCCCiCCiCi= iiCCCCCCCCCCC iCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCiCCCCCCCCCCCCCCC =CC�BCCCCCCCCCCC Ciiiiiiiiiiiiiiiiiiiiiiiiiiiiiii am , iiiCCCCC= iiiiiiii= CCCCCCCCCCCCCCCCCCCCCiCCCCiCCCCCCCCCCC =CCCCCCCCCCCi iiiiiiiiiiiiii iiiiiiiiiiiiMCCCiiiCi =iiiiiiiiiiiiii =iiiiiiiiiiiii Ciiiiiiiiiii�CiiiiiiiiiiiC iiiiiiiiiiii iCCCiiCCCCiCCCCiii �CmCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC =mom =mom CCCCCCCCCCMCCiCCCC mm CCCCCCCCCCCCCCiCCCCCCCC�CECCCCCC�CCCCCCCCC� =CCCCCCCCCCCCCCEiCCCCC5iC CCf7CCCCCCCCC�lC =C�C == CCCCCCC "CCCCCC'fCCCCCCCCCCCCCCCC 'C_CCCCC�CCCCC-C Cmi iir' afiCiiiiiiFy�iiiiiiiiiiiiiCiiiiiiiMiiiiiiiiiiiiiiiirtt�iiiiiiiiiiiiiii CCCCCC °ii CCC =iiiiii CiiiiiiC■iiiiiiiiiii CC�CCCCCCCCasCCsCCsCCsQaseCCeCsC��CCCsCCs���CCseCCeiiiiC risaCCCs��CCCCC =CCCCCCCCCCCCCCCCCCCCC= iiiiiiCiiiiiiiiiiiiiiii !.CCiiii�CCCCCCO: =CCCC CCCCCCCCCCCCCCCCCCCCCCC■, CCCCCCCCCCCCCCCCCCCCCCCCCCCCCPiCCCCCCCCCCCCC C"CCCCCCCCCCCe:CCC� CCCCCCCCCCmCCCCCCCCCCCCCCCCCCiiCCiiCCCCCCCCCCC iiiii_ iiiiiiiiiiiiiiiiCCiiCCiiiiiiiiiii CCCCCCCC CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC CCCCCCCCCCiCCCCCCCCCC =CCCCCCCCCC CCCCCCCCii�CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC `s�CCCCCCCCCCCCCCCC"CiCCCCCCCC =�iCCCCCCCCCC CCr CCCCCCCCCCCCiCCCCCCCCCCCCCCCCCCCm ECCCCCCCiCCCCCCC C—i—= _i—iCiCCCCCCCCCCCCCCCC �CCCCiCCCCCC CCCiCCCCCCCC C=CCECCCCCCiiCCCCCCCC= iiiCiiiiiiiiEC= ii/.: iiiCCi�CCEiZICCCCCCCCCCCCCCCC= CCCCA�CCCCCiCiCCCCCCCmm mmmoCiCiiCCCiiC iiYiliiili iiiiiilliiiiiiCC�i`■Ciimmwi ii ■. •iCiCiCiCCi iii' �]iiiiiiii�W�++ riiiiiiiCCCCCC ?'437iiiii =iCCC iiiiiii CiCiCC 7CCCCCCCiiCiiCCCC�CCCCCCCCCCCiCCC i CiCii �CmCC MEMO C�m�C�r C CC �0�C���������������: iiiiiiiiiiiiiiiiiiiiiP,Liir■ il�•Jiii ii =iiiiiiiiiiiiii iii iic- iiiiiiiiiiii iiiiiiii /7ir�r,7pjw /.6J'1LIJ�� iiiii iiitiiiiii�t•iiiCii i iiii■rlriiliiiri0ii iiiiiiiiiiiiiiiii i �.li�ivu /!,Y■wlrf� iiiiii CCiiiiiiiii.S<cl,:,'i Z�nCSrn� :��na��iCiii7iC.!iL3;1/eY�ii �u i POND A0. INLET STRlX:TU/IE N0. STHiC1URE TYPE CRATE ELEV. LNOIFXE DIAMETER DNI ORIFXF ELEV. INLET EUV. PIPE DIAMETER I lWi!£T ENO n ArArENr STATION OFFSET STArXN/ OFfSET I I AO0 I IEHSIID 167.1A1 LT I S -AS 1 Dal-C @7 !D u.AD A160 b 1030 YES Y?I I IY +TS DO .ff.70 LT. MOTES: I. ALE YODLF,ED WLEr srmxruRES r0 NAVE STEEL GMTES. Y. DAWNSMAYS SMWM ANE AN WCMES AND ELEVArMWS W FEET. LNxrS a" a ] BOLTS 11W. (SEE DETAIL ISOMETRIC VIEW STRUCTURE 5 -16 MTS 6 rn= DOW.. rut W/ A16` aw fMJ !' ^v slim F1rrm mmr D - illP Of WALL ELEV. r0 MArc" aLL11SLaPE 1—i 10^ C WALL EIEY. TO YATCM NACNSLO' fTTP.I - PLAN VIEW STRUCTURE 5 -16 FAM:hYiLA55 sAYWEN Nrs /xLTE ELEYAT.Aw rL1° fF SAWYER EfEY. FDOr WLET YOOIFE FM WEdt I -SEE AETAFL 'S' 6IT" SiMi STAINLESS STEEL Acs BOLT _�I g• 111TH STAINLESS STEEL ATE 7116 WELfaED ril 90LT ISEE fSDYErnr VIEIT) - CEYENr owr L: r� OIm �r�£i PREr �.�' lMY. ELEY. MIKE ELEV. —SEE DETAIL "A' T.WAaW CAP r 6" lY1riLW R £ � SAIYS_ay. FMIEMOL.tSS SAWYER MMAZ £lEYA7gY At r-6 i'• ..1 •• :)• 1-- FWERGLASS SHEET frl'P.1 111' TNXX LYLNJ N 1't7WC. SIAO K1.155 /YISC. LOArJl Tfl M aM OOTElS M1WO LtlITOY LA ....... O IE' aC STRUCTURE 5 -16 Mrs awEMAm SECTION AI- Al(TYP.) STRUCTURE 5 -16 MTS 1RPYL "Dal REVISIONS PS AY£RiCAS, INC. •: SHEET ND. wtEr TAU ORIFICE DETAIL 'B' _�Ipf {[ NTS 10° POND STRUCTURE DETAIL IuAD m. mvxrr mLWrrPrnlECr ND. 10^ C WALL EIEY. TO YATCM NACNSLO' fTTP.I - PLAN VIEW STRUCTURE 5 -16 FAM:hYiLA55 sAYWEN Nrs /xLTE ELEYAT.Aw rL1° fF SAWYER EfEY. FDOr WLET YOOIFE FM WEdt I -SEE AETAFL 'S' 6IT" SiMi STAINLESS STEEL Acs BOLT _�I g• 111TH STAINLESS STEEL ATE 7116 WELfaED ril 90LT ISEE fSDYErnr VIEIT) - CEYENr owr L: r� OIm �r�£i PREr �.�' lMY. ELEY. MIKE ELEV. r 6" lY1riLW R £ � SAIYS_ay. (Y 1.1 ELEVATXM � Y lA� r-6 i'• ..1 •• :)• 1-- FWERGLASS SHEET frl'P.1 111' TNXX LYLNJ 1't7WC. SIAO K1.155 /YISC. LOArJl Tfl M aM OOTElS M1WO LtlITOY SKIMMER DETAIL 'A' (TYP.) ....... O IE' aC STRUCTURE 5 -16 Mrs +�z SECTION AI- Al(TYP.) STRUCTURE 5 -16 MTS REVISIONS PS AY£RiCAS, INC. 7OP4AWW2-A nUV AN20MURWO AND CVAWfWElCMW NANAGUMM T AaPAR"WNT SHEET ND. r _�Ipf 10° POND STRUCTURE DETAIL IuAD m. mvxrr mLWrrPrnlECr ND. COLLIER 60106A -- --=Too £rw ye rir..�v vaW 36 STATE OF FLORIDA DEPARTMENT OT TRANSPORTATION MATERIALS AND RESEARCH DISTRICT: ONE ' Date of Survey: May - June 2008 ROAD NO_: N/A PROJECT NO: WA COUNTY: COLLIER Survey Made By: Ardaman &Associates—Inc. CROSS SECTION SOIL SURVEY FOR THE DESIGN OF ROADS Submitted By: G.A. Drew, P. SURVEY BEGINS STA.: 1 +00 SURVEY ENDS STA. 17 +00 BASELINE NORTHBROOKEDRIVE 5 +00 9 +00 BASELINE VALEWOOD DRIVE EXTENSION Ardaman File No.: 07 -4628 7 +00 13 +00 BASELINE AUTUMN OAKS LANE ORGANIC CONTENT SIEVE ANALYSIS RESULTS % PASS ATTERBERG LIMITS CORROSION TESTS RESULTS So arum No. of % %Moisture No. of 10 40 60 100 200 No. of Liquid Plastic AASRTO No. of Resistivity Chlorides SO4 No. Tests Organic Content 7ests Mesh Mesh Mesh Mesh Mesh Tests Limit Index Group Description Tests ohm cm ppm ppm pH I — — 4-17 2 77-98 70-94 57 - 71 22 -27 F_ 12 — NP NP A- 31A-2-4 Fine Sand to Slightly Silty Fine Sand 1 9100 45 44 8 B 2 — — 21 1 89 75 61 36 18 NP NP A -2-4 !2& Flne Sand 1 3000 75 108 7 8 3 — — 24 — — — — — — 1 30 11 A -2 -6 Clayey Sand 1 2200 45 152 4 — 8.2 — — — — -- — — — — — — — Limestone Ca rock & Boulders — EMBANKMENT AND SUBGRADE MATERIAL: STRATA BOUNDARIES ARE APPROXIMATE MAKE FINAL CHECK AFTER GRADING. _V_ - WATER TABLE ENCOUNTERED GNE - GROUNDWATER NOT ENCOUNTERED A - BORING TERMINATED ON WEATHERED CAPROCK OR BOULDERS B - WITH SOME LIMEROCK & SHELL FRAGMENTS C - WITH HEAVY TREE ROOTS NOTES: • The materiel from Stratum No. 1 appears satisfactory for use in the embankment when The material from Stratum No. 3 is plastic A -2 -6 material and may be placed above the utilized in accordance with INDEX 505. water table (at the time of construction) to within 4 feet of the proposed base. The material should be placed uniformly In the lower portion of the embankment for some distance along • The material from Stratum No. 2 appears satisfactory for use In the embankment when the project rather than full depth for shorter distances. utilized in accordance with INDEX 505. However, this material is likely to retain excess moisture and may be difficult to dry and compact. It should be used in the embankment The material from Stratum No. 4 is Rock and use will be restricted to particle size as above the water level existing at the time of construction. described in Section 120 of the FOOT Standard Specifications. �'�' uw q iA 1pLa CA N". P.E. Memo: � � ^" TRANSPORTATION ENGINEERING & °� w uo 4uts �a g0' sssa� CONSTRUCTION MANAGEMENT DEPARTMENT ROADWAY SOILS SURVEY 91EET Ne. nv I s9m onv^au eo^o .tuna ca.m mwa v �w nrstiME ) %s M Ardomon & — COLLIER — roP^-+e tun.aeert. L%23 rna.TMraePSO Associates, Inc. �...1 �""�" to 1 1 +o 55 29 7777r7777r7777L7777 77777777777777r7777777A77777AA�777777777777 J2 60 76 2� 7777r7777r7777L7777 77777777777777r7777777A77777AA�777777777777 _ 7 7 7 ���������������� 777 :7777i:777�t777 777777777��77777 �7777�77 7rANN==�7 � 7777777777777777777777 15 50 24 97 /! SO 25 82 15 39 24 73 !P PB AMERICAS, INC. lXAAWF0XrA7Y N JUVOWAM911W AND SHEET cnwec'xtc"a" NA^c'c�mmr aavAlnaren r CROSS SECTIONS No- = T.rlo.. FbrkY SSA R7AD AO. CWN7Y �1VY7Y PNgIECT AO. rmv al9 -SYIo u,r.. AUTUMN OAKS LANE F9100 —.= --, X.-. COLLIER 60106A 4/ 1. CC GacsCG■■CCCCCCCwC!''rr�r-CC-CCG - -ww--w-----w www------ wcGw- wCwwCCwwwC ww--- w=CC- w--- w-ww- ww -w.�- mow■■- GoCwwwwwwwwwww- In CCCCCCGCCCCCCCCCCww- I w-- :CCCCCCCCCCCCCCCCCCCGGCGC ■�--- w - -w -- www-- w---- w- -��0�, -wi". �7— www— wwwwwwwww - -ww-- sCCCGCC�CGCCCGCCCCCCCC www- ■ ■w— w--- wwwww-- w■ ■w -w - -ww -- www— wwww r■ww —w —w-w —ww- -wwwwwwwwwwwwwwwwwwwwwwwwww—wwwwwtlw--ww—w—■iGCCC---ww— www— w-- wwrmwwwwwwwwwwwwwwswwwwwwwww wwwwwwswwwwwwwwwwwwwwwwwwwwN■ wwwwww ww` ww- ww- wwwwwwr. wwwwww ■�wwwwwwwwcwwwwwwwwwwwwwww wwww wwwwwwwwwwwwwww Cwrawwwwwwwwwwwwwwwww wwwwwGG�aGin M 02iCCGCGwci ww►nwwwowswwswwwww wwwwwwwwwwwwwwwwwwwwwsww wwww GC- CGGCGGCCCGGCCCGCCCGCG wwwwwwwwwwww www�a CCCwwwwGw w�■wwwwwm ■■wawwwMECwwwww■Gr�wwwwwswwwwww In MEN!CwwwwwwMENwwwww wwwwCwwwcww wwwwwww www INN ww In CC - www— wrvwwwwwwwwwGww — wwwwwwwwwG.�iwwwwwww2 msal�sswww zca� ■■ —:� — Sw _. =i����ws�!,ywwwwwwwwwwwwwwwww -- ---- ��+saawwswwwwwwwwCwwwwwwIn wwnnowwwwwwwwwwwwwwwwwwwwCww�_ +�i7 iraw�wwwwwM =wwwwwwwwwwwwwwwwwwwCwwwwwww wwwwwwwwwwwww wwwwwwwwwwwwww�� www wwwwwwwww wwwwwwwwwwwwwwwswwwwww wraw wwwwwwwwwcwwwwwwwwwww -wwww wwwwwwENEcwwwwwwwwwwwwwwwwwwwwww Cwww-- wc�www�wwwwwwwwwwwwwwwwG.■ wwwwwwwwwwwwwwwwwww wCD 3Gwsw=w wwwwwwwwwwwwwww wwwwwwwwwwwwCwwwwwr�iiwwwwwwwwwwwwwwww wwwww wwwwwwwww,�uwwww wwwww wwwwwwwwwwwwwwwwwwwswwwwwwwwwwwwwaw■ wwwwwwwwwwwwwwww wwww www Cw wwwwwwwwswIn wwww- wwwwwwwwwww■�awwCwwwwwwwwwwww INN www wwwwwwwwwwwww GCGGCGCGCGCCCGGCCCCGG— CCG— nCCSECCCP.CCCGCCCCCCE� CC CGWIwwwwwwww - icwwwwwwwwwwwwwwG www wwwcwww ww �CCGCCC555CGC�CCC wwwwwww wwwwwwwwwwwwIn wwwwwwwwwwwwwwwwww5ww CwwwwwwwwwwwwwGCwwwwwwwwwwwwwwwwCwwwwwwwwwr�syiau wwwwwwwwww wwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwww�. wwwwwwwwwri*rnsr3r�. '�1. nr nrw+rawww wwwwwwwwwww a+'a�":a acwwwwCCwwwwwwwwwww wwr�wswwwwwcwwwwwwwwwwwwwwwww www wwwwwwwww ■rirwrrruiwr■iwwwwwwwwwwwwnama r+rarrsa�wwwwwwwwwwwww —GCGC wwww =ww w ww wwwwwwwwwwww wwwwwwwwwwwwwwwMCwwwwwwwwwwwwa: c.rna�r�,ywiwCwswS■�C wwwwwwwwww --"------- GGSGCGCGCSCCGCCCCECCCCGGGGGGGG001 ---- CG CGCCGCCC - - - - -- CCCCCGCCwGGCCSCwy■C mom GC CGCCCCGEE� MW GCG GCG ■ZZii CCGGCC wwr �wwwwwwwwwwwwwwwwwwww wwaawwwwwwaeiwwwwwww■an�awwwww aawCGCC- aw■- ■CCCGGCGCGGCCa wwwwwwwwwww wwwwwwwwwwwwwwwww wwww— wwwwir�."ira�°' wwwar� E. �+ , r*n� a■w wwwws MM wwww w �awwwwwwwwwwwwwwwwwwwwww R ■■uw GCGGCwwwwwwwwwwwwww w wwwwwwwwwwwwwwww wwwwwwwwwwwwww 11110 w=r�weww■�rCCwwCCCCGCCCCC CGGC■Ci`— w— wwwwwwwwww�::,,�:. C w ■wwwwww In Cwwwwww wwwalGGGi'�€ wwwwwww = wwINN ww wwwwww mom 101Cww In ww ww on w wwrvawwwwwww wwwwwwwwwwwwwwww.o■ -mow �.-- .�— ..N,�.��.0 +�`wwwww w wwwwwwCww wwwwwwww wwr�wwwwwwwwwwwwwwww■ wwIwwwwwwwwwwwwwwwwwgw� J■ Cwwww— wwwwwwwwwwwwww r`.w�.�i■���� =:: - :C -�i.� wwwwwCwcwwwwwwMM wwwwwwwwww wwwwwwww www ww wwwwwwww■ =wwwwwwwwwwwwwwwwww wwwww www wwwwwwwwcw www ww= wwwwwwwwwwwwwwwwwwwwwww :rawwwwwww�.■w.�■.wwwwwwwww wwwwwwwwwwwww wwraww wwwwwwww wwww wwwwww w■swwwwwww u.lw.a ■.w w ww wwcwwwwwww wwwsw wWEIn wwwwwwwwwwwwwGwwwwwwcw mm wwwwwCwwwww ■.wCwcwwcw WE In wCCGC- GCCCCC- mm ww` awwu.CC— GCGCCwGCCCCCGGGGGCCG55C =wwwwwwwwcwwwww ww:rra9lP�awwww wwwww w w wCCCGGCCG- wCCCGC-- GwCGiiwwGwwww www wwwwwwwwwwa C`awCGSCMM SOCwwwwwwwwwwswwwwcwwwwwwGCwwww ■.wwwww BEIwwwwwwwwwGCw wwwwwwwwww wwwwwwwwwwwwCGGG— ww GCCCGGww- w5C5CCCC5CCGCCGG =waw0 ww�wwwwwwwwwwwwwwG wswwww ::CCGCCCCGC55CCC55CGGCCCCSCG wwwwwwwwwwwwwwwwwwwwwwww ww�wwwwwwwwwwwwwwww=wwwww= wwww www- CwwGwwwwwwwiWrrw ww wwwwwwwCR7T,T!iwwwwww w w www `awwwwwwwwwswww=CCCCCGCC wwwwwww C GCCGC C sGG CGCC C Gwwwwwwwaw wwwwwwwww ■wwwwwmGwNoGwCwwwwwwww000w =GwwwconGonwGCGwww�wwww ww w w w w wwwwwwwwwCCwwwwwC�w`■wwww wwwwwwww wwwww w wwwww wwwwwwwww wwww w ww wwwwwwwwwwwwwwwwwwwww ----------- ---- -- — ---- wwwwwwwwwwcwwwwaw a- C- - - - - -- ------------------------ wwwwwwwwwwwwwwwwww wEC wwwww - CCCCGC wwwwww -- - wwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwsw wGwwww www w www w wcwww wwwCwwswwwwwwwwwwwwwCGCCCCCCGC www -www wwww wwwwwwwwwwwwwwwwOECwwwwwwCGmCwwwwwwww wwww%'ME, �ua,�asu�"iwwwwwwwwwwCwwwwwE CCmCCGGCCCCGCGCGGG- wwwwwwwwwwwwwwm CC -CCCG CG' C■, wwwswwwwwwcwwwwan+n wwwwwwwww= wwwwa��uv��uw�T ' rarra. 'ji�u"�wwwwwwwwCCwwwww wwwwwwww Gwsww ` wwwwwwwwwcwwwwC ww w wCM■,wwwwwwwwwwwwwwCCwrrrai wwww wwwwwwwww w wra,. 7r'u'�'r' wwwwwwwwwwwwwwwwwIn wwwwwwwwwwww =wwwwwww wwwww wwwwwwww www■7ww -�G w CGEiCC wwww w GGwCCCC� =wwwwwwwwwwwwwww GCw wwr ■wwwwwwwww■w■wwww■■wwwwwwwwwwww iCCGGGGC' SGGGCGGCG www sCGCCCGGG- r' CGwCGCG :a��'- wCGGGGGGCC- wwr�wwwwwwwwwwmawwwwwwwwwwwC www wwwwwwwwwwGwwwww ■w■wwwwwww:3■wwcwwwwwwwwwww■a „ww wwwr�wwwwwww■r�. wwwwwwwcwwwwwwwwww�ww wwrawwwwwwwwww wwwww wwwwwww�awwwwwwa�swwwwww■G* �CCwwwwwwwC100100 awwwwwwwww www wwwwwwwwwwwwwwwwwwww ww. �.wwwwwwwwwwwwwwwwwCwwwEC wwwa —w�.�w w wwww www�lwwwwwcwC�.�wwwCww wwwww w .E.aww wwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwww www wwwwwwwwwwwwwwwwwwwww ww■■ �C•■mmwsmm INEMa�c�■■Kawwww Cwwwwwwwwwwwwwwww 3 www *� MMMC www C-CC CC�CCCCCCGCCCGCCCCGCCGCCGC :ECG -CCCIn wwrnwwwwwwwwwwwwwm= ==ME EBE■ — ^I:: �.wwwwwwwwwwww■s�wwcw =mom= G� GG GC- CCSCGCG- wwww C ■ZwGwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwNa�wwwwwwwwwwwwwwwwCwww wwr■ wwwwwwwwwICCCCCCCCCCCCCCC�CCCCG�CCCCCCCCCCCCCCCCC C`a=■■=wwwwwwCwww wwwwwwwwwwww wwr�wwwwwwwwwwwwwwwwwswwwwwwwwwwwww mm INN CwwwCCC wwwwwwwwwwwcww =wwwwwwwwwwwwwwwwwwwwwa wwwwwwwwwwwwwwwwwwwww -a wwwwwwwwwwwwwwwwwwwwwwwwwew wwwwwwwwwwwwwwwwwwwwwwwwwwww GwwarwC=wwwwwwww ww w CGCCCCGCCCGCCCCCCCCC- CwCCCCCGGGCGCCCGCCC- E�'',-w, MM.,. V'A�- wwww iwwwwwwwwwwwwwwwwwwwwCwC ■C- -wCww GCCGGGGCC „'ws �wwwwwwwww wwwwwwwwwwww wwwww wwwww wwwwiw wwsirluuuiCC'u°yiC'= =wwwwwwwww wwwwwwwww GwwwwwwwwC===aw wwwwwwww wwwCw— `■ww�ww■�■wwi��;.�n:aSTIM, ww ww wwwww wwwwwwwwwwcww�.,uwmi m. ter. Nmm w .�w�oie%wwwwwwwww"wM wwwarz7wwww7wwwt7www■f7 aC7wwwa 7 wCwwwwGs: 7www ■r7wwwa67wQSf�tSLG�Jwr7www/G7G rnwwwwwwww wwwwwr •wwwwwwwwwwwwwwwwwwwwwwwww■'w wwwwwwwwwwwwwwwarwwwwwwwwwwwwwwwww .:, ��0�.# i� .�i�r.,..�ae:u- .w ■ww�_`�3LSZ:� .. F--a FM on-& t--U i=iM=i=- M-i-- MMMM-M-M-aa--Mi= i- ai= mmii=MMi mm- mmmmm= mmi= MM ii ii iii=Ma =iMMiiiiiii MmM==— Mm- =M =il= m MMM=M iiii°-----mM=== i a - - iiiii- i= - aiiiii- mm== = =ii Mmammon =eeeelel =m MMM=Ma= =M = = =mm =M -mi==- MM =m = I=imm—=m M = m= l m =l = iiMi=M=ii- i mimmmmmmmim== i iiiiiiiiii=i MMi-i =ii= ilia mi===== iim====l-==== me- m= m= Ma =me im=m=i=MMMMi=iiiiiiiiiiiiii = = = = = = = = =i = = =m =l =mMMM = LZlmmmmmmmmmmmmm =l- ===m====m=== C— - m- lim =mi— M- l- i =M--M— e5�== me�CCeeeeeeeCCEEeeeeeeeele�eee ili=======m===M- =mMiiiiiiii=M iiiiiiiiiiiiini iiiiiiiimil mmM- -iiiiiiiiiiiiiiiiiii ==M --=M iii alm==a Mm== \•- = = = =mE _= iiii.f`jM = =ii =immii =iiii =iiii _ CJn - —Cie9C 9.lill = M =m M m==- - lcailiilllllllliiilClllllll M = = = = = =m =l =m = == iiiiiii ■m .le°rllll�alilll ills l llllllillllllllllClllll = M = = =eeeeleeeeeeeeeeeeeeeeee r� ��eeee eeeeemm oommCeeeeeeeeeee °eeeCeeeCE .�� ��.�C�wy- iii - CC�Ce--M- °� °_% Ira °� °- imp... liCellleee0 ®DelOieC = iiiiiiii iii = =aM = iii =mm =l = — =ii == = =iiMw==1I�MMMM �iim= is M =MM =i nImMMMMmmm �• = = =M = = = = =M = = =Mii=MMMMMMM== = =mM =M iiiiiiiiii Mere== Mm=a=C==m iaMMCCMMMe -CM=M—M—=M-M-MI=M— = iiii== m= �1MMMMMM �==M,, = = =i��lliillliiliiiilii narrr ri===—ms=M--==MM===e=====m M= M======M==— rim==== mleiiiiiim M-- al==ma =iiiim=mmi iiii %.=iiiiii- im= - lliilliii�iillliiillllliillliiii) ii== i== iiii mmiiiie = =iii -mama- = =iMiemmiammaii -- MM=mmmamL7liJ =f37,7 �� Y1f`- �►7 ---- �7)FiliiiiiiilC-Ciiiii -- iiii l l meemme iiiiii ii iiiiiiiiii iiillieliiW Mf.7I11•IL.+F1hU===mM .lr■Y1�Y.I�iilliiiili mMMM= M--- - imiiiilil�iiiiillliillliiliiiliiiilliiillii MMm ==M-- = =me = = =e = =am = = = =- i = =m = = == =Mil- mm=MMM=MCM = =ial= Celele° leeeeleeee° CM=M--all ll° ee° l° eeeeelee =mlEeeleCeeeeelmmmmmmmmmm _ ===mmm=m CCeeCCM = =M=== CCCeee = =m =lM -- C .• ==m=M iiii------MMM e= mmMmm= mimmmmmMC -Me =immimm=mmimi ---==___----=C--am=a=m=Ma m= i=ei=m=Ciimm=e=eiiii=== ■= M==iM-==i =C=i==liiMM ==m=ii=i== =i =M =mm = = =l =mm =■. iiiiiiiiiiiiii .C- Clm =l = = =miMe=mom==iii CC. eeeeeCeieeeCCeeeeCeeeeee l=2CCeEMEMCCCCCeeeCCee- CCC- CCLMC�eeleeleeeeele °eele °eele� emMm=mEm. a�mm =e CC =CCCe -gee - iiiiiiiiiiiiiiiiiiiii MMmmMm= = =e = =ie =mmmM = mr7M = = = =Ml = = = =m =dime =mm- ..^.!� eee MMMMffzI =� =M = M =m- = =l =•�mlmm m■ M M==MM iiiiiiii == iii = ilrrmllliillllllllllllllllr mM iiiiii ==Mm======i =_ t = = °liiQ.�i =�7.I�.r. 1�����.���m : L._. —lam = r.__ �1�.���!r111= =Mr.im =� �,li�iiiCCCiiliel =MMMM°VMMi�i= milli ill = meliiiim =e =MM=C=M --mill M=mmmm 77�liiii = = mill = =l= =M-= M=l mamimmm=am=== m=oll = = =MM -mil M- =mmmmmmm I7mM=== �M- m== M------- m= mmaa- =e--- mm = = m = = = = =�- = = °•- =.,imamL'dM 1� -�mMe iiii =mm=M= i=a====Ceee=M- ii►7l == mlllmmimmmllllmlmmmmmmmmmml mill) iillll iiiimmmll iiimll- !4lmmlllmml-li iilrli -il--meiiilmiimmiiimml- iii l iiiliiilmiii'i,P!: - mr�l =M = =M =M -- a==m —M m=== --W =m=- M- iiii em -- a =eema = =l -1 mammal -=== immmmmmmmemmmmimee = =i = =m =e- a =m =M= =aim = =mle =i =M = = =meEmmmmmmCam=m =MMMMM==== ma --==m= MM-- I==- MM-==== MMm =lmmmm- mmmmmmmmmmmmmm =m lam- am =Mm =m m=m=mim==m — Ma— l===a -e cell C = = =ma— =imm lm=mmmammM=mmam = =i-a= a = =m ����mi M==miMM===Mmmi=M= =iii = = =e iiiiiiiii =i - =ii = iiii =iiee == = -- M M m iiiiii- CaMMM =am====mmimm ===M mill --=1 =mi iiii = = == =iii =Mica m=e=m==Ml=m=m -=m== m= =l==M====M=C M-=iC—M==C—m==C.�MICEeee- E ° °e -- ill -ail---mm-mmiem-Cmeaaiiiiii-le -- - iiii m- - - -- - - -- iiii -- -e -� -•-- �- Ee--- -------- - - - - -- - - -••- ••iiii iiii -- iiii -- - -- iiii iiii- -- =mf:�lm al =ma =lie iiii=== = = = =mm m= e- ml le== lima l= eeM- =m=■ 1. i,= m Ces- mmii==im i■ limameii ii■ .�Y�.ma--iae- MMMMMMMe.�iM- ii----a--a-mC-Ci M= =i CelCellCeeeleeeeeeleeeeeCe: CCCCCCI.' mom Celeee =. =eeeeeellleeellelee iiii M—�=--M-_`JCCeles =mil = =mm = =immmm= =Mai== m == Lllmm mill■ @ "==iii===iim *L'CiCCCCCCe °C = = °ECCCCCCeEC M =fT]mae = =MM= mil-- - =- lla l = = =mmMMM = =M =m = ii7S =O<a 67��ir. -�_._ 1--!- irri --- =- _- "+�±�i/== M =iM -Miami -m== = =i= -a =m- meliMMMM=MMMMMmmMm MOM lCemall- =MmmM==a=M=mlmmm )==imam iii- m iiii =m =Ea = =Cm =m� -• �.� =� =M �Mm-mm=mmma = =� !�ism-l-imimaamliiiiaiiiiieiC = - --- mr.7i lM—==mM— =m = = = =m = =mill--- =M =mmmm= M---m=- --= m== -� MC°-- - fill==-- = aeeeeeeeeleeeeee no °eeieeeele"�'�eeeC imr m-== .iiiiii =m-- a— i = = =l - - -1 == am= =ill— lima i=M=m=l===m=M==m= = ==m-=iMM mil- -1 — ==ma=ll == =iii eH= CCeEm 'CCCC °CCCCCCCCCICCCCCCCC'��i ■r■��' �CCEECCCCCCmi° ECCCCCCCC °e °CCCC�r■`�•r�°nC��° =m MM =uw: - - - +Wie -a -�C -- - MC=IC=m= -a -m- MMMMM-M— al=ma --- CCC— -MaM MlllCi..rw ,/cs /5er.!% Imrrrm==mMM=M LSO=------- `■--- a- m=-- C=C- = -- = = r�m-MM----- =— MM— a==--- lmmlml�ryu3:uNM M=mm=m M=Mamma--MmMM—MM—MI=iMM-aM=Mei, =m=m= == ilia= m= l --a====MM—=.nu( , i ►im�:,�ai. - / -Mw�raaz ■maim nrrr�rn = m==mrlm=Mr =mlrM=mmMM===M .M =uMSC.�it llamas �M = M==mrMM==. =i�liii�i = , =mMMC iiiiiii ==iiiiM -MiiiiCiiiiiiiiCme MMMMMMMMMMMMMi on-& t--U -- mmmmmmmmmmmooa °--° - -° °- °°- ---- - -�-° mama °°--- ° - - -mm - - --°-------o----Ci----C-CC-°---- oaGGa--- mo-- a------ ---- Evrieffl ���° ,,� c�mm mmG-°-°---------°-- -mm mmmmmmmmmmmmmmmmmmmmmmmmmmm- a--- m-- a- omCmmmdm��m�m�m- m -mmm -- °- -GG - - ° -- -mm ° -- °mama-- ammo°-- mmmmmmm mm °- mm- °- CC♦0A' =MEMO mamma - mmmmmmmmm mmmGCGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGGC - mmm -mmmmm mmmmmmmmnmmmmmmmnmmmmmm- nnmmmGn -mmonnann--mnnnmmmn--- =- mommommomm Boom MEMO °GGG ®GGG °GG -m CC/ /°'.7000BGGGGGGm ° °G °GGGGBGmgGm- � mmm mGm Gmm ■RmmmmmGmmmmmmmmmmmmmmmm ---------------Eno GGGGGGGGGGGCCCGGGGGGGGGGGG CG "MCCCGCCCGG =C m mm-- m -mmmm_ CG° GGGGCO °GGCC���CMC =CCBC =MCCGGGGGGG MMMMMMMMMMMM - ml7m- mnnm-- mmmn -mmmm mmnn�lA ■mmn1�- 'il•_ss� -° arc: c .��S��ImmmmmmmmC- Cmmmmmmmmmmmmm GG�GGGGGGGGGGGGGGGGGGGGGGGGGGG° CCGGGCGGGCCC =mCBGGG °GGG°CCCCCGGG GGGGGGGGGGGGGGGGGGCGGCGGGGGGGGGGGC�GGCCGGEGGGGCGGMama EGCGCCCCGG GmmmmmmmmmmmGmmGmmmGmmmmG° GG° GGGmm- GmmGGGGGG�GmmmmmmmmGCmGmmmmmGGGG nmammmmm mimm am a mmFZlmmmmmmmmmmmmmmmmGGmmmmGmCmmmmmmmmmmmmmmmmmmmmmmmmmG- GMan mom GG�GGGGGGGGGGGGGGGGG� G° GGG�GGGGGG�GGGGGGGGGCGGGGGGGGCmmmmmmmmmmmm Himom MISS= 01 mm�7mm�mmmmmGGmmmmGmmGmmmmmmm mmm�immmmGGmGGG °GGG °GGGGGGG °GG�GGGGGMOM mmmmmmmmmmnmmmmmmmmmmmmmmmmmmGmGmm- mmmmmmmmm m mm -mmmmm mmmmmmmmmm - mmmmmmmmmmm mmmmmnmmmmmGmmmmmmmmm- mmGGGGGGGGGGCGGGmGCGmmGG mmm m ME G , mmmm- mmF.7mmmmmmm mmmmmGmmmmmGCCGGGGGG mmmmm = °G °GGGGGGG =CCGCGso MMMMMM °CC °GCCGGGGGGCCGGGGGG° n mmmmm -m GGGGGGGGGGGCGGGG =G °�CGGGG =CMCGGM GGGGCGG'GCCGGCGGGGGGGGGG�GGGBG am °Gmmmm -_ =GGGGGGG mama = " = =CCCG -- -- mmMMMMmmmmmmmGGG� mmmmmm- am ■.m °m�Efr!- �xwmru �..JEnmG--- nmmmmmG- mmG -- "a---- G-- m - -mmm mG- G-- G---I G� .G-------------- G-------- - - - - - mmm- mmmmmmmmMGGG CGG GGCCGGG�GGCCG °CCGGGGGGGGGGGG�GGam CC "CGGCCCGG �GGGGGGGCCGGCGCGGGGG� FGGGGGGGGGGGG . CGGCCCCCGGCC= C.GCCGGCCGGG - mmmmmmmmmmmmmmmmmmmmmmmmmGGmGmmmm-- mmmmGnmmmmn- mmmm- mm - -mm GGGGGGG° G°°.- GCGA.:.: CCGGGGGmmGmGGGGGGCC °GmCCCGGGGCGGGGCCGCGGm►�mm am= MS ii, m- MI mmmm- m- mmnnnLrS�umml�mnnmmmmmmnCCmmmmmol X77: TazItLmT1 .7f?O�T73---CmCnmm---mm-mmmnmCm mmmmfF, mmm�i7 rL�. Ir�L:�1{1Jmr7mmmt7C� °S�m�m -mmmm 7mmnr7---r7mm-r7m--ti7m-mLAm MMMMM MMMMMAMMMMAMU ONE+ ww.�wwwwwww—ww--w w - wwwwwCGeiCCwwwwww��w- wwwwww---wwwwwwo—wwwwwwwww - wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwGGww�wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�r��® wwwwwwwwwOwwwwwGwGwwwwww wwws.�'■:Ti:,La'176FlP7,'1f wwwwwwwwwwwwwwwwwwwww�'' ww wwwwwwwwwwwwwwwwwwwwwww — wwwwww wwwCCC- CCCCCCCCCCiGCCCCGCCGCCCCiCC wwwwwwwwawwwwwwwwwwwwwwwwwwwwwwwwwww — wwwwwwwwwwww— wwwwwwwwwwwwwwwwwwwwwwwwwww w —wwowww-wwwwwwww-wwww- -w —w wiwww wwwwwwwwwwwwwwwwwwwwwww www —wwwww-wwwwwwwwwwwwwwwwwwwwwww www wwwwwCwwwwwwwwwwwwwwwwwwwwwwwG -wwwwwwwwwwww- 'C"wwwwwwwwwGCwwwwwwwww-w ww-ww—ww— wwwww-wl--w wwwwwwwwwwwww -wwwwwww—ww--www—wwwwww—wwww wwwwwwwwwwwwwwwwwwwwwCwwwwwwwww —wwww wwwwwwww- wwwwwwwwwwwww w-wwwwwwwwwwwwCwww-wwwwwww ww ww iwsawwwwwwiwiwwwwwiwww- wwwwwwwwwwwwwwwww - wwmwwwwwwwwwwCwwwwwwwwwwwwwwww wwwwwwwwwww -wwwwwwwwwww- -wwwwwCwwwwwwwwwww www.■ wwww -ewwCwwGGwww-wwwwwwwwww-w wwwwwwwwwwwwwwwww- C-wwCGC www wew i 1 wwr� wwwww- wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwiwwCwwwwwwwwwwwwww wwwwwwwwwwwwww- wwr�wiwwwwwwwwwwwwwwwwwwwwwwwwwww www° wwww — wwwww - -wwww— wwwwwww-wwwwwww wwwwwww■■ wwwwwwwww..ww wwwwwwwwww .wwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwww wwraww--wwwwwwwwwwwwwwwww w. ■wwwwww wwwwww soCwwwwwwr wwwwww :�wwwwwwwwwwwwwwwwwwwwwwww w wwwwwwwwwwwwwwww wwww www -eeG r wwwwwwwww wwwwwwwww wwwwCCw: wwwww,w wwww -wrCwCwwwwwwwwwwwwwwwwewwww wwrawwwwwwewwwwwwwww■3i wwwww wwwwwwwww■ wwwwwww wwwwwwwwwwwwwwwwwww CC. CGGCCCCCCCGGCCCCCGCCCGGGeee wwwwww —wwww—.ywwwwwww 'Cww■,C■www`.wewwwww w www w -CC- —w =wwwww�wwwG BE ENE >,GG�C�G�G�.�GCCCeeGe CCC- GGGG -www — 11■'riMCCe wwwwwww wwwwwww - :8 -_ —www = - _ -= -- --------- --- - - - - -- wwww - -- - -- -- wwww -- -----------=== a��CCCe- i-- ---- - C- -- - a-- ---- - w C� ®CGECe= ------ CeGGCwwwwwwwwwwwwww- eeCeCCGGGeCCCC wwwwwwwwwwwwwwwCGee ee- w= eeeeeGwCCCCGGeeGCCCMM71 =CCGGGGGCCewwwwwwwC-w-wwwwew -wwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwww w wwwwwwwww -- wwwwwwwwwwwwwwwwwwwww wwwwwwwww -- wwwwww — wwwwwwwww www wwww- —www -Cww w -- wwwwwwwwwwwwwwww www —w - -- www wwwwwwwwwwwwwwwwwowGwCwwwwwwwwwwwww- wwwww — wwwww -wwww— -- wwwwww wwwww www -- w -wiwww www— www -www— — wwwwwwwwwww ==mum -wwwwCCwCCwwwwwwwwwwwwwwwwwww-w MM ww wwwww— wwww wwwwwwwww wwww —www -- wwwwwww— wwwwwwwwwwwwwwwowwwwwwwwwwwwwww —wwwwwwwwwwCwwww—w— wwwwwwwwww -wwwww wwwC-w wwwwwG -eG w Ge- wwwww GweeeeGGGGGGCeeGGGGGGG- — wwww--- wwww—w—www-wwwwwww—ww—ww CGCCGGCGCCCGGGG- -- -- wwwww wwwwwwwwwwwwwwwww GGGGGGGGGGGGCCGGGCGGGe wwwwGw-w Gwwwwwwewwwwwwwwwwwwwwwwww wwwwwww- wwwwwwwwCwwwwwwwwwwwwwwwC wwwwwwwwwwwwww■■www ■.wwwwwwwwwwwwwwwww- wwwwwwwwwwwwwwwwwww CCCGeeG wwwwwwww- °- wwww CCCCCCCCCCGCCGGCC -- www - wwwwwww wwwwwwwwwww eeeeGG- --w.nww-Gwwwwwwwwwww-wwwwwwwG GGeeeCG eCCCCCCCCCeeCCCGGCeGeeee wwrawwwwwCCwwwwwwwwwwwwwwwww�awwwwwwwwwwwww ■?wwwwwww www wwww www C-w www ww- wwww ww wwwwwwwwwwwwN ■wwww—ws.�wwwwwww w wwwwwww wwwwwwww -- wrawwwwwwww- wwwwwwwwwwwwww wwwwwwwwwwwwwwww■ ----wwwwwww 3a-w-wwws� wwwwwwwww- www- wwwwwi�wCwwwwwwwwwwwwwwwGwwwwww ww wwwwww--wwwww--wwwwww-aw www wwwwwww wwwwwww ww w ww wwrn- wwwwwwwwwwwwwwwwwww- www�Cws�w --w�wwwwCw�'�8wwwww—wwwwwwC-ww- BOOM wwwwwwwwwwwwwww www wwwwwww■ ws>`wwww.:�w� w w6aaw=== =HlE>�I - wwwwwwww-- winww— wwwwwwwww wwwwwwwwwwwww GGwwwwwwwww wwweww—Gwwwwwwwvwss:w wwwwwwwC-- wwwwww �e��Q��d�. _�wwwww��wi-wCC �.- ----- =-•= rC'��wwwwwGwwwwwwwwwww- ■www w CCCwG w ww wCwwGCwwwewwGw- ww wwwwwwwwwwwwwwwwwwwGwwwwwwww �� wwww- wwwwwwwwww =www w wwwwwwwww 5_----- --CL5" wwwwww wwwwwwwww—www rwwwww wwwww on. w C w w-ww -- ------------------ ------------------------- _C- - - - -C- wwww - - ---w -- -------------- --------------- =- ------ wwwwwwwwwwwwwwwww—www - - - - -- wwww -- -C--- wwwwwww wwwwww—www ------------------------ wwwwww_Gwwwww Cewwww-wwwww- w _____ wwwww wwwwwwwwwwww_wwwwwwwrawwwww_wwwww ww- wwwwwwwww wwwwwww-wwwwwwwwwwwww ww ewww-wwwwwwwwwwwwwwwww— www-wwwwwww- wwwwwwww wwCwwwwwwwwwww- ww wwwwwwwwww w- wwwwwwwww wwwwwwwww- w CCCw GG wwwww wwwwwwwwwwwwawwwww wwwww—w wG -G_- wwww GGG GCw wewwwwwwwww w CC — w ww_w- www-wwwww_w- Cww ww www-ww w=wwwww-wwwwww_wwwwwwww:d www CCCCGGCCCCCCCCwC- ww wwww- www G =CGGw GGCGGGCCCCCCCC° mmm GCGGG wwww- wwwwww w-w ww www-ww w_Cwww�wwiwwwwww -wiw www-wwww-- w C CwwGwwwwwwwww wwwM wwwwwwww C wwww-wwwwwwwww w- — wwww- wwwC w- wwwww- - w___ ________E_- ===s w_____ CCCCC CCCCCCCwCC ww_ww_w wIMww--e_Uww__i - wwwwwwwwwww---wwww—ww _________G_ wwww www- w wwwwwww — w- ww ww H�■■. �ww-wwC ■�w www wwww Cwwwwww -- wwawwwC- w -- Cwrnwwwwwwwwwwwwwwww— wwwwwww —www CCwwwwww�iwenwwww w --www_ wwwwww< —wwwwwwwwwwwww www .- wwwwwww wwwww wwwwwww ww w wwwwwww r�wi�,wwww wwwww wwww —www wwwww wwwwww -wwwww wwwwwww.. wraww��E����wC�swwwwww —CwwwwwewwwwwwMCGG owmwwwewwwwwwwwawwwwwww .- .www■■wwwTS_ - -:www wwwwwwwwwwwwwwwwwwwwwww -wnwwwwww www -wwww-- www -wwwwr - ww�w.w�r�w�zzc .- - - �wwwwww.rrry �;-� ��.:�eawwwwwwwwwwwwwwwwwwwwwwww =n Iln —w MwGwwwwwwwwwwCwwCwwwww wwwwwwwww- wwwwwwwwwwwwwwwwwwwwwwwwwww���wwwwFwwwwrwwwwweww- wwwwwwwwwwwwwwww wwwwwwww —w— -- wwww.n www -wwwww w— wwwwww wwww wwwwwwC- —wwww wwww wwwwwwwwwwwwwwwwwwwww wwwwww.fiwwwwwwwwwwwwwww wwwwwwwwwwww wwrawewwwww wwwwwwwwwwwww- wwewwwwwwwwwwwwwwwwwwwwwwwewwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwwwwwwwwwwwwwwwawwwwwwwwww- wwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwCCwwwewwwwwwwwwwwww wwwww www wwwwwww —wwwwwwwwwwwwwwwwwwwwwww �r�wwwww wwww w-- wwwwwwwwwwwwwwwwwwwwww w--- www wwwwwwwww- wweeweeCCCCCCCGCCCCC =CCC _wwww_wewwwwwwwww= CCC Cwwwww-ww- Cwwwwwwwwwwwwwwwwww -wwwww www- wew-wC CGGCGGCGCGCC�y��- www- wwwwwwwww -wwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwrs�rs, wwwwwwww w wwwww�wwwwwwwwwwwwwwwwwwwwwwwwwwwwwww r�%mr�r wwwwwwwwwwwwwwwwwwwwwC wwwwwr7wwwr7wwwt' 7weer7www!' 7weC�7wwwiiwww `7ww— t7w- w.T- -7wwws!'7wwwr 7w —w -7w wwww-- -�-- wwww---w—��ww--sa— wwww— wiwww— �wwww—ww—wsa�--www�w---ww�ww '--% a on-% La anMEN ii iiiiiiiiiiiiiiiiiiii iiii iiii iiiiiiiiiiir■liir.ii wiiiwwwwwwwwwwwGGwwGwwwwwwwwwwwwwwwww wi iiwwiiwiwwwwiiwwwwiwiwwwww -wwwiiww5��""T7 wwGai�wGwii e77aD:,lwwiwCwiwwCwwwwiwwwiww wiww wwiiwwawiwwi( iiiiiwiiwwiwwwwwiiiCCCCCCCC iiiiiwwwiwwiiwwwwww am' CGCCCCCCCCCCCCCCCCCCGCCCGCCCCCCCCC= iiiiiiiiwiiiiiiiiiiiiiiiiiiiiiiiiOiiii iii iiiii mmm ii ii CC wi iwwwiwwwwwiwwiiiwwiiwwi iiiwi iiwwiiiiiiiiiiiwwiiii iwwiiwwiiwiiiiwiiiiiiwiiii i iiii wiiiG wiiiwwwwwwwwwwwwwiiwwwCiiwwwiwwwwwwwwiiwwwiwjwGiwwiiwwiwwiiwwwwwwww iiiiiiiiiiiiwiii iiiwiiwwwiwwwwiiiwwwwwwiiwwwiii= !am wii�iwii iii iiii =wiiwwiiwiiwiiwwwiwwiGwiiii iiiiiiwiiiiiiwiwii on CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCGCCCCCCCCCCCCCCCCCCCCCCC�BCCCCCCC iwiwwiiiiiwwiiiwwii wwiwiiiiiiiwwwiwiiwwiiwwiwwiwii wwwiwwiiwiiiiii iiwiiiwiiiwiii --------------------------------- MUM ----------------Mamma iiwwwiwwwiwwwwwiiiiwwiiiiwwwii i wwGwGiw MM EM i wiiwwiiwiiwiiiiwiiiiwiiiwi mm wiwiwi wwii Wiwi iwii Ci i i =i i i i wcniwwwwwwwww= wwC. �wwwC�. w= wwww�., wwiwwiMO= wiiCwCiwwiiwiiiiiiiiiwiiiiiiiiwi iiiiwwwwiwiw iw iww w iiii www w w CCCC' CC- w CC'CQ'.iCC%'C.�iCCT.CCC'CCCCCi iiiwi .■i.�iiiiwwwiiwiowiiw iiiiii- www- i- wwwwiwwwwwwwwwwwwwwwiwwww ii.■ =aw.n =.IwwwwiCiwwiwwiiiii iiiii iiiiiiiiiwi iiwiiiiwiiiwwwwwwiiiwwwwiiwwwwii iwwiwwiiwwwiww�y, .�wwwwwwwwwwwwwwiww momMi- iif? iwwwiiiwiiiiiwwwiwiiiwii= wiiiiwiiii iii w w wwi www wiiwlw67iwiwiwwiiwiwi i wi wi Giiiwwwwiwwww w wiwwwwwGwwwwiwiwwiwwwwwiwiwiiwwwwwiiiwwwGi mmi �w�}:w iwwi iwmiwiwwii wiwwwwiwwwGwwGwwiiiiwwwwiiwwwwwwwGwwwGwiG wi wi i iiii Ci__i�R_q ■ ■i.liiiiiiiiiiiiiii ■ir!!!��S���iiwiiww iiwiiiiwwiiwwwwwwwiwwwwiiiwwwiiiiwiiii _- wi iii■Fiiiiiiiiii iiiiiwiiii iiiiwiwi wwGiiwwiiwwwwiwwwiiwwiiwwwwrwwww wwwiwwiiww iiiiiiiiiiiiiiii iwiiiwiwww�iiiiiiiwiiii iiwwiwwwiiiiiiwwiiiii iwwwiiiwwwiwiiiiiiwww iiiiwwiiwwiiwiiiiii iiiiiiii wiiiiw iiii iwiiw =ii iw iiiiii iwwiiiiiiiiiiiiiiwiiiiiGiiiw iiwiiiwiwwwiiiCi wGwiC iiwwiwiwwwiiiwiiwwiiwiiiiiiiiii iiiiiiiiwwiiiiiiiiiiiiiiiii iwwwwwwwwwiwiwwwiwii�wwiiwiww= iiwwwwiiiiiwwiwwwiwwiwww C— G7wiiiiiiiiiiwwwii= wwwwi =ii wwwiiwiiwwiwiiiiw.�iw■i.`wwa =Cwwiwiiwi wwwwiwiiw wwF. iiiwwwiiiiwwiiwiww ilwwwwwiw�wiiwwwwwwiiwi iiiiii = =ww iiiiiiiiiiiiiiiiiiii■ =iwwiiwwwiiwwwwwwww ..iiiii- wi iiiiii wwwiGwiwiwwwi iiwwwwiwwiiwiiiiii ■twiiwwiiwwiiwiiiiwwi— iwwwiiiiiwwiiiw iiwwiiw�y i wiiwwiiwwiwwiiiiC iw R': iwiiiiiiiiiwwwiiiiiwwwiiiwwwiiiiwwiiwiiiiiiii. iMEMOCiiiiiwiiwwi.RwCiiiiiwiiCCCCCCCC- iiwwiiiiii iiii iw w 1 iwwwwCCCCCCCCCiCCCCCCCCCCCCC' CCCCCCCCCCGCCCCCCCCiCOCCCC iiiii w' 'J MEMO w iw :�+Cs m t� ■■wsMEiw .'�CCCCCCCCCCCC iiiiiiiii iifG] iwwwwiiiiwwwii iiGiiiiiwwwiiiiGwwiGGGwGwi i C— CwiiwwwiiCCiiiiwiiiwiiiiw iw�a ws�+, iw iME� cop !`i�i.�a„ .�■w[1Nwiiiwwwiiwwii�SLWiiww ►�rryiiiiiiiwr�!�T ii%, wwwiiwwwwwiiwwwwwiiiw liwwwiwiwwwiwi iiiwwiwii- wwwwwiwwwwiiiw an =iwwwwiwwwiwwwiiiiMECiiwCCw� am iwwiiiiiiiwiiwwwwwwi !I iiii iiiiiiii iiii w iw iiwwiwwiwwwiwwiw iwiiiiiwiiw— MECw=iwCwiwwiwwwiww iiiiiiiii =iwww�noCw iiii h , '� wwwiiwwwiiiiwwwwiiii wwwiwiiiwwiiiwwwiwiiwwi iiiiiwiiiiiiiiiiiiiiw wiiwwiww wwwiwwiwiiii iiii wwiwwwwiiwwwwwiCiwwwwiiiiwwwiiiiiiwiiMMGCwCwiwwwwaCiiwiwwiiwiwi wwwiCwwwwwiwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwww wi wwwwwwwwiwiwiwww == GGGC�CCiE = GCC Gi ®wCCGCwCCCCCGCCCCC =iiiiiiiii iiiiwiwiiiiiiiii CC.CCCCCCCCCCCCCCC Cwi iii =iww CCCCCCCCCCCeCC iiii wwG7wiiwwwwiwwwwwwwCiww= wwwwwwwwwww= wiiwiii wwiww.■iwCiCiiwwiwwiw�iwwi iiiwwwiiiiiiiii iwwwiiiwwwwwiiw iiiii =iiwwmCwiCC iw i wCCliiiiwii- iiwiiiiwwwiwwi wwiwiiiwwiw CC�CCCCCCwCCCCCCCCCCCCCwCCCCCCCC- wiiiiwwwiiwiwwwwiwwwiiiwwiiiiiiii CCCCCCCCCCCiCC .i "CCCCCCCCCCCCCCCCCCC iiiiiii iiiiiwiiiii ii�iwwiiiwMwwwwwiiiwwww= CwwwwwiwwCwwiwwiwwwww =ii.l:iiiwiiwwiwwiwwiwiw- =CCom iwiiiiw i��ilf- QL 'iiiiii MUCC w iwwiiiwwwiiiiwiiwiiiww iiiiwiwwiiwwiiwwiiii ■L�iiiwwiiwiiii CCCGCCCCCCGCCGCCCC ■-C: C ^ir�aCriiiCCCCGC wwiiiwwwww�iiiwwwiiiiwwwwwwO iwwiiiwiii .'CQ�Gi'���:wiiwwiwiii 'N!4�IrJ++a+���lr rw.Iiiiwiiiwii yiwwwwwiiiwii=- wiiiiwiwiiiwwwwwiiiwwwwwiwiiwwiiwww wwiiiiwwiiwwiwwiiiCCa iiiwwwwiiiwwwiiiwwwwiiwwwwwwwwwwwwwwwwwwwiiiwww�" wiiwCCCGCCCCCGCCCCCCGGCCCCCCCCCiiMiiwwiii� w iwwiwiiwiwwi CCCCC. ww wwiiwww =G CCC��CCCiCiC:^ Ii/ L�L��J � = =CCG-Li37mm CCCCCCCCCGCCCCGGCCCCCCCCCCCCCGCCCCCCCGCCCCCC =CC wiiwiwii iwiiwwiwwiiwwiiiiwwwsiiwwwwwiiwwwiiw�J iiwiiiw�wwiiiwwwiiiwwwiiiiiiwiiiiiw ": ��TI:;uI 7.57:F�:, ad,7iwwiiwiiwwiiw iiiw■ry7i i�i7wii ■I.'7www■F.7iww■C7iwi`7wwif %iw iii =wi�wiwwiii ■L.7 iiiiiiiiiiiiiiiiiiii ww■[7wwi 7iiw ■iiiiiiii i7w M, In-% Ha F-M wCwwOwwwwwwwwwwwwwwww ww -www w wwwww —wwww wwwwwwwwwww— wwww— wwwwww —www w:s?:aia�- wwwwwwww ,zna�: -aa w.wwwwwCCGCCOE wwwww =EGEGCGCCCIs 101CC '� CGCCCGCCGG- CCGCCCCGGCGGGCC wwwwwwwwCiwwwwwwwwwwwwwwwww wwwwwwwwwww wwwwwwwwwwwwwww `wwwwwwwwwGCwwwwwwwwww ww wwwwwwwwww Cwwwwwwwwwwwwwww�.����� =ww ww =wwwwwwwwwwwwwwww wwwwwwwwwwwwwwww =CGGGGGGGE ww on Gwwwwwwwwwwwwwwwwwwwwwwwww CC�GGCGCGGCGGGGCCGCGGCCGG® wwrawwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwwww wwwwwww wMINE MEwww wwwwwwwwwwwwwwwwwwwwwwwwwwww G CGwCwCw GwwGCwwwwwwwwwww2 ww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww s GCGGCGGC wwwwwwwwwwwwwwwwww CGGCGCCGCGCGCiiGiiGG wwwwwwwwwwwwwwwwwwwwwwwwwwGww OEMInGwwwwwwwwwCwwwwwn on wwCwwwwww =- CGC wwnawwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�wwwwwwwwwwwi www www wwww wwwwwwww mom wwwwww ••• w w w■wwwwwwwwww w ■ wwwwwwwwwwwwwwwww wwwwwwswwwwwwwswwwwwwwwwwwwwr� .�sesasww wwwwwwswwww'w�wwwwwwwwwwGwwwwww wwr wwww wwrnaCwwwwwwwwwwwwwwwIs wwmwwwwCwGCwawNCwCwwCww wwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwww■■ wweeea�mas�r■wswwwwwwwwww�w mesas MEN C -r•±��wwiazs��.-. C w CwwwwwwwwwwwwwwEGCECCGGizii wwwww 1011111110 IIIIIINEIRM 001111111111 a.�r�� ■.�wryrw �Mw■.0 wwr*+arr�rr+eTlwwwwwwwwww ■.wrrrrw:r,re,r iwwwwwwwwww ww www- w��ww�;ri� 'rwr�rr�, wwwwww ■.wl� ■�w rwilGrw■GG■°rCC����w wwrnwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwww w wwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwCwwwmomEEE= ww wwwwwwwwwwwwwwww wwwwwwwwwwww w wwwwIs = = �0m===®= wwwwwwwwwwwwwwwww mCm��w- ww C�E��EweiwwwwCwwEGwwwwwwE� w ww wry wwwwww wi�4aflwwwwwwww www wwwwwww =wwwwwww wwwwwww w .wlwwwwwwwwwwwwwww wwwwwwwwwwwwwwwww wwwwwwwwswwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwww 00 wwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwww w IRS wwww wwwwwwwwwwwwwww wwwwwwwwwwwwwwwwCMMGCwwwwwwwwwwwwwwwwwwwwwwwCCwwwwGwwwwwwwwwwwwwwww wwmwwwwwwwwwwwwwwwwww wwwwww MIN wwwwwwwwwwwwwwwwwwwwwwwwwwwwww ww wwww www wCCwwwwwwwwwwwwwwM ww w wwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwww wwww www wwwwwwwwwwwCw wwwwwwwww wwwwwwwww w wwwwG wwww w w ■" wwwwwwwwwwwwwwwww wwwwww■wwwwwwwwwwC-Cwww wwwwwwwwwww wwwwwwwww www www wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwww wwwwwwwwwwwwwwwwwwwwwCwi ■.wwwwwwwMIN ■■w■.wwwwwwwwwwwGwwwww wwrawwwwwwwwwwwwwwwwww wwwwwwwwwwwwswwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwww wwmwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwi w■r#wwwwwww wwwwwwwwwwwwwwwwwwwwwwwww .��s=ss��awwww�III C i 'C■ ■ - wwwwww CGwwwwwwwwwwwwwwwwwwwCwwwwwwwr wwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwww; wwrc�wwwwwws GGGCosaaGassCa- wwwwwwwwwwwwwwwCwwwCGCCwwwwwwwwwwwwwrc� wwwwwwwwwwwwwwwwwwwwwwwww GGC�� .r9oGGawwwwwwwwwwwwww.�r.=uz www wwwwwwwwwwwwww.►r .°�' _w �i .CiiG�v*r ww��. xa wwEwwwwwwwww AMES wwwwwwwwwww mm wwwwwwww . i'w` w w ■■ ■rrri.■wvss� ...�,G nlwi.�rsTrwwwwwwwr�r ■ `9.CGwwwwwwwwwwwwwww srwwwwwwwwwww■s:3�u' ■:�+:u `.000GGGGCG cu��uwwwwwwwww wwwwwwwwS www wwwwwwwwwwwGGGGGGCGsiGGGCGGGwwCGGJiGGGGGOOw wwwwwwwwwww�.�� wwwwwwwwwwwwwwwwwwwwwwwwwww IRS wwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwCwGwwwwwwGCwwwwwwwwwwwwwwwwww w wwwwww wwwwwwwwwwwwwwwwww WE CCGC ■wwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwww wwwwwwww wwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwCCGCCCECC w`■CCCCCCCCWE wwww on www on wwwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwwwwwwww ww ww wwwwwwwwwwwwwwwwwwww wwwwwwwwwwww ww wwwwww =Cwwi w w wwwwwwwwwwwwwwwwwwwwsw ■iwwwwwwwwww wwwww www wwwwwwwwwwww www www wwwwwwwwwwwwwwwww�wwwwwwwwwwwwwwwwwwwwwwCw wwr�wwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwCwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwww wwrnwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww wswwwwwwwwwwwwswwww ww�wwwwwwwwwwwwwwwwCCwwwwwwwwwwwwwwCwM wwwwwwwwwwwwwwwwwww www mm Ell wwwwwwwwwww wwwwwwwwwww■ Ewwwwwww- wwwwwwww ..wwwwwwwwwwwwwww ■■ wwwwwwwwwwwwwwwwwww wnwwwwwwwwwwwwwwwww ww.s`7w Ell wwwaw■■wwwwwwwwwwwwwwwww a ■■wwwwwww mwwwwwwwCwwCwwwwsw ■ nwwwwwwwwwwwwwww wwwww wwwGwwwCwwwwwwwwwwwGwwwwwww wwwwwwwwwCwwwwwCwwwwwwwwwwwwwwwwwwwwwwwwwwwGwwww wmwwwwwwwwwwwwwwwwwwwwwwwwwww Is WE wwnawwwwwwGwwwwwwwwww������S�wwwSSS��s ww wwwwwwww wwwwema't' wwwwwww 17��GSa�7� wwwwwwwwww'. {��s.Tiaiwww_wwwww_wwwwwww ��lf.w■■wwwwwwwwwwwww���■w■Lwnfl wwwwwwwwww ..�����r= w wwwwwwww■cwwwwwwwwwwwwwwwGG ==== = =CCC ww Ala Y�.r_ ��J���Q _� ■ -�i ■ ww � °CCGCGCCGCCi�'�C .S+raTyarJ ,w'wi„�iwwMIES "•;�� ;�Tr� wwwwwwwwww wwwwwwwwwww CC�CCwwwwww== GCww0 �CwwwwCwwwwwwwww wwww wwwwwwwwwwwwwwwww - wwwwCwC�■ - -- - ------------------ CGCGww =--- wwCCCwwCwwwECCCGCCwCCCww■wwur- www =EE wGGCCCCCCCCCCGGGCis - =wG ------------ �.w...wwwa�C ww wGCC'! ;,"!!"���CGCGCGGCG wwwwww CGCCCCCww GCCC wwwwwwwwww wwwwwwwwwwCwwwwwwl wwwwwwwwGGwwwwGCwwWE IIIwwwwwwww wwwwwwwwwwwwwwwwww wwwwwwGwwCwwwCwGwwwwwwwwwwwwwwr wwwww ww www w wwwwwwww�Cwwwwh.w�ww ■■� ■wwwwwwwwww i�, wwwwwww w ww ww w ..:ah,�sr:_.. i,wwwww ------------ wwwwwwwwwwwwww ww ww wswwwwwwwwwwwwswwwwwwwwwwwwCGME wwwwwwwwwwwwwwwwwwwwwwwwwww - - - www - -- wwwwwwwww ------------ wwwww -------------------�_________ CwIII wwwwwwwww Ell wwwwwwwwwww�.rrw�'■wwwCwwwwwww wwCwwww�stius:.uu wwww_�ww• sors+rssorawwwwwwwww e■wwwwwwwwww r,■ww wwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCww wwwwwwwwwwwwwwwwww `wwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwCwwww wwwwwwwwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwww www■TiwRE ww wwwww w■ �GwwwwwwwGwwwwwwwwwwww wwwwwww wwwwwwwCCi!`'wwww wwwwwwwwwCw wwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwwwww wwwww wwwwwwwww wwwwwwwwwwwwwwwwMMGwGwww wwwwwwwwwwwwwswwwwwwIII w won C wSwwEwwwwwwwwwwwwwGEwwwwwwwwwwwwwwGNO ww Is w wwwwwwwwwwww wwwwwwwww■� ww wwwwwwwwwwwwwG wwwwww `lwwwww'www www �r�.wwww �r�,��,iw �l:Jll'Lga[:�!�wIs w �wC w w wwwwwwwwwwwwwwwwwwwwww wwwwww wwwwwwwwwCwwwwwwwww wwwww�wwwwwwwwwwwwwCwCwwwwwwwwwvnnsGsn- w wwwwwwwwwwww w wwwwww lwwwwwCGww wwwwwwwww•. .'T.r�,a� wwwwwwwwwwwwwwwwwwwwww wwwwwwwwwwwwwwwwwwwww��arui' 1+ �^, ■s�►rr �i�■ „ice rotari,u�.swwwwwwwwww wwwwwwwwCwwwwwwCwwwww wwwwwwwwwwww wwwwwwwwwwww wwwwwww =wCwwwwwww wwwww wwwwwwwww�we. ww wwwww wwwiwwwwwwwwwwwwww wwwwwww.:-a�rV., /.+lww wwwwwCwwwwwwwwwwwwwwwwwwwwswwwriww�: wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwi rrOMwnwwwwiiwwCCCGCwCCCCCCCC�CCCwiiIs www wwww` 7wwwv7wwwi7www t7wwwr7wwwv;7wli ,rrof ■0!' c�►,an..wwwwww �tll/ 15rw7C�w�L7www� wwwwwwwwwwwwwwwwwwwwwwww '.�wwww7Gww�7wwGIr wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww i'� J STORM WATER POLLUTION PREVENTION PLAN VALEWOOD DRIVE AND AUTUMN OAKS LANE COUNTY PROJECT NO.: 60106 COLLIER COUNTY SITE DESCRIPTION: A. CONSTRUCTION ON VALEWOOD DR AND AUTUMN OAKS LANE (ALIGNMENT) THE PROJECT 15 LOCATED IN COLLIER COUNTY IN SECTION 29. TOWNSHIP 48 SOUTH. RANGE 26 EAST. NEW CONSTRUCTION IS PROPOSED FROM VALEWOOD DR TO AUTUMN OAKS - IMPROVEMENTS ARE ALSO PROPOSED ON AUTUMN OAKS LANE AND OAKS BLVD. THE PROPOSED PROJECT IS APPROXIMATELY 0.33 MILES LONG. THE COLLIER COUNTY GOVERNMENT PROPOSES TO CONSTRUCT THE IMPROVEMENTS AS AN URBAN ROADWAY WITH SIDEWALKS. TREATMENT ON VALEWOOD DR /AUTUMN OAKS LANE WILL BE PROVIDED BY WET DETENTION. THE SIZE OF THE STORMWATER MANAGEMENT FACILITIES WERE DETERMINF-D BY PROVIDING THE REQUIRED TREATMENT VOLUME AND ATTENUATION OF THE REQUIRED 25 YR -72HR STORY EVENT. DRAWDOWN WILL BE ACCOMPLISHED USING A 3" DIAMETER ORIFICE. B. SEQUENCE OF MAJOR SOIL DISTURBING ACTIVITIES AND IMPLEMENTATION OF CONTROLS: 1. INSTALLATION OF CONTROL MEASURES. E. CLEARING. GRUBBING, AND EXCAVATION. 3. POND EXCAVATION. 4. EXCAVATION ASSOCIATED WITH PLACEMENT OF STORY SEWER. DITCH AND SWALE CONSTRUCTION. 5. EARTHWORK ASSOCIATED WITH ROADWAY CONSTRUCTION - 6. FINAL SOD. C. GENERAL NOTES: ' 1. ALL EROSION CONTROL DEVICES FOR EACH PHASE OF WORK ARE TO BE INSTALLED PRIOR TO BEGINNING WORK ON THAT PHASE - 2. INSTALL SILT FENCE WHERE LISTED IN THE CONTRACTOR'S APPROVED EROSION CONTROL PLAN FOR PERIMETER CONTROLS BEFORE THE LAND 1S DISTURBED. J. PROVIDE SYNTHETIC BALES WHERE LISTED IN THE CONTRACTOR'S APPROVED EROSION CONTROL PLAN FOR DITCH BLOCKS DURING CONSTRUCTION. 4. PROVIDE ROCK BAGS AT INLET OPENINGS. CONTRACTOR WILL BE RESPONSIBLE FOR REMOVAL OF ROCK DEBRIS RESULTING FROM DAMAGED OR DEGRADED ROCK BAGS. 5. COVER OR STABILIZE DISTURBED AREAS AS SOON AS POSSIBLE. S. DO NOT DISTURB AN AREA UNTIL IT 15 NECESSARY FOR CONSTRUCTION TO PROCEED. 7. TIME CONSTRUCTION ACTIVITIES TO LIMIT IMPACT FROM SEASONAL CLIMATE CHANGES OR WEATHER EVENTS. 8. DO NOT REMOVE PERIMETER CONTROLS UNTIL AFTER ALL UPSTREAM AREAS ARE FULLY STABILIZED AND PERMANENT GRASSING IS ESTABLISHED. D. PROJECT AREAS-' THE ESTIMATED TOTAL PROJECT AREA ON VALEWOOD IS 3 -45 ACRES. THE ESTIMATED AREA TO BE DISTURBED DUE TO CONSTRUCTION ACTIVITIES IS 3.45 ACRES E. RUN OFF COEFFICIENTS BEFORE CwfB). DURING CwfOl AND AFTER Cw(A) CONSTRUCTION: RUN OFF COEFFICIENT FOR: GRASSED SHOULDERS ADJACENT TO ROADWAY: C-0.20 IMPERVIOUS ROADWAYS AND PAVED SHOULDER: C-0.95 WEIGHTED RUN OFF COEFFICIENT., BEFORE: CW(B) = 0.27 DURING: Cw(D) = 0.23 -0.86 AFTER: Cw(A) = 0.84 F. DESCRIPTION OF SOIL OR QUALITY OF DISCHARGE: ACCORDING TO THE USDA SOIL CONSERVATION SERVICE SOIL SURVEY OF COLLIER COUNTY. THE PREDOMINANT SOIL TYPE I$ HYDROLOGIC SOIL GROUP BID. WITH A DEPTH 7'0 THE SEASONAL HIGH WATER TABLE OF 1.0 FEET. A ROADWAY SOIL SURVEY 15 CONTAINED IN THE CONSTRUCTION PLANS. PB AMERICAS, INC. SOS ..M 4w- SC 94N l00 mFWW 33W m wa✓ Auq lN,tl6t EdN Grgo ry OIm+. IF. fib. S!! G. ESTIMATED DRAINAGE AREA : I - SITE MAP: INCLUDED WITH PLAN SET 2. DRAINAGE MAP: INCLUDED WITH PLAN SET H. RECEIVING WATERS. ROADSIDE SWALE 1. THE OUTFALLS ARE 303(d) LISTED WATERS FOR TOTAL SUSPENDED SOLIDS (TSS), TURBIDITY, AND SETTLEABLE SOLIDS. J. OUTFALL LOCATIONS: (TEMPORARY AND PERMANENT] N/A K. WETLAND IMPACTS: 0.00 ACRES L- DESCRIPTION OF STORMWATER MANAGEMENT: PROPOSED I. PRESENTLY, THERE ARE THREE EXISTING DRAINAGE BASINS THAT TYPICALLY SHEET -FLOW TO LOW POINTS. FOR PROPOSED CONDITIONS, ON -SITE FLOWS ARE MANAGED BY A STORMSEWER SYSTEM WHICH DIRECTS RUNOFF TO THE DETENTION PONDS. THE EXISTING DRAINAGE PATTERNS FOR THE OFF -SITE FLOW WILL NOT BE MODIFIED OR AFFECTED BY THE ADDITION OF THE-NEW ROAD. Z. OFF -SITE RUIN' -OFF SHOULD BE CONVEYED THROUGH THE CONSTRUCTION AREA, BY WAY OF PROPOSED CROSSDRAINS AS SHOWN ON THE PLANS. THIS FLOW CAN ADD VOLUME AND SIZE TO STRUCTURAL PRACTICES, REQUIRING MORE FREQUENT MAINTENANCE AND LIMITING EFFECTIVENESS OF EROSION AND SEDIMENT CONTROLS - 3. THE CONTRACTOR WILL PROVIDE POLLUTION CONTROL BY IMPLEMENTING DUST CONTROL DURING ALL PHASES OF CONSTRUCTION. THIS WILL BE ACCOMPLISHED BY USING WATER TRUCKS. 4. THE STORIIWATER SHALL BE CONVEYED TO THE PERMANENT STORMWATER MANAGEMENT FACILITY fTREATUENT POND)- THE PROPOSED POND SHALL BE CONSTRUCTED WRING THE INITIAL PHASE OF CONSTRUCTION AND USED DURING CONSTRUCTION OF THE ROADWAY AS TEMPORARY SEDIMENT BASIN. 5, THE CONTRACTOR SHALL TAKE ALL REASONABLE PRECAUTIONS TO PREVENT UNAUTHORIZED MATERIALS FROM ENTERING THE WATERWAYS. /1. CONTROLS: EROSION AND SEDIMENT CONTROLS A. WATER QUALITY MONITORING SHALL BE CONDUCTED BY THE PROJECT ENGINEER UPON THE OBSERVATION THAT THE WATER QUALITY STANDARDS MAY BE VIOLATED BY THE CONTRACTOR'S ACTIVITIES- MONITORING LOCATIONS SHALL BE DESIGNATED BY THE PROJECT ENGINEER. THE PROJECT ENGINEER WILL BE RESPONSIBLE FOR MONITORING ANY ACTIVITIES FOR VIOLATION OF WATER QUALITY STANDARDS AS THEY RELATE TO TURBIDITY (29NTU'S ABOVE BACKGROUND). MONITORING OF WATER QUALITY SHALL BE CONDUCTED A MINIMUM OF TWICE DAILY FOR ANY EARTHWORK ACTIVITIES WITHIN THE IMPROVEMENT AREA. MONITORING WILL BE ACCOMPLISHED BY RECORDING TURBIDITY READINGS FROM THE CENTER OF THE STREAM. ONE ( 11 UPSTREAM OF THE ACTIVITY AND ONE Ill DOWNSTREAM OF THE EROSION CONTROL DEVICES. BUT WITHIN THE PROJECT RIGHT -OF -WAY. IF WATER QUALITY STANDARDS ARE VIOLATED. CONSTUCTION SHOULD BE STOPPED IMMEDIATELY AND EROSION CONTROL DEVICES RE- EVALUATED BY THE COUNTY REPRESENTATIVE PRIOR TO ANY CONTINUATION OF ACTIVITY. MONITORING ACTIVITIES AND TURBIDITY READINGS SHALL BE RECORDED ON THE CONSTRUCTION INSPECTION REPORT AND CONTINUED UNTIL TURBIDITY READINGS FALL BELOW AN ACCEPTABLE LEVEL 129NTU -5 ABOVE BACKGROUND). WATER QUALITY MONITORING MAY BE CONDUCTED DURING ANY PHASE OF CONSTRUCTION AS DIRECTED BY THE PROJECT ENGINEER. B. DURING THE CONSTRUCTION OPERATIONS. THE FOLLOWING CONTROL MEASURES WILL BE USED TO PREVENT EROSION AND SEDIMENTATION: CLEARING AND GRUBBING OPERATIONS ARE CONTROLLED SO AS TO MINIMIZE UNPROTECTED ERODIBLE AREAS EXPOSED TO WEATHER. AREAS OUTSIDE THE LIMITS OF CONSTRUCTION WILL NOT BE DISTURBED. EXCAVATED MATERIAL WILL NOT BE DEPOSITED IN LOCAT(ONS .WHERE IT COULD BE WASHED AWAY BY HIGH WATER OR STORM WATER RUNOFF AND STOCXPILES'S /PALL BE COVERED OR ENCIRCLED WITH SEDIMENT CONTAINMENT DEVICES. NEW AND EXISTING STRUCTURES WILL BE PROTECTED FROM SILTATION DURING CONSTRUCTION. UNDEADRAIN SYSTEMS WILL REMAIN PLUGGED AND OFFLINE UNTIL THE PROJECT HAS STABILIZED. �gl�o 7RAIV9PgRTA 710NV B7VWV68'RfiW AND CO M7NE4 7 / ,yANAI,BABN'P DBPAR77BNT TSHEET SMRNWATER POLLUTION rx71Ni1 W(/NT7 PROTECT xG. COLLIER 60106A PREVENTION PLAN U) F...s :II' STABILIZATION PRACTICES: THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE FOLLOWING MEASURES: DEVELOPING A DETAILED EROSION AND SEDIMENT CONTROL PLAN. THE PLAN WILL INCLUDE: I. PROJECT SCHEDULE WITH EROSION AND SEDIMENT CONTROL INSTALLATION AND MAINTENANCE TIED TO SPECIFIC DATES OR CONSTRUCTION ACTIVITIES. E- ALTERATIONS TO THE DESIGN EROSION AND SEDIMENT CONTROLS DOE TO THE DIFFERENCES BETWEEN THE COUNTIES DESIGN PLANS AND ANTICIPATED CONSTRUCTION PHASING AND THE CONTRACTOR'S CONSTRUCTION METHODS AND PHASING. 3. NAME AND PIAONE NUMBER OF CONTRACTOR'S REPRESENTATIVE RESPONSIBLE FOR EROSION AND SEDIMENT CONTROL INSTALLATION AND MAINTENANCE ON A 21 HOUR BASIS. EROSION AND SEDIMENT CONTROL MEASURES ARE TO BE PLACED PRIOR TO. OR AS THE FIRST STEP IN CONSTRUCTION. SEDIMENT CONTROL DEVICES WILL BE EMPLOYED AS A PERIMETER DEFENSE AGAINST ANY TRANSPORTATION OF SILT OFF THE SITE. STABILIZATION MEASURES SHALL BE INITIATED FOR EROSION AND SEDIMENT CONTROL ON DISTURBED AREAS AS SOON AS PRACTICABLE IN PORTIONS OF THE SITE WHERE CONSTRUCTION ACTIVITIES HAVE TEMPORARILY OR PERMANENTLY CEASED. BUT IN NO CASE MORE THAN 14 DAYS AFTER THE CONSTRUCTION ACTIVITY IN THE PORTION OF THE SITE HAS TEMPORARILY OR PERMANENTLY CEASED. PERMANENT SOIL EROSION CONTROL MEASURES FOR ALL SLOPES, CHANNELS. DITCHES OR ANY DISTURBED LAND AREAS SHALL BE COMPLETED IMMEDIATELY AFTER FINAL GRADING. WHEN IT IS NOT POSSIBLE TO PERMANENTLY PROTECT A DISTURBED AREA IMMEDIATELY AFTER GRADING OPERATION. TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTALLED. ALL TEMPORARY PROTECTION SHALL BE MAINTAINED UNTIL PERMANENT MEASURES ARE IN PLACE AND ESTABLISHED. THE CONTRACTOR SHALL FURNISH, INSTALL. MAINTAIN, AND SUBSEQUENTLY REMOVE. ALL NECESSARY EROSION CONTROL, INCLUDING BUT NOT LIMITED TO SILT FENCES, HAY BALES, TURBIDITY BARRIERS AND ANY OTHER MISCELLANEOUS ITEMS AS INDICATED WITHIN THE CONTRACT DOCUMENTS, OR AS REQUIRED PER APPLICABLE STANDARDS OR THE PROJECT ENGINEER. THE CONTRACTOR IS ADVISED THAT THE CONTRACT DRAWINGS ONLY INDICATE EROSION, SEDIMENT, AND TURBIDITY CONTROLS AT LOCATIONS DETERMINED IN THE DESIGN PROCESS. HOWEVER, THE CONTRACTOR 15 REQUIRED TO PROVIDE ANY ADDITIONAL CONTROLS NECESSARY TO PREVENT THE POSSIBILITY OF SILTING ANY ADJACENT LOWLAND PARCEL OR RECEIVING WATER- D. THE FOLLOWING STRUCTURAL PRACTICES MAY BE INCLUDED AS PAY ITEMS IN THE SUMMARY OF QUANTITIES WITHIN THE CONSTRUCTION PLANS: 1. SILT FENCES E- SYNTHETIC BALES 3- ROCK BAGS 4. SOIL TRACKING PREVENTION DEVICES AT CONSTRUCTION ENTRANCES /EXITS E. SILT FENCE LOCAT IONS: I. SILT FENCE SHALL BE USED ALONG THE LENGTH OF THE PROJECT WHERE THE EXISTING GROUND SLOPES AWAY FROM THE RIGHT -OF -WAY OR WHERE THERE IS POTENTIAL FOR SEDIMENT TO BE DIRECTED OFFSITE. SILT FENCES SHOULD ONLY BE USED 1F: A- WETLANDS OR WATERS OF THE U -S. ARE INVOLVED B. UNDISTURBED VEGETATION OUTSIDE LIMITS OF CONSTRUCTION ARE NOT ADEQUATE TO FILTER RUN OFF 2. STOCKPILE AREAS SHALL INCLUDE SILT FENCE AROUND THE PERIMETER. F. SYNTHETIC BALE LOCATIONS: GENERALLY, SYNTHETIC BALES SHALL BE INSTALLED AT PROPOSED INLET LOCATIONS AND AS DITCH BLOCKS TO AVOID DOWNSTREAM SILTATION. DITCH BLOCKS SHOULD BE PLACED APPROXIMATELY EVERY 300 FEET - G. ROCK BAG LOCATIONS: GENERALLY, ROCK BAGS SHALL BE INSTALLED FOR THE PURPOSE OF CONTROLLING SILTATION AT CURB AND GUTTER INLETS WHERE ONE CAN NOT DRIVE A STAKE.THE CONTRACTOR WILL BE RESPONSIBLE TO REMOVE THE ROCK DEBRIS FROM THE INLETS. H. CONSTRUCTION ENTRANCES /EXITS: SOIL TRACKING PREVENTION DEVICES (INDEX 106) SHALL BE PROVIDED FOR BOTH ON-SITE AND OFF -SITE LOCATIONS OF STOCKPILED OR EXCAVATED MATERIAL, INCLUDING PROPOSED POND SITES, IF IMMEDIATELY ADJACENT TO A PUBLIC ROADWAY, THE ENGINEER SHALL BE RESPONSIBLE FOR MODIFYING THE SYSTEM OR PROCEDURES AS NEEDED. PS AMERICAS. INC. sos Wr QOMY S65M xo Y �P a.l.r AW►!.O'B E➢W Gryyry pA,yy P.E. d ]tlJ Ill. OTHER CONTROLS: A. WASTE DISPOSAL: TO BE DEVELOPED AS PART OF THE.CONTRACTOR'S STORMWATER POLLUTION PREVENTION PLAN- B. OFF SITE VEHICLE TRACKING /SPILLAGE: TO BE DEVELOPED AS PART OF THE CONTRACTOR'S SWPPP. C. APPROVED STATE AND LOCAL PLANS OR PERMITS. SOUTH FLORIDA WATER MANAGEMENT DISTRICT, PERMIT NUMBER: PENDING D. APPLICATION OF FER7 It IZERS AND PESTICIDES TO BE DEVELOPED AS PART OF THE CONTRACTOR'S SWPPP. E. NON- STORMWATER (INCLUDING SPILL REPORTING) THE CONTRACTOR WILL PROVIDE THE COUNTY WITH AN EROSION CONTROL PLAN THAT WILL INCLUDE SPILL CONTAINMENT, REPORTING, AND RESPONSES. THE PLAN SHALL SPECIFY WHAT MANAGEMENT PRACTICES AND CONTAINMENT METHODS WILL BE USED TO PREVENT POTENTIAL POLLUTANTS (FUEL. LUBRICANTS. HERBICIDES, ETC) FROM SPILLING ONTO THE SOIL OR INTO THE SURFACE WATERS. WHEN THE CONTRACTOR ENCOUNTERS A SPILL, CONSTRUCTION WILL STOP AND WORK WILL NOT RESUME UNTIL DIRECTED BY THE PROJECT ENGINEER. DISPOSITION OF HAZARDOUS WASTE WILL BE MADE IN ACCORDANCE WITH ANY REQUIREMENTS AND REGULATIONS OF ANY LOCAL. STATE, OR FEDERAL AGENCY THAT MAY HAVE JURISDICTION. IV. MAINTENANCE: THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL POLLUTION PREVENTION CONTROLS. DAILY INSPECTIONS SHALL BE MADE BY THE CONTRACTOR TO DETERMINE THE EFFECTIVENESS OF EROSION SEDIMENTATION, TURBIDITY, AND POLLUTION CONTROL MEASURES -, REMEDIAL ACTION SHALL BE PERFORMED IMMEDIATELY. V. INSPECTION: THE CONTRACTOR IS REQUIRED TO INSPECT ALL EROSION CONTROL FEATURES AT LEAST ONCE EVERT SEVEN CALENDAR DAYS AND WITHIN 21 HOURS OF THE END OF A STORM OF 0.25 INCHES (6MMJ OR GREATER. IN ADDITION. MAINTAIN ALL EROSION CONTROL FEATURES AS REQUIRED HEREIN AND AS SPECIFIED IN STATE AND /OR FEDERAL ENVIRONMENTAL REGULATORY PERMITS. THIS INCLUDES, BUT IS NOT LIMITED TO, THE DAILY REVIEW OF THE LOCATION OF SILT FENCES IN AREAS WHERE CONSTRUCTION ACTIVITIES HAVE CHANGED THE NATURAL CONTOUR AND DRAINAGE RUNOFF TO ENSURE THAT SILT FENCES ARE PROPERLY LOCATED FOR EFFECTIVENESS- THE CONTRACTOR WILL USE A FORM ACCEPTABLE TO THE ENGINEER TO REPORT ALL INSPECTION FINDINGS AND CORRECTIVE ACTIONS TAKEN AS A RESULT OF THE INSPECTION. THE CONTRACTOR WILL SIGN EACH REPORT AND SUBMIT It WEEKLY TO THE ENGINEER. VI- TRACKING AND REPORTING: A- THE CONTRACTOR SHALL SUBMIT A WEEKLY REPORT TO THE COUNTY DOCUMENTING THE INSPECTIONS AND MAINTENANCE OR REPAIRS TO THE SEDIMENT CONTROL DEVICES. THE CONTRACTOR WILL ALSO SUBMIT THE REPORT AFTER A RAIN EVENT OF 0.25" OR GREATER. THE CONTRACTOR SHALL MAINTAIN ALL REQUIRED REPORTS AND COMPLETE ALL SWPPP INSPECTION FORMS. B. PREPARATION OF ALL THE CONTRACTOR'S REPORTS OF INSPECTION, MAINTENANCE AND REPAIRS REQUIRED FOR THE CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION, SHALL BE INCLUDED IN THE INDIVIDUAL COSTS OF THE EROSION CONTROL DEVICES OF THE PROJECT, Vll. REFERENCES: THE CONSTRUCTION PLANS, FOOT STANDARD INDEX (JANUARY EOOB), SPECIFICATIONS, AND DRAINAGE CALCULATIONS AS PREPARED BY PS AMERICAS FOR VALEWOOD DR, AUTUMN OAKS LANE. AND OAKES BLVD ARE HEREBY REFERENCED AND MADE A PART OF THIS PLAN. lRAA3N4RTA770N RNkWVB$RRNp AND QO,'Z7RGL'771OMT NANA6WAMVT .DIM'ARTMRVT COLLIER I 60106A SMRMWATER POLLUTION PREMWION PLAN (2) SHEET N0. 52 GENERAL NOTES (APPLICABLE TO ALL PHA S/ I. TRAFFIC CONTROL SHALL CONFORM TO 2008 FLORIDA DEPARTMENT OF TRANSPIORFATION DESIGN STANDARDS-AND THE 2003 EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (IATCDI. Z- THE CONTRACTOR SMALL COORDINATE THE TRAFFIC CONTROL PLANS 1TCPJ PHASING FOR THIS PROJECT IN CONJUNCTION WITH THE TRAFFIC CONTROL PLANS FOR ANY ADJACENT CONSTRUCTION PROJECTS. NO ADDITIONAL COMPENSATION SHALL BE PROVIDED FOR THIS COORDINATION. J. ALL COSTS TO MAINTAIN TRAFFIC NOT INCLUDED INDIVIDUALLY AS A BID ITEM SHALL BE INCLUDED IN THE LUMP SUM PRICE FOR MAINTENANCE OF TRAFFIC. PAY ITEM 102 -I. I. THE CONTRACTOR SHALL PROVIDE TO THE ENGINEER FOR APPROVAL. BOTH IN WRITTEN FORM AND WITH DRAWINGS. HIS/HER PROPOSED METHOD OF ENTERING AND LEAVING THE CONSTRICTION SITES DURING EACH PHASE. S. WHENEVER CONSTRUCTION EQUIPMENT IS BEING DRIVEN OR TRANSPORTED ON THE OPEN TRAVEL LANES, THE CONTRACTOR SHALL USE INDEX 619. 6. ALL POSTED SPEED LIMITS PRIOR TO CONSTRUCTION SHALL BE MAINTAINED UNLESS OTHERWISE SHOWN IN THE PLANS- EXISTING SPEED LIMIT SIGNS AND OTHER REGULATORY SIGNS WITHIN THE PROJECT LIMITS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED IN THE PLANS OR DIRECTED BY THE ENGINEER. T. MINIMUM LANE WIDTHS SHALL BE UTILIZED IN ACCORDANCE WITH INDEX 600 UNLESS OTHERWISE NOTED IN THE TRAFFIC CONTROL PLANS. N. FOR PEDESTRIAN FACILITIES NOT DEFINED IN THE TRAFFIC CONTROL PLANS. TIIE CONTRACTOR SHALL MAINTAIN SAFE PEDESTRIAN ACCESS TO EXISTING SIDEWALKS IN ACCORDANCE WITH INDEX 660. 9. THE CONTRACTOR SHALL MAINTAIN ACCESS (PEDESTRIAN AND VEHICULARI TO .BUS STOPS AT ALL TIMES. 10. TEMPORARY PAVEMENT DESIGN: 6' LIYEROCK BASE AND 2' STRUCTURAL COURSE. REFER TO TCP PLANS FOR LOCATIONS OF TEMPORARY PAVEMENT. LANE CLOSURES AND DETOURS (APPLICABLE TO ALL PHASESI If- THE CONTRACTOR SHALL SUBY IT A WRITTEN PLAN. WHICH DETAILS EACH ACTIVITY INVOLVED IN THE LANE CLOSURE, THE PLAN SHALL INCLUDE BACK -UP PLANS FOR ACTIVITIES CRITICAL TO RE _OPENING THE LANES TO TRAFFIC. THE BACK -UP PLAN SHALL INCLUDE THE ACTIVITIES OF ALL SUBCONTRACTORS', OPERATIONS AS WELL AS THE PR /ME .CONTRACTOR'S. NO LANE CLOSURE *'LL BE ALLOWED WITHOUT A PLAN TO ACHIEVE REOPENING. AN EXAMPLE OF AN ACCEPTABLE BACK -UP PLAN WOULD INCLUDE THE CONTRACTOR CHOOSING TO HAVE TEMPORARY TAPE ON HAND. 12. THE CONTRACTOR -SHALL NOT WORK OVER OPEN TRAVEL LANE. A CAME CLOSURE SHALL BE REQUIRED WHENEVER A BOOM ARM OR BUCKET CROSSES A TRAVEL LANE. FOR ALL OTHER OVERHEAD WORK, THE CONTRACTOR SHALL CLOSE THE LOAD AND DETOUR TRAFFIC PER THE DETOUR PLANS IN THE TRAFFIC CONTROL PLANS. 13. THE CONTRACTOR SHALL NOTIFY THE ENGINEER A YININOM OF 14 DAYS )N ADVANCE OF ANY LANE OR ROAD CLOSURES. THE FOLLOWING LANE CLOSURE TIMES CAN BE UTILIZED BY THE CONTRACTOR WHEN NO OTHER LANE CLOSURES ARE IN USE ON THE FACILITY WRING THE CURRENT PHASE OF CONSTRUCTION: SINGLE LANE CLOSURES (IN EITHER OR BOTH DIRECTIONS/: IYMOKALEE RD. 9 AM TO 4 PY b T PM TO 6 AY AUTUMN OAKS LN. 9 AY TO f PM 6 7 PAT TO 6 AY VALEWOOD DR. 9 AY TO 1 PY L T PM TO 6 AM RAKES BLVD. 9 AY TO 4 PM L 7 PM TO 7 AY It. LANE CLOSURES OR DETOURS WILL NOT BE PERFORMED DURING HOLIDAY PERIODS AS IDENTIFIED IN SPECIFICATION 6 -6.I. WEDNESDAY NIGHT PRIOR TO THANKSGIVING DAY AND FRIDAYS PRIOR TO MEMORIAL DAY AND LABOR DAY. IN ADDITION TO THESE AND PREVIOUSLY SPECIFIED LIMITATIONS ON LANE CLOSURES AND DETOURS. THE COUNTY MAY DIRECT 21 DAYS IN ADVANCE WHEN NO LANE CLOSURES OR DETOURS WILL BE PERMITTED. THE CONTRACTOR WILL BE PROVIDED NO LESS THAN li DAYS NOTICE OF THESE EVENTS AND THEY SHALL BE AT NO ADDITIONAL COSTS OR TIME TO THE COUNTY. 15. FOR PERMISSIBLE DURATION OF ROAD CLOSURES DURING DETOURS SEE APPROPRIATE DETOUR PLANS. HOWEVER. THE CONTRACTOR MAY REQUIRE LONGER DURATIONS FOR OTHER TIME CoNSUM/NG CONSTRUCTION ACTIVITIES. IF ALTERNATIVE DURATIONS (I.E. WEEKENDS. WEEKDAYS. ETC -) ARE NECESSARY, THE CONTRACTOR SHALL NOTIFY THE YANAG ING AGENCY OF THAT FACILITY (I.E. FOOT. THEA OR COLLIER COVNTYI AT LEAST ONE MONTH IN ADVANCE TO ALLOW FOR REVIEW OF THE PROPOSED CLOSURE AND PUBLIC AWARENESS MEASURES TO RE UTILIZED. 16. THE CONTRACTOR SHALL NOT CLOSE MORE THAN ONE CONSECUTIVE CROSSROAD AT A TINE UNLESS OTHERWISE NOTED IN THE TRAFFIC CONTROL PLANS. - IT. UNIFORMED TRAFFIC CONTROL OFFICER (PAY ITEM 102 -14) SHALL BE USED TO DIRECT TRAFFIC AT SIGNALIZED INTERSECTIONS WHEN THE SIGNAL CONTROL IS TEMPORARILY INACTIVE AND AS CALLED FOR IN THE DETOUR PLANS. ANY ADDITIONAL HOURS THAT THE CONTRACTOR DEEMS NECESSARY SHALL BE INCLUDED IN THE BID PRICE FOR MAINTENANCE OF TRAFFIC. PAY ITEM /02 -1 MILLING AND PAVING OPERATIONS (APPLICABLE TO ALL PHASESI IN- THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AN ASPHALT APRON (OVERBUILT) AT A 1 ;30 TAPER IM ACCORDANCE WITH INDEX 600 AT ALL BRIDGES WHERE THE DIFFERENCE BETWEEN THE FINISHED GRADE ON THE BRIDGE AND EXISTING GRADE ON THE ROADWAY PRIOR TO COMPLETION OF MILLING. RESURFACING; AND OVERBUILD EXCEEDS ONE INCH. 19- THE CONTRACTOR SHALL LIMIT THE LENGTH OF PILLING OPERATIONS TO ASSUME THAT TRAFFIC IS NOT PLACED ON ANY ASPHALT MILLED SURFACE - 90. WHEN THE CONTRACTOR IS REQUIRED. TO PERFORM OPEN CUTTING OF PAVEMENT FOR UNDERGROUND APPURTENANCE CONSFAUCTIONI INDEXES 613 AND/OR 614 SHALL BE USED TO MAINTAIN TRAFFIC. BEFORE OPENING THE LANES TO TRAFFIC THE CONTRACTOR SHALL BACKFILL AND COMPACT THE TRENCH AND COVER WITH A PAVED SURFACE OR OTHER DRIVABLE TRENCH POSITION. 21, THROUGHOUT THE MILLING OPERATIONS THE CONTRACTOR SHALL HAVE A SELF - CONTAINED VACUUM TYPE NUBILE BROOM ON THE JOB FOR CLEAN-UP OF MILLED DUST MATERIAL. SIGNS AND PAVEMENT MARKINGS /APPLICABLE TO ALL PHASESI 22. ARROWS ON THE PLANS INDICATE DIRECTION OF TRAFFIC. THEY GO NOT REPRESENT PAVEMENT MARKINGS UNLESS SPECIFICALLY NOTED AS SUCH. 23. FOR TEMPORARY CONSTRICTION SIGNS LOCATED IN PAVED AREAS THE CONTRACTOR SHALL FROVIBE TEMPORARY SIGN SUPPORTS WHICH W NOT PENETRATE THE PAVEMENT. THE COST OF THIS SUPPORT SHALL BE INCLUDED 1N THE UNIT PRICE OF THE SIGN. 21. ALL SIGNING SHALL BE IN PLACE PRIOR TO OPENING OF THE ASSOCIATED FACILITY. 2S, ALL TEMPORARY PAVEMENT MARKINGS SHALL BE PLACED IN ACCORDANCE WITH INDEX 600. ON EXISTING BRIDGE DECKS AND APPROACH SLABS. THE CONTRACTOR SHALL USE PAINTED PAVEMENT MARKINGS (PAY ITEM T10 -1 /1 SUPPLEMENTED WITH REFLECTIVE PAVEMENT MARKERS /PAY ITEM 706 -3). TO BE PLACED IN ACCOfDANCE WITH INDEXES 600 AND 17352. THE USE OF TEMPORARY TAPE IS NOT PERMITTED FOR THESE APPLICATIONS. 26. CONFLICTING PAVEMENT MARKINGS SHALL BE REMOVED BY WATER BLASTING ONLY. ALL EXISTING PAVEMENT MARKINGS THAT ARE ALTERED SHALL BE REPLACED UPON COMPLETION OF THE PROJECT. ALL COSTS FOR REMOVAL OF EXISTING.OR TEMPORARY PAVEMENT MARKINGS SHALL BE INCLUDED IN THE BID PRICE FOR MAINTENANCE OF TRAFFIC, PAY ITEM 102 -1. THE REPLACEMENT OF MARKINGS SMALL BE PAID FOR UNDER THE APPROPRIATE BID ITEM. 2T. CAUTION SHOULD BE EXERCISED WHILE RELOCATING EXISTING SIGNS SO AS To PREVENT DAMAGE TO THE SIGNS- IF THE 51GNS ARE DAMAGED BEYOND USE. AS DETERMINED BY THE ENGINEER, THEY SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE - 28. ART EXISTING SIGN TO REMAIN OR TO HE RELOCATED THAT IS DISTURBED DURING CONSTRUCTION SHALL BE RESET TO CURRENT STANDARDS FOR HEIGHT, OFFSET, AND METHOD OF INSTALLATION. COST OF THIS WORK SHALL BE REFLECTED IN THE PAY ITEM 102 -I. 29. ALL PHASE SPECIFIC SIGNS SHALL BE COMPLETELY COVERED OR REMOVED WHEN NOT IN USE- DRAINAGE (APPLICABLE TO ALL PHASES) 30- STORNWATER RUN -OFF MUST BE CONVEYED TO FUNCTIONAL PORTIONS OF THE NEW DRAINAGE SYSTEM BEFORE THE EXISTING DRAINAGE SYSTEMS CAN BE REMOVED. 31. STRICTURE PIPES CROSSING TIE ROADWAY THAT ARE 4T£NDED TO BE BUILT IN STAGES. THE CONSTRICTION INTENT 15 TO BUILD PART OF EACH STORY SEWER SYSTEM AS INDICATED WITHIN EACH PHASE'S WORK ZONE. THE PIPES THAT ARE NOT NEEDED FOR CONVEYANCE ARE TO BE CAPPED OFF AND BACK FILLED WITHIN EACH WORK DAY PER STANDARD INDEX 600 DROP -OFF CRITERIA. WHEN THE FUTURE PHASES CALL FOR THE CONNECTIONS TO FINISH EACH CROSSING THE INTENT 1S. AS MENTIONED ABOVE, TO BACKFILL WITHIN EACH WORK DAY PER STANDARD INDEX 600 DROP -OFF CRITERIA. IF THE CONTRACTOR CHOOSES TO USE BARRIER WALL FOR THESE CONNECTIONS AND PIPE CONSTRUCTION IT WILL BE AT HIS EXPENSE. 32. ANY TEMPORARY DR AGE I- THAT YAT SE REQUIRED AS A RESULT OF THE PHASED DRAINAGE CON ggLTJOh Dq'OTI(ERI'I SE NOTED IN THE TRAFFIC CONTROL PLANS. SHALL BE INCL OED IN THE LUMP SUM PRICE FOR MAINTENANCE OF TRAFFIC, PAY /TEN 10 2'I'. CONTRACTOR ACCESS TO WORK SITE (APPLICABLE TO ALL PHASES) 33. THE CONTRACTOR SHALL MINIMIZE DISRUPTION TO ANY BUSINESSES ADJACENT TO TIIE PROJECT. LIYI TS. 34. THE CONTRACTOR SHALL DEVELOP FOR SUBMISSION TO THE ENGINEER AN ACCESS PLAN FOR CONSTRUCTION VEHICLES ENTERING AND EXITING THE CONSTRUCTION WORK ZONES. ADDITIONAL WARNING SIGNS OR OTHER REQUIREMENTS IDENTIFIED BY THE ENGINEER SHALL BE IMPLEMENTED BY THE CONTRACTOR PRIOR TO WORK BEGINNING IN THESE WORK AREAS. 35. THE CONTRACTOR SMALL ACCESS THE PROJECT SITE FROM PAVED ROADWAYS ONLY, UNLESS OTHERWISE APPROVED IN ADVANCE IN WRITING BY THE ENGINEER. MANAGEMENT OF THE WORK ZONE (APPLICABLE TO ALL PHASES) 36. THE OVERALL GOAL OF THIS TRAFFIC CONTROL PLAN 15 TO ROUTE TRAFFIC THROUGH THE WORK ZONE IN A MANNER AS SIMILAR AS POSSIBLE TO CURRENT OPERATIONS. PRIOR TO THIS CONSTRUCTION PROJECT. 37. THE CONTRACTOR SHALL FURNISH FOR APPROVAL BY THE ENC INEER (1! THE NAME, 121 QUALIFICATIONS, 1J1 2t -MOOR TELEPHONE NUMBER ANOIIJ PROOF OF A A5 MINUTE EMERGENCY RESPONSE. FOR THE WORK SITE TRAFFIC SUPERVISOR AMD OTHERS ASSIGNED THE RESPONSIBILITY OF MAINTAIN /MQ THE POSITION AND CONDITION OF ALL TRAFFIC CONTROL Da ICES. ANY CHANGE IN PERSONNEL OR ARRANGEMENTS FOR RESPONSE MUST BE SUBMITTED IN ADVANCE TO THE ENGINEER FOR APPROVAL. 3B. THE CONTRACTOR SHALL IMMEDIATELY INFORM THE COUNTY ENGINEER WHEN ANY ERRORS OR OMISSIONS IN THE TCP- ALSO IF ANY MODfF1CATION OR CHANGE TO THIS TCP MOST THEN BE APPROVED BY THE COUNT I' ENC IMEER PRIOR TO WORK OR BEING RESUMED THAT IS AFFECTED BY THE ERROR OR OMISSION. 39. THE CONTRACTOR SHALL IDENTIFY TO THE ENGINEER OF ANY HAZARDS WITHIN THE WORK ZONE NOT ADDRESSED BY THE TCP AND ANY POTENTIAL IMPROVEMENTS TO PROPOSED OR IMPLEMENTED PHASES OF THE TCP PLANS. 40. PRIOR TO THE IMPLEMENTATION OF ANY PHASE CHANCE FIIOY THE TCP, THE CONTRACTOR OR CONTRACTOR'S REPRESENTAFIVE SHALL REVIEW THIS CHANGE HE ITH THE ENGINEER. THE PURPOSE OF THIS REVIEW IS FOR ALL PARTIES TO OBTAIN A CLEAR UNDRSTANDING OF HOW TO TRANSITION INTO THE NEXT PHASE AMP THE REQUIREMENTS OF THAT PHASE. REVIEWS AND WEEXTLY NIGHT -TIME REVIEEWSLOFCTHE UPANDEGOEBNP T DAILY THE TCP. DAILY MIGUT -TIME REVIEWS SHALL BE CONDUCTED WHENEVER NICHT -T /ME WORK IS OCCURING- 12. THE CONTRACTOR SHALL OBTAIN THE ENGINEER'S APPROVAL OF ANY ALTERATION OF TRAFFIC PATTERNS PRIOR TO IMPLEMENTATION. THE ENGINEER 15 TO BE NOT IF(ED 2 WEEKS PRIOR TO ANY ALTERATION REQUEST. 43 . PORTABLE CHANGEABLE MESSAGE SIGNS (YCMS) THAT INDICATE AN UPCOMING EVENT (CONSTRUCTION. LANE CLOSURES OR TRAFFIC SHIFTS/ SHALL BE PLACED /I DAYS IN ADVANCE OF THE EVENT AND TO BE PAID FOR UNDER PAYITEY 102 -1 (LS) YANIFENANCE OF TRAFFIC- 1`8 AMERICAS, INC. M"4111 AORTA]7CNW BA7NT46MROVG A" SAIf MWN gpNN M. SWH Jm GYYIrXTNL.vTAw AUNAGMNE NT QBPARrmmr TFLr /OAP MO. I COUNTY COUNTY PROJECT R FWN�AyH�OAIWVR @ SIV COLLIER 60106A TRAFFIC CbNTROL PLANS GENERAL NOTES SHEET NO. 53 A& A SEDUENCE OF CONSTRUCTION PHASE I THE INTENT OF THIS PHASE AND STAGE 15 TO CONSTRUCT TEMPORARY PAVEMENT ON AUTUMN OAKS LANE. COMMENCE CONSTRUCTION OF PROPOSED WESTBOUND AUTUMN OAKS LANE. NORTHBOUND OAKES BLVD. VALEWOOD DRIVE IN ITS ENTIRETY. EASTBOUND IMUOKALEE ROAD (CR 846/ AND PROPOSED PONDS. AUTUMN OAKS LANE: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER FDOT DESIGN STANDARD INDEX MO. 613 AS PER PHASE I TCP PLANS. E. CONSTRUCT TEMPORARY PAVEMENT ALONG AUTUMN OAKS LANE AS PER FOOT DESIGN STANDARD INDEX NO. 613 TO ACCOMMODATE TWO -wAr TRAFFIC AS PER PHASE I TCP PLANS. 3. PLACE TEMPORARY PAVEMENT STRIPING AS PER PHASE I TCP PLANS, I. SHIFT TRAFFIC AS PER PHASE I TCP PLANS. S. CONSTRUCT PROPOSED WESTBOUND ROADWAY WIDENING AS PER PHASE I OCP PLANS. 6. CONSTRUCT PROPOSED POND 800 AND PROPOSED DRAINAGE AS PER PHASE I TCP PLANS. IMMOKALEE ROAD: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE I TCP PLANS. 2. PLACE TEMPORARY PAVEMENT STRIPING AS PER PHASE I TCP PLANS. 3. CONSTRUCT PROPOSED EASTBOUND IMLOKALEE ROAD ROADWAY WIDENING (RIGHT TURN LANE) AS PER PHASE I TCP PLANS- 4- CONSTRUCT PROPOSED DRAINAGE AS PER PHASE I TCP PLANS. VALEWOOD DRIVE: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE I TCP PLANS. 2. CONSTRUCT PROPOSED VALEW000 DRIVE ROADWAY PAVEMENT EXTENSION BETWEEN IYMOXALEE ROAD AND AUTUMN OAKS LANE. J. CONSTRUCT PROPOSED DRAINAGE AS PER PHASE 1 TCP PLANS. K. PLACE TEMPORARY PAVEMENT STRIPING IN ITS FINAL LOCATION AS PER PHASE I TCP PLANS AND AS PER SIGNING AND PAVEMENT MARKING PLANS. PHASE RI THE INTENT OF THIS PHASE AND STAGE IS TO CONSTRICT TEMPORARY PAVEMENT ON .SOUTHBOUND OAKES BLVD.. CONSTRUCT PROPOSED EASTBOUND AUTUMN OAKS LANE ROADWAY PAVEMENT. CONSTRUCT PROPOSED WIDENING AND TRAFFIC SEPARATOR IM THE MEDIAN ALONG IMLOKAL£E ROAD. COMPLETE PROPOSED NORTHBOUND OAKES BLVD. ROADWAY WIDENING !RIGHT TURN LANE). MILL AND RESURFACE VALEWOOD DRIVE AND PLACE FI MAL PAVEMENT MARKINGS AND PROPOSED SIGNING. DETOUR OAKES BLVD. ARD AUTUMN OAKS LANE. AUTUMN OAKS LANE: 1. MAINTAIN ALL ADVANCE WARNING SIGNS. 2. PLACE TRAFFIC CONTROL DEVICES (BARRICADES 11 OR V.P. OR DRUMS) AS PER PHASE 11 TCP PLANS. J. PLACE TEMPORARY PAVEMENT STRIPING AND SHIFT TRAFFIC ONTO WESTBOUND AUTUMN OAKS LANE AS PER PHASE It TCP PLANS. 1. DETOUR AUTUMN OAKS LANE VIA PROPOSED VALEWOOD OR IVE AS PER PHASE II TCP PLANS - 5. CONSTRUCT PROPOSED EASTBOUND MADWAr PAVEMENT AS PER PHASE It TCP PLANS. 6. CONSTRUCT PROPOSED DRAINAGE AS PER PHASE It FCP PLANS - IMAOKALEE ROAD: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE 11 TCP PLANS. 2. PLACE TEMPORARY PAVEMENT STRIPING AND SHIFT TRAFFIC AS PER PHASE 11 TLP PLANS. J. CONSTRUCT PROPOSED WIDENING AND TRAFFIC SEPARATOR IN THE MEDIAN AS PER PHASE If TCP PLANS. A. RE-CONSTRICT BRICK PAVED MEDIAN NOSE AND REMOVED LANDSCAPING OAKES BOULEVARD: I- INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE I TCP PLANS. 2. CONSTR cr TEMPORARY PAVEMENT ON SOUTHBOUND (LAKES BLVD. AS PER FOOT DESIGN STANDARD INDEX NO. 6I3 TO ACCOMMODATE TRAFFIC SHIFT AS PER PHASE II TCP PLANS. 3. PLACE TEMPORARY PAVEMENT STRIPING AS PER PHASE It TCP PLANS. A- SHIFT TRAFFIC ONTO SOUTHBOUND ROADWAY AS PER PHASE !I TCP PLANS. 5. COMPLETE PROPOSED NORTHBOUND OAKES BLVD - ROADWAY WIDENING (RIGHT TURN LANE) AS PER PHASE II TCP PLANS. G. CONSTRUCT PROPOSED DRAINAGE AS PER PHASE II TCP PLANS. T. FOR AUTUMN OAKS ACCE55 DETOUR OAKES BLVD. VIA EASTBOUND IMMOKALEE ROAD TO PROPOSED SOUTHBOUND VALEWOOD DRIVE AS PER PHASE Il TCP PLANS. VALEWOOD DRIVE: I- INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE 11 TCP PLANS - 2. DETOUR AUTUMN OAKS LANE VIA PROPOSED VALEWOOD DRIVE AS PER PHASE 11 TCP PLANS. PHASE 111 THE INTENT Of THIS PHASE IS TO COMPLETE PROPOSED ROADWAY AND PROPGSED DRAINAGE ON WESTBOUND AUTUMN OAKS LANE. MILL AND RESURFACE EX /STING PAVEMENT AND PLACE FINAL FRICTION COURSE AND PAVEMENT MARKINGS ON IMUOKALEE ROAD - AUTUMN OAKS LANE: I- INSTALL ADVANCE WARNING SIGNS ANO TEMPORARY TRAFFIC CONTROL DEVICES AS PER PHASE /I TCP PLANS. E. PLACE TRAFFIC CONTROL DEVICES (BARRICADES 11. OR V.P. OR DRUMS) AS PER PHASE III TCP PLANS. 3- PLACE TEMPORARY PAVEMENT STRIPING AND SHIFT TRAFFIC ONTO PAVEMENT OF AUTUMN OAKS LANE AS PER PHASE 111 TCP PLANS. 1. COMPLETE PROPGSED WESTBOUND AUTUMN OAKS LANE ROADWAY WIDENING AS PER PHASE Ill TCP PLANS. S. COMPLETE PROPOSED DRAINAGE AND POND 000. PHASE IV THE INTENT OF THIS PHASE 15 FOR THE PLACEMENT OF FINAL FRICTION COURSE. FINAL PAVEMENT MARKINGS AND PROPOSED SIGNING. AUTUMN OAKS LANE: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER FOOT DESIGN STANDARD INDEX N0. 613. P. MILL AND RESURFACE EXISTING PAVEMENT. J. PLACE FINAL FRICTION COURSE FOR THE ENTIRE CONSTRUCTION LIMITS. UTILIZE LANE CLOSURE IN ACCORDANCE WITH FDOT DESIGN STANDARDS INDEX NO. fill. I. PLACE FINAL PAVEMENT STRIPING AS PER SIGNING AND PAVEMENTS MARKING PLAMST UTILIZE LANE CLOSURE AS INDICATED ABOVE. 5. PLACE PROPOSED SIGNAGE FOR ENTIRE CONSTRICTION LIMITS AS PER SIGNING AND PAVEMENT MARKING PLANS. IMNUKALE£ ROAD: I. INSTALL ADVANCE WARMING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER FOOT DESIGN STANDARD INDEX NO. 613. 2. MILL AND RESURFACE EXISTING PAVEMENT. J. PLACE FINAL FRICTION COURSE FOR THE ENTIRE CONSTRUCTION LIMITS. UTILIZE LANE CLOSURE IN ACCORDANCE WITH FDOT DESIGN STANDARDS INDEX N0. 6/l. 1. PLACE FINAL PAVEMENT STRIPING AS PER SIGNING AND PAVEMENTS MARKING PLANSI UTILIZE LANE CLOSURE AS INDICATED ABOVE - 5. PLACE PROP05ED SIGNAGE FOR ENTIRE CONSTRUCTION LIMITS AS PER SIGNING AND PAVEMENT MARKING PLANS- RAKES BOULEVARD: 1. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER FDOT DESIGN STANDARD INDEX NO. 613. 2. MILL AND RESURFACE EXISTING PAVEMENT. 3. PLACE FINAL FRICTION COURSE FOR THE ENTIRE CONSTRUCT /ON LIMITS. UTILIZE LANE CLUSURE IN ACCORDANCE WITH FOOT DESIGN STANDARDS INDEX NO. 61J. 1. PLACE FINAL PAVEMENT STRIPING AS PER SIGNING AND PAVEMENTS NARKING PLAMST UTILIZE LANE CLOSURE AS INDICATED ABOVE. 5. PLACE PROPOSED SIGNAGE FOR ENTIRE CONSTAUCTION LIMITS AS PER SIGNING AND PAVEMENT MARRING PLANS. VALEWOOD DRIVE: I. INSTALL ADVANCE WARNING SIGNS AND TEMPORARY TRAFFIC CONTROL DEVICES AS PER FOGY DESIGN STANDARD INDEX NO. 613. 2. MILL AND RESURFACE EXISTING PAVEMENT. 3. PLACE FINAL FRICTION COURSE FOR THE ENTIRE CONSTRUCTION LIMITS. UTILIZE LANE CLOSURE 1x ACCORDANCE WITH EDDY DESIGN STANDARDS INDEX NO- fill. A. PLACE FINAL PL AMSL PAVEMENT STRIPING AS PER SIGNING AND PAVEMENTS NARKING I UTILIZE LANE CLOSURE AS INDICATED ABOVE. 5- PLACE PROPOSED SIGNAGE FOR ENTIRE CONSTRUCTION LIMITS AS PER S,IGNAN9 AND PAVEMENT NARKING PLANS. MEN 1 PB AMERICAS, INC. 7N'l%3 ta'V OVO AROL �4N TRAFFIC GIDNTROL PHASING NOT --10Ko LwaAwtDAIe�W.Pr.aMrs COLLIER 60I06A 1~ PHASE /// STA. 9 +50.00 SURVEY AUTUMN OAKS LN.--� �I I ' RARRMADES N 95' C.C. MOTE- PHASE ll LOCAL TRAFFIC ONLY FOR PROPERTY OWNER DRIVEWAY ENTRANCE DULY. REFER TO TCP PLANS. STA. 9 +50.00 I� SURVEY AUTUMN OAKS LN. w M I~ TEMP. 6' WHITE BARRII11DE5 O 25' C.C. LXMIST. TEMPORARY PAVEMENT TEMP. 6' WHITE PHASE 1 TEMP. 6' YELLOW (DBL.) W/ Y/R RPMS a EO' C.C. STA, 9 +50.00 SURVEY AUTUMN OAKS LN- Wa% AREA � !2A' 12.0' Paw 210' F'- I w 6ARRACADES D 25' C-C. PHASE /// STA. 12 +50.00 SURVEY AUTUMN OAKS LM.--4 10-0' 10' G WORK ARE .0 I TT I 600 TEMP. 6' WHITE iEYApRARY PAVEY£NT 7aMRCADES O PS' C.C. TEMP. 6'YELLOW IDRL.I W/ Y/R RPMS O RO'C.C. . WHIT£ PHASE ll STA. 12 +50.00 H SURVEY AUTUMN OAKS LN. - 1 ? I.D. PoND BiOD `I IW I ryIVJ) I1���(1tyl /{(^�� \•�_/ CONST. TEMPORARY PAVEMENT BARRICADES O f5' C.C- TEMP. 6'WHITE TEMP - 6'WNITE IIVV111VI TEMP. 6' YELLOW IDBL.1 W/ Y/R RPYS a £O' C.C. PHASE 1 CONST. iEYPOBAM PAVEMENT STA. 12 +50.00 AUTUMN OAKS LANE a P PR AMER. . INC. TF'L T'AT ' RAMMVERROVO AND -_ 'tl� �• >� G0N67Rf C7 "L'" "`"" LBP 1 P7Y TRAFFIC CONTROL TYPICALS SHEET "D — = r.AOr, Taw. !iR ROM AO. COINTI' L%M1Nf1' IHE0.IECT AO. �w � --loo COLLIER PHASE I, II�III eaua.(eno..w,r�.■o.sww 60106A 58 USER: S.vN LS CIO B�:b PN Ie�A'+WrvlchY.tl[tl�Of 69WeC.wVC)t'RL05em a &--U 0-4- I :::—EXJST. R1W LINE Ad BEGIN PROJECT BEGIN MILLING & RESURFACING n. BEGIN PAVEMENT WIDENING STA. 5+31.94 SURVEY AUTUMN OAKS LANE I WES a ITC.C. 9+50 01- II CADES a 15'C.C- V B SURVEY AUTUMN allS LANE .. . .......... ... .... ...... . AUTUMN OAKS LANE EX!S%" LINE — - — — — — — — — — — — — — -ARY 7 T F!d 16 e WT Of —N —i TEMPURAW DRAIWASE PLUG TEMP. 24' WHIT Zt ------------------------------------------------------------------------------------ ............ - ---------- -------------- - T. RIW LINE ME LINE-X TEMPORARY DRAINAGE PLUG C, (A : Ell E111,1 LINE Lu X:i Work Area Twwrory Pavement 0 Lane Identification and Direction of Traffic D Work Zone Sign cl Type III Barricade (With Flashing Light) Type I Or Type II Barricade Or Vertical Panel Or Drum (With Steady Burning Light At Night 01*) See Index 600 for Barricades Spacing. REVISIONS Pa AMERICAS, INC. 7YON A74GWRAWRYU A" CPAWML471YON MANAGEMWr WPAKFAWNT TRAFFIC MAYWOL PLANS StICET JVO. -TY PROJECT NO. �F-� 59 COLLIER 60106A PHASE 1 &--U 0-4- MATCHLINE STA- 17 +90.00 II 8 a TEYPpRARY LGYYST. EASEMENT --_ I 0 Feet $ SURVEY VALEWOOD DRIVE 0 I2 RAY LINE 1I g — — — — — — / _ EXIST. R/W LINE _ -- AU M 0 E __ - -- --- - - - - -- LEE S(1RVEY AUTUMN OAKS LANE W —_- ------------------------ __– __– __– __– __ — -- --------- - - -- – __– _----- __– __– __-- _– __ - -__ –_ _--- ____--- _– ___- __._ –__—. LEGEND EXIST. R/W ONE ® Work Area ® Temporary Pavement —1 Lane Identification and Direction of Traffic D Work Zone Sign END PROJECT BEGIN PROJECT END MILLING & RESURFACING Type III Barricade (With Flashing Light) BEGIN NEW CONSTRUCTION ENO PAVEMENT WIDENING Type I Or Type II Barricade Or Vertical Panel STA. 5 +07.92 SURVEY VALEWOOD DR. STA. 15 +01.90 SURVEY AUTUMN OAKS LANE 8 Or Drum (With Steady Burning Light At Night Only) See Index 600 for Barricades Spacing. REVISIONS B __� PB AYERK:AS, INC. "�qer,m rasa, fyr °u. v®r XFAKW�geTA 7XWV AMMAMWAIM Ally "x0`R`A"`"' w'NA`a.oPl"` ° r''A'r'rvT TRAFFIC CipNTROL PLANS • SHEET Na- DAr SO7/ TKW I NaAO NO. maxrY mINTr rnwecT AV. COLLIER 60106A 60 -roo X04`•saAa °O�".�� yes PHASE I I W12 -a14 z ° - EXIST. RAW UxE 2 W k SC w 0 to *7 4 m I I® COCOHATCHEE CANAL I I @ �7AA�E Ro- o COCOHATCHEE CANAL 215 216 EXIST -" LINE 2(7 218 219 2LO — — — — — — _ — M ----------------------------------- O - ---- ------ -- - -- --- 4 -----' -- ------- - — — — — — — — — — — � - Q IMMOKALEE RD. (CR 846) — — — — W - - - - - -- — — -- - -------------------------------- Z I ; – 8 A - -- f------ 8 - - - - -- ------ 8-- - - - -H– I a4MACAVES C l6•C.C. -- — �------ g - - -- g ----- 8------ g - - - -- N Tf4P. 6' WHITE R1W LINE EXE _- — I r LEGEND ® Work Area I caI ® Temporary Pavement uj I —0 Lone Identification and Direction of Traffic I X (p Work Zone Sign I I I Type III Barricade (With flashing Light) I Type I Or Type 77 Barricade Or Vertical Panel 8 Or Drum (With Steady Burning Light At Night On1yl See Index 600 for Barricades Spacing. zf�Flfo REVISIONS —� STJ7 PD AMERICAS, INC. 7774AWW"A774V BNUMMRNY• AND - -� CVAW7WECnW AUNA(.7BAM" pgpAR7WBN7• SHEET __— __' S°��..�ir ur '>aev'°° Rao eo. muxm cwxrr PRafcT xo. TRAFFIC CIONTROL PLANS NO- ° ` PHASE I - - -/OO _ �u47o+rwr.P.[.w,..swl COLLIER 60/06A 61 r EXIST. RAY LINE 4 I I I I EXIST. RAY LINE Q II 0 to 40 COCOHATCHEE CANAL I II II su�T IMMQCALEE RD. COCOHATCHEE CANAL Feel 9 II II II ii EXIST. RAY LINE I I r 0 2?J 222 223 i � EXIST. R.w LINE 225 w ------------ - - Y It--- -r - - -- j -- ---- - - - -�T ---------- ,------- ____ = -- -fie —,.. ;- -�K =_ % e - - y A _ 8 --------------------------------------- - ------ - - - - -- ------------------------ �- -- -- ----- 1�--------- - - - - - - - - -- ------ - - - - -- I --------- - - - - -- ----------------------------------------------- --------------------------------------------------------- _— - -- __ - ` - - -- _ - - + - - -- ----- - - -_� -- `� _ 'i = = == - -- -- AICR$J-IMMOk4E€�R r rn C ------- - - - - -------------------------- __________— _— ___----------------- _ _ __ BARRICADES a I5'CG so m x Q . 6 a — — a TEMP " MHITE BARRICADES a 15' C-C • • I - -r� _ _ . — — — — 1- .R — — _ — r— _— ExlST. RAY LINE TSLCE LINE • END PROJECT \i D LEGEND I END NEW CONSTRUCTION X\ STA. 8+68.!0 SURVEY VALEWOOO DR. RAY LINE— TA. ® Work Area ® Tetworary Pavement BEGIN CONSTRUCTION STA. 2Z +02.88 SURVEY IAINOKALEE RD. —► Lane Identification and Direction:of Traffic 4 SURVEr VAIEBdaD DRIVE D Work Zone Sign Type III Barricade With Flashing Light) 8 Type I Or Type II Barricade Or Verticol Panel �a Or Drum (With 600 Steady Barricades Light At Night Onryl MATCHLINE STA. n +40.00 See Index 600 for 8orrlcades Spocing. — I...A� REVISIONS I DATE I _ Pa AMERICAS, INC. i'RAAmvwrr7i w AA ;MVZWEV i AND GtAND'18m-nov '°"-p• �^ All N SHEET lfVaARlRTALvT TRAFFIC CONTROL PLANS "D — _ — rws, raYr lxv iti/M M7. CWN1Y M/N!Y PAaIECi M. PHASE I =too eob6rp ra. w P£.45� COLLIER 0106A 62 END CONSTRUCTION STA. 230+52-63 0 SURVEY IMMOKALEE RD. IMGK�Ul­ RD, COCOHATCHEE CANAL a 10 40 SURVEY IMMOKALEE RD. Feet EXIST. RAY LWE 226 227 228 229 230 -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- -- - - - - - - - - - - - - - - - - - - - - - - - - - - . . . . . . . . . . . . . - - - - - - - - - - - - - - -------------------------------- -------- ------------------------------- -------------------------------------------- ----------------------------- / -T -------------------------------------------------------------------------------------- ----------------------------- / 4 --------------------------------------------------------------------------------------- I IMMOKALEE RD. WR 8461 ------------- .......... ................. .................. .......... .......... ------------- ........... ............... .... ... ----- 7-./= 7 ..... .......... 77 — — — — — — — ------------------ � . .,= =-= —.= 7;-,= ----------- - - - - - - - - - - - - - - - - - - - - - - - / L - - - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ------------- ...................... rgmp. 6' WHI'll-- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - -- - ------ 7= ................ ....... .............. ............ ------ --- --- ----- . .. .... -------- LEGEND RIW LINE Work Area Temporary Pavement ---b- Lane Identification and Direction of Traffic D Work Zone Sign Type III Barricade (With Flashing Light) Type I Or Type 11 Barricade Or Vertical Ponel Or Drum (With Steady Burning Light At Night Only) See indox 600 for Barricades Spacing. RlW LIME P8 AMERICAS. /I.C• 7W4AM'VWrA BJVGUWWRHW AM 341 �W A.SWN 300 COAWMtV7•V A"NAGMMWV2- DOPARMENT I oxx rr =w TY Pwxc r m COLLIER 60106A SHEET w TRAFFIC CONTROL PLANS PHASE 1 63 if III ; �I III 11 I j I 11 11 L —__I L_ —�• ♦ �'� II 111 _ —_ _ II III I I I j l U II III 1 1 I__J 1 I� — 1 —EXIST- 2W LINE r g II III I I I � r J �; • IjI II I I I LI - ---- - --- 1 II II I l I I I 1 11 111 �•� ,� ' II 111 I I ydil �I0 I I IIII' I I _—__ °__= s °= _ffi °�'� I10 o a 40 'I ii L i I!(�ri------ --- - - - - -' 110 BEGIN PROJECT Feet .1 I ; I `.p; : ' B E G I N MILLING & R E S U R F A C I N G �I II 1 I j a l l _ BEGIN PAVEMENT WIDENING o II II 1 1 ll — J "ml 1 ,I 11 — STA. 5+31.94 SURVEY AUTUMN OAKS LANE :I 1tl 1$+50 11bXXS I11 .--� I — _.:,,.. il AUTUMN OAKS LANE Ex T.wwuN era <_ _ _ - _- - :.:w=? .... _ •• .....e-M,�JfN1Ml'B4LIf -LAN�r _u_.__.en �_'=_ — ._�_• -u _ _ _ 5" - -- --• 11 t d Vl r EXIST. R/W LINE — / : y I TCE LINE p TCE L/N£ TEMP. 15* Wh IT I EX/ T, R/W LINE Ij\� e I � LEGEND � "N iELI�. 6" WHITE ® Work Area EM Temporary Pavement �•-0 Lane Identification and Direction of Traffic ♦ T MP- YELLOW rceL -rwi r1R RPMS o 20'c.c. D Work Zone Sign Type III Barricade (With Flashing Light) ' 8 Type I Or Type II Barricade Or VerticalPonel - -- ' - Or Drum (W/th Steady Burning Light At Night 0*) AIATCHLINE STA. 6 +60.00 See Index 600 for Barricades Spacing. M REVISIONS rE I IMFE I PH AMERICAS, INC. 7RAAWVLTrA 7MV RAMMORAW AND �- C0M=UG =V,V"AASMNNT QePAN77rHNT SHEET TRAFFIC COAWOL PLANS No. ra �r�� IaNa Na. avNrr ooaxrr PRalECr Nv. = too o.n,."i q., COLLIER 60106A PHASE II 64 YSEN: snrn v�2w ¢:zv2r r:�snwro /sn- ewv+gvay.aussen, nm�b No,& y, .Ili MATCHLINE STA. 17 +40.00 h i g TEMP. 6' wlrrrE ONLY' T£ P. 6 WH TE � � •'.. [ ;Eel TEANMNW fST. EASEMENT {� E - 6 YELLOW 1111-111, Y W RPMS O 80' C.C. / RVEY VALENTXIY DRIVE 0111 POND 800 T WP. "W ITE /P W/ Y RPYS o fo' a. 12 +50 fRW LINE A7 TEMP. 6' YE - EXIST. RM' LINE 0. - --- - -- - - -- ., - - -- - ---= - :. AUTUMN OAKS LANE _ - - -- --- - - - - -- % SURVEY AUTUMN YAKS - --- --- - ^- ---- - - - - -- U) BARRICADES c IS- C.C. LEGS D - TEMPORARY DRAINAGE PLUG EXIST. R/W LOVE ® Work Area ® 7-wwrory Pavement ^b Lane Identification and Direcflon of Traffic D Work Zone Sign END PROJECT c@ Type III Barricade (WIIh Flashing Light) BEGIN PROJECT BEGIN NEW CONSTRUCTION END MILLING & RESURFACING END PAVEMENT WI NG Type I Or Type II Barricade Or Vertical Ponel STA. 5 +07.9p SURVEY VALEWOOD DR. 8 STA. Or Drum (With Steady Burning Light At Nlght Onlyl I5 +01.90 SURVE SURVEY AUTUMN OAKS LANE See Index 600 for Barricades Spocing. REV / 5 !Y N 5 = PB AMERICAS. INC. 7WANW4RTA7A%V BM�VAERYNG AND CVrMWD°170N1'UN"GNMU"T D RtNTNENT TRAFFIC CONTROL PLANS NY. WE N'TKW � IPT peAY N7. COUNTY COUNTY PMECT IA. Ta TAN COLLIER USEA: S.eln 60106A 65 - -moo na.�,wbii dues PHASE II P/Ji9m - wu ,.•a�.n.. •......,....r...� ... ___..__._ ...___ . nm�b No,& y, .Ili II II II II EXIST. RM LINE W EXIST. R/W LINE $ = II II L 3W6 BUFFER I I I I all II I� II o 1 40 COCOHATCHEE CANAL I Q I I I I I I I I I COCOHATCHEE CANAL Feet SURVEr• IMWKALEE RD. I ' r � '0 2('f LL' ,XIS . RM LINE 222 22.3 II f iff I I EXIST- RAY UN£ — — — — R I 225 ------------------------------------------------ - -- -- - t r : - - .._ ' y — - Lone Identification and Direction of 7, )ffc STA. 221 02.88 SURVEY LI(MOKALEE 00. B � Y D Work Zone Sign ----------------------------------------------- .......... Type III Barricade (With Flashing L j - - - - -- ------------------------ - - - - -- -- I - - - - - - - - - - ------------------- - - - q - -- - --- rwYE - -- U) i PB AMERICAS, INC. SW IM qro v.S l.lW IMA VIVO Tw f7gv RNaRAWRAVO AND CVAWNMWW M"AW"ll D"."TIMF" i i _ zi _______________ - ..... - lA/MOKAL$6 RD, lCR- 846) - T-�l - ___ __ ______ —_ -- — M Am AV. •............• CWMIT IMECT M • - .00 ------- - - - - -- - - - -- - - - - - - - COLLIER 60I16A W --- – – 8-- �" - - -- ----- 6------ ----- A------ — -------------------- -------------- -------------------- -- ------ - - - - - . ei111T£- wraiYs-e- e4e. - ------i- a TEP. a qa/ TE I EA- - -01 - ----- 7— -- -_ - - -N -- � __–_ __ —1—"a IN �EX6T.R/WLE _____ __ .. •..- . ... _... rSWE LAVE TEYP. If* WHITE I TEYP. PI• wH LEGEND END W T :w l C NEW END NEW ONSTAt�T�N 91 rEYP.e E ® Work Area STA. 8 +68.]O 9 SURVEY VALEWOOD DR. ® Temporary Pavement - R IN TRUCTION ONLY —► Lone Identification and Direction of 7, )ffc STA. 221 02.88 SURVEY LI(MOKALEE 00. B � Y D Work Zone Sign - Type III Barricade (With Flashing L j 8 Type I Or Type II Barricade Or;Ve fPon, r c - Or Drum (With Steady Burning Light ghi OntyI See Index 600 for Barricades Spacing.���. REYISIONS PB AMERICAS, INC. SW IM qro v.S l.lW IMA VIVO Tw f7gv RNaRAWRAVO AND CVAWNMWW M"AW"ll D"."TIMF" Am AV. coum CWMIT IMECT M r rwft M" COLLIER 60I16A 100 EWG r'M A.RKbB _._ .wTm.....rr.ae.w I MATCHLINE STA./T +40.00 TRAFFIC OONTROL PLANS SHAl PHASE II 66 -+ �vxa acme ry rug. w.< Ismvuweumae__evaa.y.�a+.ezroey, � LEGEND Work Area /--RAV LINE EM Temporary Pavement 0 Lane Identification and Direction of Traffic D Work Zone Sign cl END CONSTRUCTION Type I Or Type II Barricade Or Vertical Ponel Or Drum (With Steady Burning Light At Night Only) II STA. 230+52-63 @ SURVEY IMIJOKALEE RD. 0 10 40 6-m�� Feet SURVEY IMMMALEE RM COCOHATCHEE CANAL 360• BUFFER EXIST. RAY LINE 1 - — 226 227 2-98 229 230 231 -------------------- ------ ---------- -------- ------------ ---------- ----- ------------- ------------------------ ------------ ........ -- - - - - - - - - - - - - - - - --------- - - - - - 4 - - — - — — — — - -- — - -- — ------- - - - - -- N4 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I - - - - - - - - - - - - - - - ----- - - - - -- - - - - - - - - - - - - - - - + TEMP. 61 YE u U) -t v / 7z,77 7 A R - - - - - - - - - - - - - - - ---------- 0 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -------------------------------- — — --- — — — — — — = = —.`w — — — — — — — — — - ---- ----------- -------- ---------------------- --------- __LIDLIVALK --------- -------- 7 --------------- V.— ---- - ----- EXIST- R1W LINE � LEGEND Work Area /--RAV LINE EM Temporary Pavement 0 Lane Identification and Direction of Traffic D Work Zone Sign cl Type III Barricade (With Flashing Ugh" Type I Or Type II Barricade Or Vertical Ponel Or Drum (With Steady Burning Light At Night Only) II See Index 600 for Barricades Spacing, AAIQMMZVW AND TRAFFIC CONTROL PLANS CWXTr MalECT NO. COLLIER 7 =,Wo, F. PHASE H P" 1=4 SHEET NO. 220 67 COCOHATCHEE CANAL COCOHA TCHEE CANAL Feet M'6 FER 495' TAPER I SURVEY IMMaULEE RD- -EXIST. LINE 232 233 234 r235 •.............. ........................ ....... ...... ......... ---------- ---- — — — — — — — — — — — — — — ---------------------------------------- — — — 4— 7 --------------------------------------------------------------- 4— ---------- ---------------------- ---------------------------------------------------- + 4 TEMP. fi- �E - - - - - - - - - - -- ----- --- -- ------- + i6 -- - - - - - - - - - - — — ---- --- -- - tn ---------------------- p ------------ -- --------- ) 1------------------ --------- IMMOKAME -RD. (CR 846) .................. ............ ........ ............................ ........... ------------------------------------------------------------------------------------------------------------ 0 - - - - - - - - - - - - - - - - - - - - - - - - - 7 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ---------- ......... .. __ ................... ......... ...... ........ ........ --------- LEGEND M Work Area EM Tonwory Pavement Lane Identification and Direction of Traffic Work Zone Sign Type III Barricade (With Flashing Light) Type I Or Type II Barricode Or VerticulPanel Or Drum (With Steady Burning Light At Night Only) See Index 600 for Barricades Spacing. R/W LINE TRAAW'QTrAT1t1Y ANUUMMMUMU AND L CaWMM7MV M"AQMWWT MPA""I• COLLIER 60106A I L2 E %M, TRAFFIC CONTROL PLANS sH No. PHASE 11 "68 0 /a 40 COCOHATCHEE CANAL EXIST." LINE C10 kN-------------------------------------------------------------------- J -- \ -- ----------- -- --- — — — — — — — — — — — — — — — — — — — — — — P ------------------------------------------ ------------------------------------------------------------------- + 4 --------------------------------------- --- -- -------------------------------------------------------- ----------- TEMP. a" YELLOW—� IMMOMEE RD. (CR 8461 ------------------------------------------------------------------------------------------------------------- — ------------------------------------------------------------------------------------------------------------ — zl�: ------ EXIST. R1W LINE LEGEND M Work Area EM Temporary Pavement ---IN- Lane IdentIF/catton and DIrectlon of Traffic D Work Zone Sign Type III BarrIcade (Wlfh Flashing Light) Type Or Type 11 Barricade Or Verflcul Panel Orum Or (WIth Steady Burning Light At Night Only) See Index 600 for Barricades Spacing. REVISIONS PS AUERCAS, INC. 7X4AWW*rA77MV MVMWXr*fi�W AND CMWZRMMW AUNAGWMVT AWAR7MUMT TRAFFIC COAWOL PLANS SHEET NO. VESCRIPrON I DATE I PHASE I! COLLIER 60106A Ab 0 10 ,n Feet a ti U h LEGEND ® Work Area ® Temporary Pavement —► Lone Identification and Direction of Traffic [} Work Zone Sign Type III Barricade Ty Type (With ade O Flashing Light) Type I Or Type II Barricade Or Vertfcaf Panel 8 Or Drum (With Steady Burning Light At Night Only) See Index 600 for Barricades spacing. REVISIONS Ip py O P8 AMERICAS, INC. 71PA116PIORTA7RNV RIVYLVBBRRRVra AI1R) „o+•+�a...• .AO CVAWNVC"WAFANAGNAWNrPAR""&W `�N TRAFFIC C1 NTROL PLANS SHEET No. Rp4r J}N RONO No. COaNIY Cp/MTT f'ROIECT NO. L20. ,4 ra a�.w� r , COLLIER 60/O,6q PHASE II 70 20 !tt EXIST. RAY LOVE BEGIN PROJECT BEGIN MILLING 6 RESURFACING BEGIN PAVEMENT WIDENING _ STA. 5 +31.44 SURVEY AUTUMN OAK_' rn � � I •I a I� YEMP. 24' WH 1\ 1 I I I I I I I I I alt I I I u i. 0 AT 40- Feet o +50 SURVEY AUTUMN OAKS LANE AUTUMN OAKS LANE Ex ST, RAY uN --------------------------------- BARACBS a !S'C.C. / GAOEa C. 'E IJ i—rcrr. o rnnc E— '/ • - -- --- - -_ r. EMP.S'Wdv�---- ---- ----- TEMP. 6'•YEICOW LORI -1 W/ Y/R RPMS o 20' CC. -- -- - - -- --•------------------------------ - -� �— o . EXIST- RAY LIME l �—TCE TCE LINE LINE '•EXI T RAY LINE TYATA7A W AMOV6RA AND TEYP. 6' WHI rE LEGEND Work Area =7= = j i ® Temporary Pavement (� TRAFFIC CONTROL PLANS I —0 Lane Identlrlcatlon and D/rectlon of Traffic °i f I (p Work Zone Sign ,I I cl Type III Barrlcode (With Flashing Llghtl ROAD A17. I Type I Or Type II Barricade Or VerticnlPonel NOTE. Or Drum (With Steady Burning Light At Nlght Only) 1. TER rO S NIAC AND MARKINGS PLACED /N FINAL LOCATIOY. REFER r0 SxAY /AG AND PAVEMENT YARK/AG PLANS. See Index 600 for Borrlcades Spacing. REVISIONS PS AMERICAS, INC. TYATA7A W AMOV6RA AND =7= = Cora T VICIT N NANAGARMT DBPAR77NBIVT TRAFFIC CONTROL PLANS SHEET NO. = =_ _= rrru TrrY. 1716 ROAD A17. Cp/N1Y WUM7Y PAOIECr NO. PHASE 111 - --100 eusen w ass COIL /ER 60I06q 7/ uSENr sworn PI.S /ffiO @�.-xw r: vywnJsVma�asanslveea ,eyvcPUttlpg,pp ONLY TSICE LINE Feet Q RVEY VALEWGOO DRIVE ONLY POND 800 iz +50 RAY LINE . g C.C. - EXIST. RAY LINE -- - - -- — AUTUMN OAKS LANE _ - - -- --- - - - - -- �_ TEMP. 6 WHITE TEMP_ 6" WHITE IL TEYP. 24' WHITE _ • - TEYP. 6' YELLOW (OBL.I W/ Y/R RPYS - N - @ SURVEY AUTUMN OARS IANE N ! --- -- - - -- - ---------------- TEMP. PI' WRITE — — — — — — — — — — — — TEYP. 6" YELLOW lQBLJ W/ Y/R RPMS o 2O C TEMP- 6' WHITE — LEGEND ® Work Area EXIST. RAY LINE ® Temporary Pavement —•0 Lone IdentiflcwNOn and Direction of Trarflc D Work Zone Sign END PROJECT BEGIN PROJECT END MILLING & RESURFACING cl Type III Borrfcode (Wlih Floshlrg Llghll BEGIN NEW CONSTRUCTION AUTE= END PAVEMENT WIDENING Type I Or Type II Barricade Or Vertical Panel STA. 5 +07.92 SURVEY VALEWOOD DR. I. TEMPORARY PAVEMENT MARKINGS PLACED IN FINAL LOCATXAY. STA. I5 +01.90 SURVEY AUTUMN OAKS LANE 8 REFER TO SIGMIAG AND PAVEMENT YAKKING PLANS. Or Drum (With Steady Burning Llght At Night Only) I See Index 600 for Barricades Spac /ng. REVISIONS = = PR AMERICAS, INC . 777AAtWgRTA7M W HN6VOWARONa AND aans7xncPLOw AcuvAl r aePAR7AtaNr 7WAFFIC CONMOL PLANS SHEET No. TE T DESCRIPTION am MI. coaRTY NOWJY PAWECT Yo. Y , — G4NM. IY162 PHASE III =YOU COLLIER 60I06A 72 ails ,, 1" i .mb s moo rr n EUBAM _ _. - -- , 3 AUTUMN OAKS LANE /.� / // / /A! /A /. i e■ eee■ e■■■ e�eee MEN ■■ e■■■ ■■■e■e■e■■e ■e■■e►�eee■■■ ■■■eeee ■■■....■ .... ■. mom ■.. ■■■fee■■MEN ■.....■e ■elf■ ■... ■... ■■■. ■ ■ ■■ ■eeeeeeeee■ mom e ■e■ er��:■c ■.......■ .....■..........� ■■ M® e■ e.■ ���eee ■ MME ee�►e■ ■e■eeee ■■�■����■lee► eee ■e.■ ■■■■■ wiiiiiiiil'. 0m a �II■■ 0e■ ee��ivs��� ■.9��m�sy�.����!� ■ ■� ■ ■ ■ ■■ ■eee ■e■ ■ ------------ ■e■ EN ■■■it■ ----- eee ■e �l MM e■ee■ e■■e■c : ■■■■�■■■e■■■■■■■e ��. .... II-- .. ..........M.........�� If1AI - � - - - - -� - ■■■■ ■e■eeeee■ee■ w�iii-----------. ............ II•�e ■eeee0�■eeeee■e ■ee ■eee■ri■ . e■■eee ■. riiii��i ii■■■e■■■■ . ■e■■■■■■e ■■■ree■■ee■e ..C.� ............ I!■.e.■e■.■.■.■.■. mom ......■.ON s■e e■eee■eee ■■ eMEN e■■ e■► �e■■■■■ e■■■■■■■ a mom e■■■■e■■■■■■■e■e�■■ees+e■e� ��■n■�. "■■■iii■i e■■ii■■■■ e ..�■i■■■i■■ ��■i■iN RRI ■■eiii■:ii "010 moo rr r-* 9 — �yk � P, I •11 . ° _ j4II 4 ., n �� _.,,,ter., • :, �.. �ts `III ► _���` .. VOWS ■ ■■ ■C.r� ■■!!!!�Il�ll�� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ ■■ ■ ■■ ■ MIN ■■ MEN ■ ■ ■ ■■ ■■ . ■. -���a ....■..■ C .. ■C. ■ ■C ■C.■ ■ ■ ■ ■.■■■. ■ ■ ■ ■ ■ ■ ■■■ �C.. ... ■■� ■ ® ■■ ■C. ■■ ■C... ■ ■. ■ ■.: ■. . ........■.. MEN . ■. ■ ■..■ ■.A... ■..CC ■. C ■.�CC.................. ONE ■V........c��.... . ... .�■ ■... ■■■■.■... ■.. I i■IV■■ ■■r■■■■ ®■■■ ■��■ ■ ■ ■ ..n ��■� ■r7/ ■1, ■■■■ ■ ■■■■■ ■ i�l■■■■■■■ ■��... ■__.. ■.■■ `.r.■...;��.�� 1i C......■...� ■ ■■ . NO 0111010 ONO z so 0 ME ■rlll in . MAINE = S■■■ ■■ ■■ i■ i■ QiQE 0 ■ 11I..���► /i ■ ■ ■ \i��!���1� ■ ■ ■ ■■ ■ No WIMM 0 jo NOON M No 0 0 0 0 No SO=- 11, No".", ONO 0 0 0 a, ?" 0 El .■o ■■■ ■ %II■■■■■■■■ iii ■0 NNO■■■E ■ oil lrii�i�i� ■ ■ ■■ ■r ;",W "I /�i�l�f�i`:' ■� ■ ■ ■� ■ ■ ® ■ME- CO■\`■CL■■■ ■ ■ ■ ■ ■ ■ ■ ■■■ ■ii ■mac ■i ■■ ■ =■ ■ ■ ■■ri■F EN■ ■� ■ ■ r-* 9 — �yk � P, II W BEGIN PROJECT BEGIN SCTM II II STA. 20+02.86- @ SURVEY IMMOKALEE 77 I 11 0 /0 9 SUMEr IMWKALEE RO- til 40 11 COWHATCHEE CANAL 15, R=LvmWEf?T--g 52 11 1 COCOHATCHEE W'T'ST'Ao t CANAL Feet IX4 1�'M DITCH -Tl- 111-T I E,�ff ilm El_' I. L iwl E S, T , EL S' In, -n� - -- - - - - - - - IMIILE�2— - - - - - - - - - - - - - - - - - - - - - - - - q17 CATCH 8 IN m.-- ORMER 0"w PUBLIC MMIES I — 'L— ?-- - - - - -- __________________ EXISTING ORM07E WRik :,4FVg --------------- SEIM I--- - - - - -, % - y--------------------------- - - - - -- ----------------------------------------------------------- V-� ee� ,rp Ow- wm/ulsrmg ------------------- 4� jffi -------- --------------------------- ----------- ------ -ARD. -- - -- - 1p 4MMOKALEE --- ---- --- Ji— -- -- - - - - • 7=�Z - - - - - - - - - - - - - - - - - - - - - - - 4:' - TgF& ----------------- - -------------- sr_,-- -------- ------ EXISTING/ TV REVALY ------------------- POWER POLE/ PROPOSED sElEx6rims -W—r ------ -------- FPL DISTRIBUTM -------- � ---- ------------- T- ------ -- TlEXISFIAW T �AL 0 F"Aff W1rN ---- - Ema4M POSrs E/ PAOSED 3 /BT /EXISTING/ 7MV M W EMBAW FPL DISTRIBUrION 8F0/r0 BE rLAcEo (j) ST/TD ffl WfUrITO BE AaWTEO OUT OF SERVICE EMaA EMAQ Ema4AQ BF01MOPOSED Ist CONGREGATIONAL FOWL ElTo BE REAMED EMBAM CHURCH SITE -'�77 POLE/ PFOVSED M DISTRIBUTION UNIM V (2) 21 PK--we /�ujs AND MAU/19M REWNP-CM ATT LIMITS OF PAVEMENT L— j� SEE ITILITY ADJUSTMENT SHEET (3) REVisivirs I a4TE I Pa AMERICAS, INC. 2RAMFUR7AI1W AMOMMMV A.-M SHEET NO. COUKU I a mom V7Z= ADJUSTAMW SRUET 60 COLLIER 60106A 78 d ENO PROJEC" END CONSTRUCTION STA. P30+52.63 f SURVEY lMMOKALEE RD. SURVEY IMMOKAIEE RV- Fee! 926 CCPW 2,27 = 2 P-30 29 231 -/-- __ = � — —====� — — — — -4- — — --------- 4— s 89r 57' 36• E S Br 57' W E - - - - - - - - - - - - - / - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - n --------------------------- - - - - -- ---------------------------------/--------------- -------------------------- - - - - --- ---- - - - - -- -- ------------------------------------------------------------------------------- -------------- ------------ -------------------- --- -------- 0� ------- �991 -------- ----------- 4 ------------------- p ISTM Br______ - - - , - - - - - - - - - - - - I T - IT ---- -- 1:T - - - - - - - --- V - - - - I I I I I I - - - - - - - - - - - - - - - - - - - - - - - - - - ---11 -- - - - - - - :Z -7 - - - - - - - - - - - - - - - - - - (21 r Mo /"arm MEXISTM - - - - - - - - - / - - - - - - - - - - - - - - - - - - - - -- - - - - - - fe) a, BFO /Exzrmg Arr- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ILS -- - - - - - - ------- - - ---8 - - - - - - - - - - - - - - - - - - - IT - - - - - - - - IT ore O&EXISTMI TO ffMAkY 77 aramw/ TO IN PS AMERICAS• Ifla 2W4AWQWA2WN AMAZYNERRM AN) VQNR NVM W AM MA 6 WAIWVT ma ma. I COL'M I C"Ty TWU WTM COLLIER 60106A F77Z1Al)NMD/Wl/LPD/lG & RESURFACIMG LIMITS OF PAVEMENT WILIENIAV I SHEET A'o. U="Y AJDUT"NT SJMBT (5) - 79 — OPP D m Feet BEGIN PROJECT STA. 5 +32.81 @ SURVEY OAKES BLVD. ewe ewe awe owe owe ew• ewe ew• awe ewe ewe ewe ewe qy� .we .w..we awe br b.elY a e+� �w..w..se ar a � gW — — — — _ + 5 — — — — — — — s SURVEY RAKES BLVD- 7 ___— N P5 B W Nj OAKES BLVD. 2 aC BT EXUSTNLG Z TO A/N — — L'DII M T EXISTING/ ro REMAIN 1ST JG TO REMAIN I \ EMa4M FPL DISR/BUTJX/ I \ PW/EXIST/NG/ i COLD Q 1 S T/W DE ADJUSTED EMAM DT /EXISTING/ ro REMAINp 1 �O CGfICAST ®M[FSM AG 6 RFORFAC /NG AMDG LD LIMITS OF PAVEMENr WUDENW REVISIONS P �_ MFOE M111Ks I� TAG�.� . JAND M r CM,WMOG72kW AUNAMAGM AWAR27 T QATE SHEET S1Qr.. N° "� v'0° Lruo AD mGNrr rr Paa1Ecr Iro. UMITY ADJU.'STIUMW SIMET (6) ND. mGN --loo ®sasnan.+►Mi sr. COLDER 60106A 80 :4eln P/! /8w IP:An P/ T:bysYnlsolsBWrp�vneercgge 11A ' 11C (PLEASE PRINT CLEARLY) Agenda It em # /�� MEETING DATE / - /7— /7i (Circle Meeting Type) Regular Special Workshop Budget AGENDA ITEM TITLE V&( A.)p 61 ,/ e S(O / NAME eke v .�5 (A i(U cam•t ADDRESS 9i 5-2o Tvn,t 5%(( /-e-K 4/u ley Representing/Petitioner: (Y� Lv ' ' /7 l . J (� Oer: COLLIER COUNTY ORDINANCE NO.2003-53,AS AM- DED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYISTS SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT. YOU ARE LIMITED TO THREE(3)MINUTES FOR YOU COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR PLACE COMPLETED FORM ON THE TABLE LEFT OF THE DIAS IN THE BOARD ROOM PRIOR TO THE SUBJECT BEING HEARD (PLEASE PRINT CLEARLY) Agenda Item # I// MEETING DATE / -' If ' O2 (Circle Type) Regular Special Workshop Budget AGENDA ITEM TITLE f/ &v (4/CJO NAME gol f N j 106 Al 3 1-SS Y ADDRESS /q 21 3 AA- 5 Representing/Petitioner: F G C Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYISTS SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT. YOU ARE LIMITED TO THREE(3)MINUTES FOR YOU COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR PLACE COMPLETED FORM ON THE TABLE LEFT OF THE DIAS IN THE BOARD ROOM PRIOR TO THE SUBJECT BEING HEARD (PLEASE PRINT CLEARLY) Agenda Item # MEETING DATE (� (Circle Meeting Ty Regular Special Workshop Budget AGENDA ITEM TITLE • Ii I/ ii.■ - J. _ i C, r . .. .. . t! NAME { e.t. CAN,1/`JI/l$ ADDRESS ( 07S rt/tk 41 2:5/0.(._ 37/08 Representing/Petitioner: Other: COLLIER COUNTY ORDINANCE NO.2003-53,AS AMENDED BY ORDINANCE 2004-05 AND 2007-24,REQUIRES THAT ALL LOBBYISTS SHALL,BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES(INCLUDING,BUT NOT LIMITED TO,ADDRESSING THE BOARD OF COUNTY COMMISSIONERS),REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT. YOU ARE LIMITED TO THREE(3)MINUTES FOR YOU COMMENTS AND ARE TO ADDRESS ONLY THE CHAIR PLACE COMPLETED FORM ON THE TABLE LEFT OF THE DIAS IN THE BOARD ROOM PRIOR TO THE SUBJECT BEING HEARD