Loading...
Agenda 01/28/2020 Item #16C 3 (Contract #19-7605 Quality Enterprises USA, Inc./Q. Grady Minor & Associates, Inc.)01/28/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s rankings for Request for Professional Services No. 19-7605, “Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch Force Main Project,” and authorize staff to begin negotiations with the top- ranked team of Quality Enterprises USA, Inc./Q. Grady Minor & Associates, Inc., so that staff can bring a negotiated contract back for the Board’s consideration at a future meeting. OBJECTIVE: To approve selection committee rankings and authorize staff to begin contract negotiations with the top-ranked design-build team to secure design and construction services for the Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project. CONSIDERATIONS: To alleviate the conveyance constraint of the 12-inch force main along Immokalee Road, the 2014 Public Utilities Master Plan called for the construction of a 24-inch force main from the Heritage Bay Master Pump Station (“MPS” 167) west along Immokalee Road then south along Logan Boulevard to MPS 104 located on Vanderbilt Beach Drive, just east of Logan Boulevard. This also allows for diverting wastewater flows to various wastewater treatment plants and allows for maintenance of the County's aging force main system. Additionally, this project will allow for the flexibility to divert wastewater flows to various wastewater treatment plants including the future Northeast County Water Reclamation Facility and the existing South County Water Reclamati on Facility. In order to initiate construction before developments were constructed, various work orders were issued to fixed term underground utility contractors for the installation of 4,500 feet of force main from Plateau Road to the west. (See Attachment 1 for the Project Map.) The proposed force main will begin at the termination of the existing force main and continue west in the Immokalee Road corridor. It will then proceed south on Logan Boulevard to Vanderbilt Beach Road, then east a short distance to MPS 104, approximately 19,000 feet of 24-inch force main. The project also includes the upsizing of approximately 1,400 feet of an existing 8-inch wastewater force main along Logan Boulevard from the Logan Blvd. Bridge at Immokalee Road and north to Treeline Drive. This design-build project is consistent with the proposed scope of work under Project No. 70233, “Logan Boulevard FM (Immokalee Rd to VBR),” and is also consistent with the FY2020 Budget approved by the Board of County Commissioners (“Board”) on September 19, 2019. The notice of recommended award, final rankings, solicitation and proposal are included respectively as Attachments 2 through 5. The scope of work for this project includes design, permitting and construction of a 24 -inch, bi- directional, wastewater force main along Logan Boulevard between Immokalee Road and Vanderbilt Beach Road. On May 6, 2019, the Procurement Services Division released notices for Request for Professional Services (“RPS”) No. 19-7605, Step 1, design-build of Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, by sending out 29,075 notifications, resulting in interested firms downloading 193 solicitation packages. The County advertised the RPS in conformance with the Consultants' Competitive Negotiation Act’s, Fla. Stat. 287.055 subsection (9)(c), competitive proposal selection process. The County received six proposals by the June 20, 2019 deadline. Staff found all six firms responsive and responsible. A selection committee met on July 30, 2019, and, as described in step 1 of the solicitation documents, scored each of the proposals and shortlisted the following top three firms to move on to step 2, oral presentations: Quality Enterprises USA, Inc., Garney Construction, and David Mancini and Sons, Inc. 16.C.3 Packet Pg. 1539 01/28/2020 Company Name City County State Responsive/Responsible Quality Enterprises USA, Inc. Naples Collier FL Yes/Yes Garney Construction Winter Garden Orange FL Yes/Yes David Mancini and Sons, Inc. Miami Dade FL Yes/Yes On August 12, 2019, the Procurement Services Division released Step 2 of RPS No. 19-7605 (Technical Proposals/Presentations/Guaranteed Maximum Price (“GMP”)) to the three shortlisted firms. All three firms submitted proposals by the October 22, 2019 due date. On December 10, 2019, the selection committee met to review and score the technical proposals, observe presentations and open the firms’ GMP. At the end of that meeting, the selection committee ranked the firms as follows: Company Name Proposal Total Score Guaranteed Maximum Price GMP Total Score Overall Score Selection Committee Final Rank Garney Construction 161 $11,700,650 31.4 192.4 2 Quality Enterprises USA, Inc. 193 $9,230,000 45.9 238.9 1 David Mancini and Sons, Inc. 126 $8,532,800 50 176.0 3 Quality Enterprises USA, Inc.’s total guaranteed maximum price is $9,230,000. For overall ranking including technical approach and presentation, Quality Enterprises USA, Inc. scored 238.9 points, Garney Construction scored 192.4 and David Mancini and Sons, Inc., scored 176.00. Although David Mancini and Sons, Inc.’s GMP was the lowest, the selection committees’ ranking is based on the criteria for the evaluation of the competitive proposal, including its review of the technical proposals and observation of the presentations. Here, price is not the only factor; price, technical and design aspects of the public construction project were all relevant evaluation criteria weighted for this project. Based on the selection criteria, the committee determined Quality Enterprises USA, Inc. the highest ranked to design-build this project. Subject to the Board’s approval of this recommendation, staff will begin negotiating a final proposed agreement to arrive at terms including but not limited to items such as the possibility of direct material purchase savings, the progress schedule, owner’s allowances, and a completion date, so that a proposed agreement can be brought back for the Board’s consideration. Staff asks the Board to approve the selection committee’s rankings for RPS No. 19-7605, “Design-Build of Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project," authorize staff to enter into negotiations with the top-ranked team, Quality Enterprises USA, Inc./Q. Grady Minor & Associates Inc., and, if an agreement cannot be reached with that firm, to pursue negotiations with the remaining firms in ranked order, and ultimately bring a negotiated contract back for the Board’s consideration at a future meeting. FISCAL IMPACT: There is no fiscal impact associated with this action; however, the submitted guaranteed maximum price of the number one team is $9,230,000. After negotiation, the funding is available in the Fiscal Year 2020 capital budget approved by the Board on September 19, 2019. The source of funding is the Waste Water User Fee Capital Fund (414). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory programs. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee’s rankings for RPS No. 19-7605, 16.C.3 Packet Pg. 1540 01/28/2020 “Design-Build of Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24 -inch Force Main Project," authorize staff to enter into negotiations with the top-ranked team, Quality Enterprises USA, Inc./Q. Grady Minor & Associates Inc., and, if an agreement cannot be reached with that firm, to pursue negotiations with the remaining firms in ranked order, and ultimately bring a negotiated contract back for the Board’s consideration at a future meeting. Prepared by: Zamira DelToro, CSM, Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1 Project Map (PDF) 2. Attachment 2 19-7605 NORA (PDF) 3. Attachment 3 Final Ranking (PDF) 4. Attachment 4 19-7605 Solicitation (PDF) 5. [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24- inch_Force_Main_Project_Final (PDF) 16.C.3 Packet Pg. 1541 01/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 11338 Item Summary: Recommendation to approve the selection committee’s rankings for Request for Professional Services No. 19-7605, “Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch Force Main Project,” and authorize staff to begin negotiations with the top- ranked team of Quality Enterprises USA, Inc./Q. Grady Minor & Associates, Inc., so that staff can bring a negotiated contract back for the Board’s consideration at a future meeting. Meeting Date: 01/28/2020 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Zamira Deltoro 01/13/2020 4:47 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 01/13/2020 4:47 PM Approved By: Review: Public Utilities Planning and Project Management Michael Stevens Additional Reviewer Completed 01/14/2020 7:20 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 01/14/2020 9:15 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/14/2020 2:31 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 01/14/2020 3:04 PM Procurement Services Geoff Thomas Additional Reviewer Completed 01/14/2020 4:28 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/14/2020 4:36 PM Wastewater Beth Johnssen Additional Reviewer Completed 01/15/2020 8:55 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/16/2020 11:49 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 01/16/2020 12:08 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/16/2020 1:01 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/17/2020 11:07 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/17/2020 1:34 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/17/2020 4:46 PM Budget and Management Office Ed Finn Additional Reviewer Completed 01/21/2020 2:12 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 01/21/2020 4:54 PM 16.C.3 Packet Pg. 1542 01/28/2020 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 01/22/2020 12:59 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/28/2020 9:00 AM 16.C.3 Packet Pg. 1543 16.C.3.a Packet Pg. 1544 Attachment: Attachment 1 Project Map (11338 : Design-Build of Immokalee Road, Logan Boulevard, and 16.C.3.b Packet Pg. 1545 Attachment: Attachment 2 19-7605 NORA (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch 16.C.3.cPacket Pg. 1546Attachment: Attachment 3 Final Ranking (11338 : Design-Build of Immokalee Road, Logan Boulevard, and COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) – STEP 1 In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR DESIGN-BUILD OF Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch Force Main Project RPS NO.: 19-7605 GEOFF THOMAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geoff.Thomas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.3.d Packet Pg. 1547 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 2 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL REQUEST FOR PROFESIONAL SERVICES (RPS) NUMBER: 19-7605 PROJECT TITLE: Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project PRE-PROPOSAL CONFERENCE: May 21, 2019 at 10:00 AM LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PROPOSAL OPENING DAY/DATE/TIME: June 6, 2019 at 3:00 PM PLACE OF PROPOSAL OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Engineering and Project Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Design Build Firms/Partnerships in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The County is interested in receiving qualifications and proposals from experienced design-build teams for the design and construction of a new HDPE 24-inch force main along Immokalee Road (approximately 7,000 feet) then south along Logan Boulevard (approximately 11,000 feet) to MPS 104 located on Vanderbilt Beach Drive (approximately 1,000 feet). Additionally, the project includes the upsizing of an existing 8-inch PVC wastewater force main (approximately 1,400 feet) north on Logan Boulevard from the intersection at Immokalee Road. Removal and/or grout-in-place will be required for the abandoned 8-inch PVC force main. All design and construction activities shall be in compliance with all Collier County Utility Standards and Right-of-Way standards and ordinances. The project information included in this RPS-Initial Qualifications Submittal is preliminary in nature. More definitive and detailed information will be provided during the second phase of the RPS. At the County’s option, the services may be contracted to the extent required by the County. There is no contract guaranteed as a result of being shortlisted or top-ranked through this solicitation. All interested Proposers shall be required to comply with Florida Statute 287.055, Design-Build requirements. Proposers will also be required to comply with the County’s Procedures for Contracting for Design-Build Services. All short-listed Proposers will be required to post a Proposal Bond at the second step of the RPS response and will be required to comply with all Collier County's Professional Services bonding and insurance requirements. BACKGROUND The Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) is soliciting Request for Professional Services (RPS) proposals to select a Design-Build team to design and build a new 24-inch HDPE force main along Immokalee Road then south along Logan Boulevard to MPS 104 located on Vanderbilt Beach Drive. This project begins approximately 170-feet east of Rose Boulevard on the north side of the Cocohatchee Canal and proceeds west to Logan Boulevard, south on Logan Boulevard to Vanderbilt Beach Road, and east on Vanderbilt Beach Road to Master Pump Station 104. The proposed force main will be installed to increase the capacity of the existing wastewater system along Immokalee Road. It shall be capable to transport wastewater flows in multiple directions including, but not limited to, 1) directing flow from the Heritage Bay Master Pump Station (HBMPS) to MPS 104, MPS 103 or MPS 107; 2) directing flow from MPS 104 to the Heritage Bay Master 16.C.3.d Packet Pg. 1548 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 3 Pump Station; or 3) directing flow from the Heritage Bay Master Pump Station to the North County Water Reclamation Facility (NCWRF). Existing flow along Immokalee Road is directed to MPS 107 or MPS 103. The flow from the Orange Tree Service Area will be directed to the HBMPS on Plateau Road and re-pumped to either MPS 103, MPS 107 or MPS 104. This background describes the scope of work, the responsibilities of the Design-Build (DB) team and available plans and reports associated with this proposed project. This information is being provided to assist with the preparation of a RPS package for the design and preparation of construction plans and special provisions for this capacity expansion project. Immokalee Road, Logan Boulevard, Vanderbilt Beach Road Force Main. In order to make full use of the capacity of the North County Water Reclamation Facility (NCWRF) for the growing northeast quadrant of Collier County’s utility service area, the most recent Utilities Master Plan recommended construction of a 24-inch force main from the Heritage Bay MPS west along Immokalee Road then south along Logan Boulevard to MPS 104 located on Vanderbilt Beach Drive, just east of Logan Boulevard. A section of this project has already been constructed. This completed section is a 24-inch force main on the north side of the Cocohatchee Canal from the extension of Collier Boulevard (CR 951) west to about 170 feet east of Rose Boulevard. The proposed force main will begin at the termination of the existing section (170 feet east of Rose Boulevard) and continue west in the Immokalee Road corridor. It will then turn south on Logan Boulevard to Vanderbilt Beach Road, thence east a short distance to MPS 104. A connection will be required (complete with appropriate valving) to the existing force main in Immokalee Road. This routing is illustrated in Figure 2. The alignment of this force main was the subject of a report titled “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road 24-inch Force Main Alignment Analysis” by Johnson Engineering dated July 2014, which is provided with this solicitation notice. This report includes the alignment analysis of the force main along Immokalee Road between Rose Boulevard and Logan Boulevard to the west, from Logan Boulevard to Vanderbilt Beach Road to the south and along Vanderbilt Beach Road to MPS 104 to the east. Each alignment consideration looked at: relative cost, constructability, impact to roadways, environmental impacts and required permitting. The proposed force main system is divided into three segments: 1. 7,000 LF approximately along Immokalee Road; 2. 11,000 LF approximately along Logan Boulevard (between Immokalee Road and Vanderbilt Beach Road). 3. 1,000 LF approximately along Vanderbilt Beach Road to Master Pump Station 104. 16.C.3.d Packet Pg. 1549 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 4 As part of this project, the Design-Build Team will be required to upsize approximately 1,400 feet of existing 8-inch PVC wastewater force main with appropriate valving. The force main was originally designed for a limited development in the area. However, additional residential development has resulted in the existing 8-inch PVC force main being undersized. On the south, the current 8- inch force main is connected to an existing 16-inch PVC transmission force main in Immokalee Road then runs north along Logan Boulevard for approximately 1,400 feet to a connection with an existing 12-inch PVC and 6-inch PVC wastewater force main (see Figure 3). In order to connect the new force mains to the existing 16-inch PVC wastewater force main in Immokalee Road, Immokalee Road will have to be open cut. It is anticipated that the connection of the upsized force main and the new HDPE 24-inch force main to the transmission main in Immokalee Road will be performed at night and in the same cut to minimize disruption to traffic. The upsized force main is not required to connect to the 16-inch PVC force main in Immokalee Road at the present location. The location of the connection for both the new HDPE 24-inch” force main and the upsized force main is to be determined by the Design-Build Team and in consultation with the County. Additionally, the Cocohatchee Canal may need to be dammed and bypassed to facilitate this work. All SFWMD or Big Cypress Basin permitting necessary to dam and bypass the canal is the responsibility of the Design- Build Team. Figure 2. 16.C.3.d Packet Pg. 1550 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 5 It is to be noted that the Logan Boulevard bridge/road over the Cocohatchee Canal is to be widened by others. Should this bridge/road work be concurrent with the installation of the force mains described in this document, coordination of construction activities will be required to ensure successful and efficient completion of both projects. PRELIMINARY DESIGN CRITERIA INFORMATION The Design Criteria Professional for this project is Tom Chmelik, P.E., with EPMD - PUD Included with the RPS solicitation is the following report associated with the Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project: • A report titled “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road 24-inch Force Main Alignment Analysis” by Johnson Engineering dated July 2014, which is also available from the County’s Engineering and Project Management Division. • Current GIS Aerial Maps. TERM OF CONTRACT The County reserves the right to modify this scope during negotiations. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Figure 3. 16.C.3.d Packet Pg. 1551 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 6 DETAILED SCOPE OF WORK The selected Design-Build team shall perform a comprehensive design of Collier County Water-Sewer District (CCWSD) owned force main and complete the construction of the proposed improvements. The selected Design-Build team will perform design, prepare construction plans, prepare project specifications, obtain required permits and consent, prepare a guaranteed maximum price (GMP), prepare a project schedule, and include construction, construction administration services and construction engineering and inspection services. All work shall conform to the Collier County Utility Standards Manual and the Collier County Right-of-Way Manual. Proposed Improvements: Scope of Services To design and build a new 24-inch HDPE force main along Immokalee Road then south along Logan Boulevard to MPS 104 located on Vanderbilt Beach Drive. This project begins approximately 170-feet east of Rose Boulevard on the north side of the Cocohatchee Canal and proceeds west to Logan Boulevard, south on Logan Boulevard to Vanderbilt Beach Road, and east on Vanderbilt Beach Road to Master Pump Station 104. The scope of engineering services will include Project Management, Surveys, Basis of Design Report, 60% design and 100% construction documents and installation of a new 24-inch wastewater force main. The design will include connections to existing force mains (complete with appropriate valving/appurtenances/fittings). The proposed force main will be installed to increase the capacity of the existing wastewater system along Immokalee Road. It shall be capable to transport wastewater flows in multiple directions including, but not limited to, 1) directing flow from the Heritage Bay Master Pump Station (HBMPS) to MPS 104, MPS 103 or MPS 107; 2) directing flow from MPS 104 to the Heritage Bay Master Pump Station; or 3) directing flow from the Heritage Bay Master Pump Station to the North County Water Reclamation Facility (NCWRF). Existing flow along Immokalee Road is directed to MPS 107 or MPS 103. The flow from the Orange Tree Service Area will be directed to the HBMPS on Plateau Road and re-pumped to either MPS 103, MPS 107 or MPS 104. Additionally, the project includes the upsizing of an existing 8-inch PVC wastewater force main north on Logan Boulevard from the intersection at Immokalee Road. The current 8-inch PVC force main is connected to an existing 16-inch PVC transmission force main in Immokalee Road then run north along Logan Boulevard for approximately 1,400 feet to a connection with an existing 12-inch PVC and 6-inch PVC wastewater force main. The connection of the 12-inch and 6-inch PVC force mains to the 8-inch PVC force main is located at the intersection of Logan Blvd North with Treeline Drive. The 12-inch PVC force main receives the sewer flows of Riverstone of Naples and Parkland Developments and the 6-inch PVC force main receives the flows of pump station 107.50 at Olde Cypress Development Removal and/or grout-in-place will be required for the abandoned 8-inch PVC force main. The upsized force main is not required to connect to the 16-inch PVC force main in Immokalee Road at the present location. The location of the connection for both the new HDPE 24-inch force main and the upsized force main is to be determined by the Design-Build Team and in consultation with the County. In order to connect the new force mains to the existing 16-inch PVC wastewater force main in Immokalee Road, Immokalee Road will have to be open cut. It is anticipated that the connection of the upsized force main and the new HDPE 24-inch force main to the transmission main in Immokalee Road will be performed at night and in the same cut to minimize disruption to traffic. During the Course of the project the Design Build Team shall be required to perform the following: 1: Preliminary Engineering Design a. The Design-Build team will organize an initial Kick-off Meeting and provide the initial Project Schedule b. Project Management: The Design-Build team will be responsible for general project administration, project coordination, preparation of miscellaneous correspondence, meeting agenda and minutes, maintenance of project documentation and coordination of services provided. This task shall also include forecasting and tracking of the budget and schedule, submitting monthly invoices along with updated schedule and project status reports. The primary objective is to keep the project within scope, budget and on schedule. c. Preliminary Engineering: Under this task, the Design-Build team shall provide confirmation of alignment, phasing, connection to existing phases and other existing wastewater force mains, identification of permitting requirements, identification of real estate issues including temporary and permanent easements and constructability issues. Specifically, the Design-Build team shall be responsible to perform the following: i. Review and evaluate available background information, including alignment studies ii. Undertake soil borings at appropriate intervals along the alignment to ascertain the engineering properties of the soils 16.C.3.d Packet Pg. 1552 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 7 iii. Conduct subsurface utility investigations to confirm locations of existing utilities that might affect the design iv. Confirm design criteria in accordance with the most current Collier County Utility Standards Manual and propose any additional design criteria not covered by the Manual. v. Recommend force main alignment and materials of construction, with particular focus on the crossings of major roadways and canals vi. Review other permitted and/or scheduled construction activities that may affect this project, including commercial/private construction along proposed alignment, and County planned roadway resurfacing or other construction vii. Obtain permits for all agency approvals, issues to be resolved and a schedule for application and receipt of permits viii. Prepare a Basis for Design Report (BODR) that summarizes the results of this task and provides layouts, sketches and recommendations for design. d. Surveying: The Design-Build team shall provide surveying services. The survey task shall include the following: i. Research the title for all properties within the corridor of the proposed pipe alignment and all properties affected by temporary easements ii. Map ownership deeds, easements, agreements, etc. within the corridor of the proposed pipe alignment and all property affected by temporary easements iii. Prepare 8½” x 11” sketches and legal descriptions for proposed easements iv. Prepare 8½” x11” exhibits with aerial photo background for each proposed easement v. Establish vertical and horizontal control vi. Provide route surveying to establish vertical and horizontal alignment for proposed improvements vii. Any other survey functions necessary to provide a complete and accurate set of construction documents 2: Design a. On the basis of the final design criteria package, the Design-Build team will prepare drawings and specifications, which provide the general scope, extent and character of the work to be furnished, and performed. The Consultant shall prepare 60% and 100% contract documents for the construction of the Project. The drawings shall include overall project plans, plan and profile sheets and details in conformance with the latest County standard details, individual connection details for all connections to existing mains, soil boring information, survey information, phasing and other permit requirements. All plan views shall incorporate a north arrow and a graphic scale. Plan and profile sheets shall be at a 1”=40 scale horizontally and 1”=4’ vertically or other scale approved by the project manager and shall be a standard scale when printed on 11”x17” paper. This phasing is preliminary, but representative of how the overall project may be divided. It is anticipated that the construction of the Immokalee Road-Logan Boulevard Force Main will be divided into three phases, but the limits of these phases have not yet been established. In general, existing wastewater force mains along these alignments shall be connected to the subject wastewater force main with appropriate valving. In most cases, the existing wastewater force main connections will remain in place, i.e. the new connection will be in addition to the existing connections. Contract documents shall include plans and specifications complete for construction, meeting regulatory requirements. In accordance with applicable industry standard of care, the plans shall be accurate, legible, complete in design, and drawn to scales acceptable to the County. Construction plans shall be provided as hard copy and in electronic format (AutoCAD and PDF). b. Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in MS Word format. Specifications shall be prepared based on the County’s current Utility Standards Manual to the fullest extent possible. Any required items not covered by the Utility Standards Manual will be prepared by the Design-Build team. c. Prepare applications for all required regulatory, governmental and construction permits. The Design-Build team shall update the permitting plan a minimum of once per quarter. Consultant shall prepare applications and provide responses to agency comments for the following permits: • FDEP Noticed Permits (Wastewater and ERP) 16.C.3.d Packet Pg. 1553 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 8 • Collier County SDPI • SFWMD dewatering permit • SFWMD right-of-way Permit (Big Cypress Basin) • US ACOE • Collier County right-of-way permit • Any other permits or consent required by the project The Design-Build team is responsible for all permit fees and these fees shall be accounted for in the GMP. Collier County Transportation (Right of Way) Coordination The Design-Build team will coordinate and provide all required information to Collier County Transportation (Right Of Way) and their Plan Review Team regarding our utility improvements project. Public Meetings – The Consultant will meet with County staff and the Community Representatives and Residents. The objectives of the meeting will be to discuss the project objectives and goals, layout / configuration options, phasing plan, project approach, and concerns the community may have as a result of this project. The Consultant will arrange, send notification, host and facilitate the first public meeting which may include presenting conceptual exhibits, meeting set up, wayfinding signs onsite, photos, audio recording, and a written summary documenting the meeting discussion and comments as applicable. The design will consider the input from the community residents. The Consultant will prepare a written summary documenting the meeting discussion and comments as applicable. This scope assumes the County will arrange, set up, and coordinate this meeting. The Design-Build team will be expected to work in cooperation with the County and its designees, including private/public utilities and stormwater systems that will be affected by the work and must be considered with the services provided. The Design-Build team shall provide design services to accomplish the work contained in this solicitation. The Design-Build team may retain sub-consultants for various design tasks; however, the Design-Build team will be solely responsible for all coordination and interface with the County. The Design-Build team shall be the single point of contract for all design services. The Design-Build team shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. 3: Construction The Design-Build team shall provide all necessary materials, labor and equipment to properly construct all proposed improvements as detailed in the approved GMP. Further, the Design-Build team shall provide these additional tasks during construction. Construction Administration a. The Design-Build team will organize the pre-construction meeting, organize progress meetings, update the project schedule, complete permit certifications and other necessary items. b. The Design-Build team will solely be responsible for daily inspections of the project. The Design-Build team is to develop and implement a Quality Assurance/ Quality Control program. c. Prepare Record Drawings and provide to County in electronic format, GIS, AutoCAD and PDF, along with two hard copies following each phase of construction. d. Provide breakdown of project assets in a format specified by the County of the completed project. REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 The selection process will involve a two-step proposal review to minimize Proposers’ costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal (in response to this RPS - Initial Qualifications Submittal) based on the criteria in Section 4.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms. The COUNTY will then issue a RPS - Step 2, which will include the Design Criteria Package, after which time the short- listed firms will submit final technical and pricing proposals and be invited for oral presentations. In Step 2 of the RPS, the COUNTY will invite the short-listed firms to propose a Guaranteed Maximum Price (GMP) and a guaranteed schedule, based on the Design Criteria Package and other contract documents. The GMP must include all design and construction costs. A Proposal Bond will be required during Step 2. Also, during Step 2 of the RPS process, other information, including 16.C.3.d Packet Pg. 1554 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 9 but not limited to clarifying questions or interviews, may be requested and evaluated. The Proposers will need to meet the minimum requirements outlined in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will enter into negotiations with the top ranked firm. With successful negotiations, a contract will be developed with the selected firm, based on the GMP and technical components. 1.2 The COUNTY will use a Selection Committee in the RPS selection process. 1.3 The intent of the Step 1, scoring of the qualifications proposal, is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the top three (3) short-listed firms will be requested to submit Step 2, and to make oral presentations. 1.5 The scores from the RPS - Step 1 used for short-listing for this Project will not be carried forward for the Step 2 of this selection process. 1.6 The intent of the Step 2 is submit final technical and pricing proposals and to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final ranking. 1.7 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.8 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: STEP 1 Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 30 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 30 Points 4. Location 15 Points 5. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (30 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team’s qualifications to successfully complete the project. 16.C.3.d Packet Pg. 1555 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 19-7605 Design-Build for “Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project” 10 EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (30 Total Points Available) This criterion measures the professional team’s past experience with projects similar in size, type and complexity as this project. The professional teams will be evaluated on their force main projects of the size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team’s minimization of change orders will be an important consideration. Preference will be given to firms with force main projects constructed within the last five (5) years in proximity to the proposed project. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8 . Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 4: LOCATION (15 Total Points Available) The professional team’s approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will establish the project location in order to manage day-to-day or on-site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO. 5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.3.d Packet Pg. 1556 Attachment: Attachment 4 19-7605 Solicitation (11338 : Design-Build of Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New CONTACT Phone 239.435.7200 Fax 239.435.7202 contact@qeusa.com ADDRESS QUALITY ENTERPRISES USA, INC. 3494 Shearwater St. Naples, FL 34117 RPS Number 19-7605 Statement of Qualification Design Build Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road new 24-inch Force Main Project JUNE 20, 2019 Collier County, FL 16.C.3.e Packet Pg. 1557 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Dear Mr. Thomas AND COMMITTEE MEMBERS, We are pleased to inform you that Quality Enterprises USA, Inc. has teamed with the design firm of Q. Grady Minor & Associates, P.A. to provide you with our proposal for RPS No. 19-7605, “Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch Force Main Project.” The QE + Grady Minor team has assembled a group of highly reputable, local companies with proven success to participate in this design build. Working with the team will be Earth View, LLC, QE’s in-house Trenchless Technology sister company who will provide Horizontal Directional Drilling (HDD) and Fusing services and Subsurface Utility Locates. Also partnering with our team is Brierley Associates for the HDD design, Forge Engineering, Inc. for Geotechnical Engineering, Passarella Associates, Inc. for Environmental Consulting and Cella Molnar & Associates, Inc. for public information. Collier County can be confident in the QE + Grady Minor partnership based on our proven local performance. JOBSITE & LOCATION QE’s corporate office and equipment yard are 8 miles from the project site, thus enhancing project efficiency. The close proximity will ensure that key personnel perform daily job site visits and allows for prompt mobilization of materials and equipment. All meetings between QE + Grady Minor and Collier County can be held at QE’s office and followed by site visits if requested. A PROVEN PARTNERSHIP Having collaborated on 36 projects, the QE + Grady Minor team confidently submits this proposal and ensures that the project will be designed and constructed in adherence to all requirements while achieving the highest quality product for the county. Very truly yours, LOUIS J. GAUDIO Vice President Single point of contact RPS NO. 19-7605 IMMOKALEE ROAD, LOGAN BOULEVARD, AND VANDERBILT BEACH ROAD NEW 24-INCH FORCE MAIN PROJECT Collier County Board of County Commissioners Attn: Geoff Thomas, Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 QE RECENTLY COMPLETED THE COLLIER BOULEVARD AND IMMOKALEE ROAD INTERSECTION IMPROVEMENT PROJECT. THIS INCLUDED INSTALLATION OF NUMEROUS UTILITIES THROUGH HEAVY ROCK, INCLUDING A 600 LF DIRECTIONAL DRILL OF 30” HDPE AND A 365 LF DIRECTIONAL DRILL OF 8” HDPE. THIS PROJECT’S PROXIMITY TO THE NEW 24-INCH FORCE MAIN HAS PREPARED QE FOR ANY GEOTECHNICAL AND ENVIRONMENTAL ISSUES THAT MAY ARISE ON THE JOBSITE. THE PROJECT WAS COMPLETED ON TIME, WITHIN BUDGET AND AT THE HIGH LEVELS OF QUALITY THAT HAVE COME TO CHARACTERIZE QE. JUNE 20, 2019 SELF PERFORMING Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing over 90% of each project. This cost saving practice allows for flexibility in scheduling, adaptability for rapid project changes, and a diverse and skilled workforce. QE’s leading services include: • Asphalt with 3D Paving Technology • Aviation Construction • Bridge Construction • Concrete Recycling • Earthwork with 3D Grading Technology • Horizontal Directional Drilling • Pipe Bursting • Pipe Ramming • Structural Concrete • Underground Utilities 16.C.3.e Packet Pg. 1558 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Ability of Professional Personnel Certified Minority Business Enterprise Past Performance Location Recent, Current, and Projected Workloads of the Firm Required Forms 01 02 03 04 05 06 table of contents 16.C.3.e Packet Pg. 1559 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 01 Ability of Professional Personnel 16.C.3.e Packet Pg. 1560 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QUALITY ENTERPRISES USA, INC. | A LOCAL LEADER Quality Enterprises USA, Inc. (QE) is a leading construction firm based in Southwest Florida that focuses on major civil, building, and specialized construction in both the private and public sectors. Celebrating 50 years of service, QE prides itself on completing projects on time, within budget, and at high levels of quality. Backed by experienced personnel and a modern fleet of heavy equipment, QE is prepared to complete a wide range of multidisciplinary construction projects including: QE + COLLIER COUNTY | A PROVEN PARTNERSHIP QE has worked in Collier County since 2002 on a variety of infrastructure projects and has a dynamic knowledge and understanding of local construction and regulatory conditions, directly pertaining to dewatering, rock excavation, traffic control, erosion control, and wildlife sensitivities. With the ability to self-perform over 90% of each project, QE maintains job site control and has never been assessed liquidated damages for project delays. QE has successfully completed hundreds of projects for Collier County. With key players from QE and Collier County involved on many of the same projects, a strong relationship has been formed. This shared understanding of work structure will prove advantageous on the new 24-inch Force Main project and is a benefit that cannot be bought. Aviation Roads and Bridges Heavy Highway Underground Utilities Water Treatment and Storage Many other types of specialized construction ABILITY OF PROFESSIONAL PERSONNEL QE AT A GLANCE FIRST JOB WITH COLLIER COUNTY 2002 FIRST PROJECT IN FLORIDA 1997 TOTAL REVENUE IN 2018 $60M REVENUE FROM COLLIER COUNTY IN 2018 $16M COLLIER COUNTY UTILITY EMERGENCY CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2008 COLLIER COUNTY SCHOOL UTILITY EMERGENCY CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2007 05 16.C.3.e Packet Pg. 1561 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QE | A REGIONAL FIRM QE understands the importance of meeting project deadlines and adhering to strict regulations. Exemplified in 2008 when QE was called to assist with post Hurricane Katrina relief work, the team mobilized resources to Mississippi and New Orleans and were instrumental in completing over $100 Million worth of projects for the US Army Corps of Engineers. Rehabilitation efforts included the installation of steel sheet piles, battered H Piles, and concrete for over 10 miles worth of flood walls. This was accomplished under tight scrutiny by the Federal government and met the mandate of ensuring 100-year flood protection in New Orleans by June 2012. ABILITY OF PROFESSIONAL PERSONNEL The organizational chart on the following page displays team members for this Design Build. QE + GRADY MINOR | THE TRUSTED CHOICE QE has assembled a professional, experienced, and local team to aid in the new 24-inch Force Main project. QE’s role as overall project manager will include: overseeing pipe installations, all testing, tie-in’s, and restoration work. Grady Minor will be instrumental in the project design and will provide survey, permitting, construction administration, and construction engineering inspection (CEI). Grady Minor will be available for consultation throughout the project and are critical to project success. Earth View, LLC, QE’s in-house trenchless technology sister company, will perform all HDD and Utility Location Services. Additionally, Brierley Associates, Forge Engineering, Inc., Passarella & Associates, Inc. and Cella Molnar & Associates, Inc. will provide trenchless design assistance, Geotechnical Engineering, Environmental Consulting Services, and asist with public information, respectively. 06 16.C.3.e Packet Pg. 1562 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of ORGANIZATIONAL CHART 07 16.C.3.e Packet Pg. 1563 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24- 08 Earth View, Llc Earth View, LLC (EV) is pleased to partner with the QE + Grady Minor team on this Design-Build project. There is no denying that EV’s experience, variety of servies offered, and commitment to using the newest technology will enhance the project from both a cost saving and time perspective. EV, founded in 2004, is QE’s in-house trenchless technology sister company and will provide all Horizontal Directional Drilling, Fusing, and Subsurface Utility Engineering (SUE) services on the new 24-inch Force Main project. EV prioritizes technological advances. This is why the comopany has invested heavily in Horizontal Directional Drilling, Pipe Ramming, and Pipe Bursting. These three methods allow EV to bury underground utilities without disrupting the environment and nearby jobsite residences. As one of FOUR companies in the state of Florida to own and operate the American Auger DD-440T Maxi-Rig Directional Drill and a management team with over 30+ years of experience, EV and the QE + Grady Minor team is the right partner for the new 24- inch Force Main project. EV has extensive experience drilling in Naples and has successfully completed 29 directional drills on 8 projects for Collier County. In addition to performing Horizontal Directional Drill services including wireline steering operations using TrueGyde, Earth View will assist Grady Minor with utility locates using Ground Penetrating Radar and Vacuum Excavation during the design phase of the project. This non-destructive method will allow EV to provide accurate locations of all previously existing utilities to be included on the record drawings. SUBAQUEOUS HORIZONTAL DIRECTIONAL DRILLS PROJECT NAME LOCATION DRILL US 21 Water Main Relocation Marco Shores Water Marco Shores Sewer Collier Blvd & Golden Gate Water Main Crossing Fripp Island, SC Marco Island, SC Naples, FL 3700LF of 10” FPVC 110LF underneath the Harbor River 700LF of 36” HDPE Water Main 2200LF of 16” HDPE Force Main 2200LF of 20” HDPE Water Main 80LF under the Marco River ABILITY OF PROFESSIONAL PERSONNEL Total drilled footage 16” and under since 2015 24,659 LF Total drilled footage 20” or greater since 2017 10,599 LF Successfully completed HDD since 2015 46 Trained Full-Time Employees 34 16.C.3.e Packet Pg. 1564 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 9 QE+ Grady Minor | A Proven & Established Partnership The QE+ Grady Minor team is well established in Collier County. With over 20 years of experience, this team has successfully completed hundreds of projects in the area, all on time, within budget and at high levels of quality. This is the right team for the job, evidenced by continual project success. UNDERSTANDING OF PROJECT IMPACTS It has come to the attention of the QE +Grady Minor team that Collier County is interested in receiving qualifications and proposals from experienced design-build teams for the design and construction of a new HDPE 24-inch Force Main along Immokalee Road, then south along Logan Boulevard, to MPS 104 on Vanderbilt Beach Drive. QE+ Grady Minor is confident in their ability to perform the 19,000+ LF of new pipe installation. The proposed project will also include the upsizing of an existing 8” PVC wastewater force main, approximately 1,400 feet, north on Logan Boulevard from the intersection at Immokalee Road. Removal and/or grout-in-place will be required for the abandoned force main, a task well within the scope of work for the QE + Grady Minor team. It should be noted from the start that all design and construction activities will be held in compliance with all Collier County Utility Standards and Right-of-Way Standards and Ordinances. The team understands that the county has considered several routing options for the new 24” Force Main and has found through a study by Johnson Engineering that the leading option places the proposed force main on the north side of the South Florida Water Management District Canal right-of-way along Immokalee Road and on the western right-of-way of Logan Boulevard. This is indicated as Option #1 in the Alignment Analysis. QE+ Grady Minor has a thorough understanding of the project, discussed in the following Project Overview: The new force main will begin at the western end of the Esplanade and continue west on Immokalee Road, turn south on Logan Boulevard, and then east on Vanderbilt Beach Road to MPS 104. At the intersection of Immokalee Road with Logan Boulevard and Olde Cypress Boulevard (north side of Immokalee Road), a future connection from the 24- inch proposed force main will be made to the existing 16-inch force main under Immokalee Road. This bypass is designed in preparation for future emergencies downstream of Logan Boulevard. However, the analysis and design of the future bypass connection is beyond the scope of work authorized for this report. As part of Collier County’s long-range transportation plans, Logan Boulevard is proposed to be widened from two lanes to four lanes with a 5-foot sidewalk, 4-foot bike lane, and curb and gutters. Therefore, all proposed alignments from QE+ Grady Minor for the new 24-inch Force Main have been made in consideration of the future widening project. Prior to proceeding with a design, the QE+Grady Minor team will review all options on pipe alignment to confirm which is the most feasible and least disruption to the public to perform. CRITICAL PROJECT SUCCESS FACTORS The QE + Grady Minor team has successfully completed similar projects to the proposed 24-inch Force Main for Collier County. It is from this past experience that QE + Grady Minor thoroughly understands the necessary factors for a successful job: It is essential that existing systems remain operational during all phases of the project. This will require close coordination with county staff and highly thought out bypass systems. The team will consider the impact of future projects (i.e. the widening of Logan Boulevard) on the new system. The team will be attentive to environmental conditions and will consider potential environmental impacts during all phases of the project. ABILITY OF PROFESSIONAL PERSONNEL16.C.3.e Packet Pg. 1565 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 10 (cont.) Close coordination will be required with Collier County ROW & Permitting, a task that the QE + Grady Minor team is well acquainted with. Acquisition of Easements will be a top priority. The team will maintain close communication with contractors working within project limits. It will also be imperative to consider impact to the: The traveling public, including but not limited to vehicular traffic, biking and walk paths along the pipe route, in particular along the north side of Immokalee Road. Local schools and businesses. Keeping access to businesses along Immokalee Road and creating safe walk ways for students walking to both Laurel Oak Elementary and Gulf Coast High School is of great importance. Collier County will benefit from the selection of a local team for this design-build project, thus making QE + Grady Minor the right choice for this project. With the necessary expertise and experience of working within county lines, the team will to see this project through completion. QE has installed a vast amount of underground piping systems in Collier County, most recently completing several water main extension projects on Logan Boulevard, Immokalee Road & Collier Boulevard, and force main piping on Immokalee Road. QE + Grady Minor has a strong understanding of ground conditions, dewatering requirements, and Maintenance of Traffic to keep our projects safe for the workers and public. Further, QE + Grady Minor has a vested interest in the success of this project. Many of the team members live in close proximity to project limits and are part of the impacted community, including QE’s Construction Project Manager, Louis J Gaudio. PRELIMINARY DESIGN COMPONENTS The preliminary design phase of the new 24-inch Force Main Design-Build is outlined as follows: QE + Grady Minor will confirm existing site conditions and utility locations by utilizing as-built documents and past geotechnical information. Earth View, LLC, QE’s in house directional drilling company, will perform both soft dig and subsurface utility exploration (SUE) to confirm locations of existing utilities. This data will be used to confirm that the proposed route is in fact the most cost effective route for the county. Due to QE’s unique ability to perform both open cut and Horizontal Directional Drilling (HDD) in house, the team will review the benefits of utilizing open cut vs. HDD throughout the project. Safety, environmental impacts, cost, and speed of installation will be considered when determining benefits for the county. Grady Minor will confirm appropriate pipe size for the county’s requirements. FINAL DESIGN AND PERMITTING QE + Grady Minor will work collaboratively throughout the design phase to provide the county with the most cost effective and successful design. All designs will be in full compliance with current County Standards for Utilities, Roadway, and ROW. For 60% and 90% plans, the team will deliver drawings, specifications and scheduling to the county. The QE + Grady Minor team will work closely with Collier County staff to adjust the design as necessary. Upon approval of 60% plans, QE will fast track activities such as procurement of piping, valves, etc. in order to shorten overall project duration. QUALITY CONTROL/QUALITY ASSURANCE With extensive design and construction experience in Collier County, QE + Grady Minor will develop drawings and specifications that are in full compliance with the design criteria package, as well as Collier County Standards for Utilities, Roadway and Right of Way. QE + Grady Minor will provide a full time Quality Control Manager on this project who will confirm that all materials and installations comply with Collier County Standards. ABILITY OF PROFESSIONAL PERSONNEL16.C.3.e Packet Pg. 1566 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of miles of water main replacement designs ranging in size from 6-12” of water main directional drill designs ranging in size from 10-14” of wastewater force mains designs ranging in size from 4-24” miles of gravity mains designed (wastewater and stormwater) 15 8K 10K 15 11 ABILITY OF PROFESSIONAL PERSONNEL PERMITTING QE + Grady Minor has a strong understanding of local and regional permitting, an added benefit to the successful outcome of this project. Both members of the QE + Grady Minor team have over 20+ years of experience, and a continued working knowledge of required permits. QE + GRADY MINOR ANTICIPATES THE FOLLOWING PERMITS FOR THE 24-INCH FORCE MAIN PROJECT: • Collier County Right of Way • Florida Department of Environmental Protection Infrastructure Permit • Florida Department of Environmental Protection NPDES • Florida Department of Environmental Protection Stormwater Pollution Prevention Plan • SFWMD ROW permit • FDEP Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System • SFWMD Consumptive water use permit for dewatering The team recognizes that additional permits may be required upon initial review and due diligence. For this matter, Passarella & Associates will provide environmental consulting to determine other permits that may be needed for mitigation, endangered species, etc. It should also be known that QE + Grady Minor will conduct pre-design meetings with all regulatory and environmental agencies to review and confirm permit requirements. SAFETY APPROACH The personal health and safety of each employee and associate of Quality Enterprises USA, Inc. is of primary importance in all phases of operation and administration. A Site Safety and Health Plan (SSHP) is developed for each project to ensure safe work practices on every jobsite. The SSHP is implemented and strictly enforced to incorporate the most stringent practices and procedures with regard to worker safety. SELF-PERFORMANCE Quality Enterprises has the unique ability to self-perform 90% of this project. All facets of this project including: open cut installation, Horizontal Directional Drilling, Jack and Bore, bypassing, sod installation, concrete and asphalt pavement restoration will be, self-performed by QE. This ability allows for total control of construction activities, safety, and scheduling. SCHEDULED APPROACH QE is in an unparalleled position to work on multiple phases of this project concurrently. This stems from the company’s vast supply of manpower, equipment, and ability to self-perform. QE + Grady Minor’s scheduled project approach includes: Conduct a pre-construction meeting with Collier County to determine critical areas of work and sequencing. Due to the projects’ proximity to Laurel Oak Elementary and Gulf Coast High School, working adjacent to these areas may be performed during non-school times, such as winter, spring or summer breaks. QE + Grady Minor will look to fast track work items to flow simultaneously, such as having crews working on directional drills, open cuts, and jack and bores within the same time frame. Weekly staff meetings will be held to review schedules, approaches, and to identify issues and determine solutions to eliminate project delays. The meetings will be conducted with an open door to Collier County staff, who are invited to attend all meetings. Over the past 5 years, Grady Minor has completed over: 16.C.3.e Packet Pg. 1567 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 12 QUALITY ENTERPRISES USA, INC. + GRADY MINOR | COLLIER COUNTY DESIGN BUILD | IMMOKALEE RD, LOGAN BLVD AND VANDERBILT BEACH RD 24” force main project 16.C.3.e Packet Pg. 1568 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24- NAME/ROLE KEY QUALIFICATIONS 25+ years of construction industry experience. Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. Experience managing projects ranging from $500K to $40 Million for Army Corps of Engineers, Charlotte County, City of Naples and of Marco Island, FDOT, various Collier County divisions, Naples Airport Authority, and the Town of Fort Myers Beach to list a few. Oversees all QE utility, roadway and bridge projects in the State of Florida and South Carolina. Louis will provide overall project coordination on the new 24-inch Force Main project. 30+ years of engineering and construction experience. Directs QE’s Estimating Department. Extensive background in projects relating to site development, underground utilities, road and highway work, and bridge construction at the private, local, state, and federal levels. Harlan will be directly involved in the project’s takeoff, subcontractor and material solicitation, and pricing. 30+ years of construction industry experience. Extensive background working with Collier County’s Utility Department. Certified by the US Army Corps of Engineers, Quality Management for Contractors, and FDOT Maintenance of Traffic. Paul will provide daily onsite coordination on the new 24-inch Force Main project. 10+ years of construction industry experience. Responsible for submitting project permits and revisions. Facilitates all EEO compliance and training for QE personnel. Review and submit Certified Payroll. Assist with continued safety education for construction crews throughout the new 24-inch Force Main project. 19 + years of Construction Industry experience. Monitor design-build construction site and enforce compliance with government regulations, acts, and standards. Sets and reviews health and safety guidelines in order to minimize accidents and injuries. Will travel to design-build site to conduct safety audits and ensure that crews utilize proper safety gear. • • • • • • • • • • • • • • • • • • • • • • Vice President Estimator Superintendent Project Administrator/ EEO Officer Manager of Health and Safety Construction Project Manager Louis J. Gaudio Harlan Sawyer Paul J. Moriarty isa carreras Margarita Negron 13 KEY PERSONNEL 16.C.3.e Packet Pg. 1569 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of NAME/ROLE KEY QUALIFICATIONS 13+ years of industry experience. Works with the FDOT, Collier County, multiple counties and cities in Florida to produce roadway and sidewalk construction plans. Extensive design background in projects ranging from minor resurfacing/ widening, to roadway reconstruction, to multimodal complete streets throughout the state of Florida. Engineering experience in Maintenance of Traffic (MOT), signing/ paving marking, and horizontal and vertical geometry designs, super-elevation roadway layouts, and sidewalks/ intersection projects. FDOT certified in Advanced MOT. 5+ years of engineering and development experience in the State of Florida. Skilled at design analysis, permitting and construction management, technical report writing, computer modeling, engineering plan development, geotechnical design, environmental studies, and utility management at the local and state levels. 6+ years of industry experience with direct involvement on water, wastewater, and site development projects in South Florida. Ability to design and construct large and small diameter transmission water main components, lead and coordinate utility construction projects, plan and evaluate Wastewater Reclamation facilities, and perform site civil engineering processes. Trained as a Civil Engineering Site Inspector (CEI). 15+ years of industry experience as a licensed Professional Surveyor and Mapper in the State of Florida. Expertise in directing survey field crews on data collection for design, boundary and construction surveys. Has worked in both the private and public sectors in South West Florida. • • • • • • • • • • • • • FDOT Coordinator Design Project Engineer Design Project Engineer Survey Project Manager Daniel Flynn, P.E. Sally Goldman, P.E. Alex Dunko, E.I. Donald Saintenoy, PSM 17+ years of engineering and construction experience in the State of Florida. Engineer of Record on various small and large utility projects in Collier County. Managed various Municipal Projects, which required: preparation of master planning documents, engineering designs/ plans/ and specifications, project permitting, bidding assistance, contractor selection, and general construction coordination. Served as the Deputy Director for the City of Naples where he performed: rate studies, annual reports of utility operations, grant/ loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. • • • • Design Build Project Manager Justin Frederiksen, P.E. 14 KEY PERSONNEL 16.C.3.e Packet Pg. 1570 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of NAME/ROLE KEY QUALIFICATIONS 15+ years of Directional Drilling experience in both the utility and oil/gas industries with drills of pipe up to 42”. Highlighted Collier County project: installation of the 36” HDPE Watermain crossing the Golden Gate Canal at Collier Boulevard, which lies within close proximity to the new 24-inch Force Main project. John will provide oversight, management, and guidance to Earth View, LLC personnel. 15+ years of industry experience. Ability to design and administer drilling fluid applications on large diameter drills. Alan will create specialized mud fluid to lubricate machine components. In collaboration with Forge engineering, Alan will obtain geological data and conduct standardized testing during the drilling process. 7+ years of Construction Industry experience in Collier County. Familiar with local environmental conditions, specifically related to utility installation in rock, high water table levels, dewatering, and sensitive areas. Ability to perform open cut installations of water main and force main pipes up to 36” in diameter by HDD. Confidently operate various size drills as well as fusing machines. Certified BUTT fusion in both mid-size and large size diameter HDPE piping by MMI McElroy. 45+ years of industry experience in underground engineering, with more than 25+ years of design/field experience with various types of HDD. Registered Geologist and Professional Engineer specializing in interaction of ground to excavation tools and/or natural environmental processes, and ground modifications. Engineering/ Management experience includes: developing strategies for bid preparation, risk- based design, conceptual design, research and development, construction engineering, forensic analyses, and consulting. Brian will be the lead geologist and provide directional drill design assistance. • • • • • • • • • • • • • • • Directional Drill Project Manager Chemical Engineer Directional Drill Superintendent/ Operator Senior Consultant John Daniel Alan Hart Joseph Townsend Brian C. Dorwart, P.E., P.G., 35+ years of experience as a licensed General Contractor in South West Florida. Experience with civil construction, earthwork, road building, and underground utility and storm drainage systems. Ability to interpret, understand, and apply construction requirements and identify deviations. Successfully completed the OSHA 40-hour Hazardous Waste Operations and Emergency Response Course and the 8-hour HAZWOPER Supervisor Training Course. Rick will perform construction inspections, ensure that the QE + Grady Minor team is aware of deviations, check for constructability and economic feasibility, and provide quick and cost- effective resolutions. • • • • • Quality Assurance/ Quality Control Rick Featherstone, G.C. 15 KEY PERSONNEL 16.C.3.e Packet Pg. 1571 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of NAME/ROLE KEY QUALIFICATIONS Experience in geotechnical site characterization, feasibility and detailed design studies, preparation of contract documents, construction phase services, and claims analysis and evaluation. Published author and accomplished speaker on geotechnical characterization and tunnel and trenchless installations. Nicholas will provide directional drill design and geology assistance on the new 24-inch Force Main project. • • • Senior Geologist Nicholas H. Strater, P.G. 16 KEY PERSONNEL 16.C.3.e Packet Pg. 1572 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of • THE DESIGN BUILD TEAM The QE + Grady Minor team has partnered with a group of highly reputable, local companies to assist in the new 24-inch Force Main project. This community centered group strives for perfection, as the County’s success is their success. Collectively, this team provides the necessary expertise and familiarity to achieve project completion. Strengths of each team member are provided below. QUALITY ENTERPRISES USA, INC. 50+ years of experience in the heavy civil construction industry. A local industry leader. Self-performing firm with state-of-the-art technology to ensure project success. Provides in-house Horizontal Directional Drill services. Close proximity of corporate office and equipment yard to job site (8 miles) DESIGN BUILD • • • • • EARTH VIEW, LLC Expertise in directional drill services in Florida and South Carolina. Management has over 30+ years of experience, gained through the oil and gas industry work. One of four companies in the state of Florida to own and operate the American Auger DD-440 T with a pullback capability of 440,000 lbs. Recent projects: - 3,700 LF subaqueous drill of 10” fusible PVC in a highly environmentally sensitive area on Fripp Island, SC. - 700 LF of 36” HDPE for the Collier Boulevard and Golden Gate Canal Crossing. UTILITY LOCATING & HORIZONTAL DIRECTIONAL DRILLS • • • • FORGE ENGINEERING, INC. Fully licensed and insured engineering consulting and materials testing firm located in Naples, Florida. 45+ years of local experience, yielding a strong understanding of Collier County. Full range of services, including: Forensics, Marine, Building Sciences, Geotechnical and Environmental Engineering and Construction Materials Testing. GEOTECHNICAL ENGINEERING • • • PASSARELLA & ASSOCIATES, INC. 23+ years of industry experience in Florida and the Southeast United States. Strong team approach, allowing for flexibility and strength on every project. Emphasize communication and work closely with clients to ensure that each project is designated, permitted, and implemented to the highest level of quality all while complementing the natural environment. ENVIRONMENTAL CONSULTING • • • GRADY MINOR 38+ years of local experience providing expert civil consulting services in both the public and private sectors. Fully licensed and insured, with a team of 58+ employees. Reputation for outstanding customer service. Industry leader in Civil Engineering and Land Development in Southwest Florida. Have participated in a wide array of projects, from small utility relocation to complete water, wastewater, and stormwater collection; small sidewalk improvements to multimodal roadway improvements; and small site improvements to hundreds of acre site developments. SURVEY, PERMITTING, DESIGN, CONSTRUCTION ADMINISTRATION & CEI • • • • • BRIERLY ASSOCIATES Support owners, engineering design professionals, and trenchless/ geotechnical contractors with all aspects of trenchless technology. Expert, efficient, effective and constructible designs. 65+ employees with national and international experience. Have provided directional drill support on thousands of feet of pipelines varying in size from 12” to 54” diameter. DIRECTIONAL DRILLING SUPPORT • • • • CELLA MOLNAR & ASSOCIATES, INC. Provides professional consulting services in all aspects of public involvement. Certified MBE and DBE, with over 23+ years of experience. In- depth technical expertise in planning, design and construction for infrastructure projects. Skilled at evaluating a community prior to public involvement activities to determine what cultural or political issues will need to be addressed prior to a project’s start through collaboration, communication and open exchange. Strong familiarity with Naples and Collier County. PUBLIC INFORMATION • • • TEAM MEMBER OVERVIEW CHART 17 16.C.3.e Packet Pg. 1573 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of LOUIS J. GAUDIO Vice President/ Design-Build Project EXPERIENCE QE Experience: 15 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Polytechnic University B.S. in Civil Engineering E.I.T. Certification PROFILE Louis J. Gaudio serves as Vice President at Quality Enterprises USA, Inc. (QE) where he oversees all business development efforts and project estimation/management in the state of Florida. Louis will serve as the single point of contact on the new 24-inch Force Main project and brings more than 30 years of experience to the job. Louis has managed several large projects for QE, including: the $24 million reconstruction of North & South Collier Boulevard and over $70 million worth of post Hurricane Katrina relief work in Mississippi and New Orleans ($40M worth of waterway reconstruction and $30M worth of concrete flood wall construction, respectively.) PROJECT EXPERIENCE RECONSTRUCTION OF COLLIER BOULEVARD Marco Island, FL • $24,668,835 Description: This project involved complete roadway reconstruction including installation of 3.7 miles of Force mains, all new utilities, reclaim, gravity sewer and storm piping. Project was completed on time and within budget. QE self-performed 90% of contract. BURNT STORE ROAD PHASE II Cape Coral, FL • $15,849,555 Description: This project involved the construction of a new 2-mile roadway with 3 bridges, utility work, and storm piping. Project was completed on time and within budget. QE self-performed 70% of work. MARCO SHORES ALTERNATE WATER & SEWER MAIN Marco Island, FL • $9,142,146 Description: This project included 3.5 miles of Force Main installation, which involved 2400 LF of 20” subaqeuos HDPE pipe installation. Other utilities were replaced, including 2400 LF of 16” HDPE subaqeuous water main by HDD and open cut for a total of 23000+ LF of pipe installation. A new master pump station with back up generation was constructed, along with the complete demolition of an existing water treatment plant and roadway restoration. QE self-performed 90% of work. CITY OF VENICE DOWNTOWN CORRIDOR IMPROVEMENTS Venice, FL • $9,203,128 Description: This project involved the complete reconstruction of 4 main roadways within the downtown area of the city of Venice. Work included utilities, storm piping, concrete curbs and sidewalks, earthwork, paving, landscape and irrigation. Based on QE’s stellar performance, the city authorized an additional $1 million change order to add another section of roadway. Project was grant funded by FDOT. Project was completed on time and within budget. QE self-performed 80% of work. WEST WINTERBERRY SEWER DISTRICT Marco Island, FL • $7,950,595 Description: This project involved the installation of over 60,000 LF of sewer gravity main, associated laterals and manholes, and 3 lift stations. It also involved reconstruction of all roadways. QE self-performed 95% of work. 16.C.3.e Packet Pg. 1574 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of HARLAN W. SAWYER Project Estimator EXPERIENCE QE Experience: 10 years Industry Experience: 40+ years EDUCATION/CERTIFICATIONS North Carolina State University B.S. in Civil Engineering with a concentration in Construction PROFILE Harlan Sawyer is one of the Senior Estimators for QE’s Estimating Department. With over 40 years of industry experience, Harlan’s extensive background in projects relating to site development, underground utilities, and road and highway work will prove invaluable to the new 24-inch Force Main project. Harlan is involved with the takeoff, material and subcontractor solicitation, and pricing for all QE projects and has participated in jobs at the private, local, and state levels. PROJECT EXPERIENCE REPAIR AIRCRAFT APRON AND BULKHEAD SP AREA, PHASE I & II, NAVAL STATION Norfolk, VA • $11,000,075 Description: This project included extensive concrete work, as related to the demolition and recapping of existing bulkhead, rebar erection for bulkhead, and pavement placement. Additionally, this included the removal and replacement of approximately 45,000 SY of new concrete paving apron, erosion control, earthwork and grading, sheet pile driving, trench drain, and aggregate base. COLIGNY ROADWAY REDEVELOPMENT AND POPE AVENUE RESURFACING Hilton Head Island, SC • $6,413,657 Description: This project was completed in order to construct roadway improvements in the Coligny area. The redevelopment project consisted of work at two major intersections: including all storm drainage, electrical, concrete, asphalt, and signalization, etc. In addition, this work included three miles of milling and resurfacing on Pope Avenue. IMMOKALEE ROAD & COLLIER BOULEVARD INTERCHANGE & UTILITY IMPROVEMENTS Naples, FL • $7,750,472 Description: This project included the complete reconstruction of the intersection, including Force Main installation, a new conspan bridge, earthwork, realignment of a canal, other utility installation including 586 LF of 30” HDPE Water Main by HDD, asphalt milling/ paving, etc. P-699 AIRCRAFT MAINTENANCE HANGAR, NAVAL STATION Norfolk, VA • $3,305,182 Description: This project involved the site development and foundation work for a new aircraft maintenance hangar. The project scope included site demolition and earthwork, underground utilities and storm drainage, stone base placement, asphalt paving, structural excavation, pile caps and grade beams, and structural concrete slabs for both the first and second floors of the hangar. PLAZA MAVERICK SEWAGE PUMP STATION REPLACEMENT Virginia Beach, VA • $889,817 Description: This project included the abandonment and demolition of existing structures, piping, and miscellaneous site items, repair and modification to existing superstructure, construction of a new recast wet well and valve vault, new submersible pumping equipment and other miscellaneous equipment, gravity sewer, force main, natural gas and water supply piping. Also included were electrical repairs and all incidental work thereto. Responsible for furnishing equipment, labor and materials for flow bypassing, traffic control, and site restoration. 16.C.3.e Packet Pg. 1575 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of PAUL J. MORIARTY Superintendent EXPERIENCE QE Experience: 27 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS 4-year Plumbing and Mechanical Apprenticeship Program OSHA 40- Hour Certification, Hazardous Waste Operations & Emergency Response OSHA 8-Hour HazWOPER Supervisor Course U.S. Army Corps of Engineers Training Course, Construction Quality Management for Contractors (CQC) Maintenance of Traffic Certification, FDOT PROFILE Paul J. Moriarty will serve as the Construction Superintendent on the new 24-inch Force Main project. Paul will be present on the job site through project completion and will manage daily construction activities and field operations. During construction, Paul will facilitate meetings with customers and inspectors, oversee daily crew activities, bring changes/ modifications to the attention of the Project Manager, and verify material quantities and deliveries, etc. With over 30 years of industry experience and extensive safety training, Paul’s expertise will be integral to project success. PROJECT EXPERIENCE RECONSTRUCTION OF NORTH COLLIER BOULEVARD Marco Island, FL • $16,651,846 Description: This project involved the complete reconstruction of approximately 2.5 miles of a 4-lane roadway. All new utilities were installed including new water main, force main, reclaimed water and storm piping. Pipe sizes varied from 6” to 72” in diameter with excavation cuts as deep as 18 ft. New roadway base materials, asphalt paving and concrete curb and sidewalks were also installed. RECONSTRUCTION OF SOUTH COLLIER BOULEVARD Marco Island, FL • $8,016,989 Description: This project involved the complete reconstruction of approximately 1.0 miles of a 4-lane roadway. All new utilities were installed including new water main, force main, reclaimed water and storm piping. Pipe sizes varied from 6” to 60” diameter with excavation cuts as deep as 18 ft. New roadway base materials, asphalt paving and concrete curb and sidewalks were also installed. COLIGNY ROADWAY REDEVELOPMENT AND POPE AVENUE RESURFACING Hilton Head Island, SC • $6,413,657 Description: This project was completed in order to construct roadway improvements in the Coligny area. The redevelopment project consisted of work at two major intersections: including all storm drainage, electrical, concrete, asphalt, and signalization, etc. In addition, this work included three miles of milling and resurfacing on Pope Avenue. GATEWAY HARBORWALK IMPROVEMENTS PROJECT Port Charlotte, FL • $2,466,256 Description: This improvement project consisted of constructing a 4-acre park. These additions included installation of a bulk head, new utilities and storm piping, electrical lighting, restroom facilities, pathways, and parking areas. BORDER ROAD WATER MAIN EXTENSION REHABILITATION Venice, FL • $662,166 Description: This rehabilitation project consisted of the open cut and installation of 3,700LF of 12” PVC Water Main. In addition, QE installed 100LF of 12” steel casing by Jack and Bore and directionally drilled 2,000LF of 12” Fusible PVC under I-75. 16.C.3.e Packet Pg. 1576 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of JOHN DANIEL Horizontal Directional Drill Project Manager EXPERIENCE QE Experience: 1 years Industry Experience: 19 years EDUCATION/CERTIFICATIONS Mississippi State University Bachelor of Science Agriculture Engineering Technology and Business AutoCAD TrueGyde Steer TrueGyde Profiler Trimble R8 GPS Tensor APS DC Microcoil PROFILE John Daniel serves as Earth View, LLC.’s Project Manager where he oversees, plans, directs and manages all Horizontal Directional Drill projects. In addition to ensuring projects are completed on time and according to design specification, John focuses on business development by continuously finding and estimating new HDD projects. On many projects, John also acts as the surveyor to lay out and guide bores for HDD crossings using the wireline system TrueGyde. PROJECT EXPERIENCE COLUMBIA GAS (CAMERON ACCESS PIPELINE PROJECT) Lake Charles, LA Role / Overview: Project Manager, 4,700 LF of 36” and 5,600 LF of 36” Pipe (Marsh work) Description: This challenging project involved a 5,600 LF HDD and required a drill rig on each entry and exit side. All equipment was set up on barges to work the pipe from exit side. John Daniel was recruited to the job after another contractor’s drill pipe became stuck. John’s team mobilized, removed the existing drill pipe and successfully finished the drill. SIM GROUP/MAUREPAS GAS PROJECT Mississippi River, MS Role / Overview: Project Manager, 35,000 LF of 6”, 12”, and 24” HDDs (including 5,940 LF of 24”) under the Mississippi River and USACE Levees Description: Installation of 700 LF of 36” HDPE by Horizontal Directional Drill including surveying and tracking the bore using our in- house wireline system and operator. FLORIDA GAS TRANSMISSION St.Petersburg, FL Role / Overview: Project Manager, Gandy Blvd to Duke Energy Plant/St. Petersburg Lateral Replacement- 9 HDDs of 12” pipe totaling approximately 18,000/2800 LF of 12” crossing Weedon Island Preserve/Old Tampa Bay Description: Constructed under the Pipeline contractor Energy Services South, this project included 9 HDDs of 12” pipe totaling approximately 18,000/2800 LF of 12” crossing Weedon Island Preserve/Old Tampa Bay. There were several environmental concerns in this project, and John Daniel was specifically involved in planning, scheduling, and steering the pilot holes on this project. The gyro was utilized on several HDDs as minimal interaction with mangroves and environmental sensitive areas was required. FLORIDA GAS Clearwater, FL Role / Overview: Project Manager, 13,000 LF of 16” (7,100 LF HDD) Description: This project included 3 drills, the longest being 7,100 LF along Highway 19 in Clearwater, FL. This drill had 16 degrees of horizontal curve through challenging soil conditions, including sand and coral. Due to the length of this HDD, an intersection was required which included two rigs, one on each end of the drill, with an intersection in the center of the drill. In addition to serving as the Project Manager, John Daniel assisted with the steering of the pilot hole for the drill intersection. KINDER MORGAN PIPELINE PROJECT Orange, TX Role / Overview: Drill Operations, 98,570 LF of 42” HDDs Description: This project, located in Orange, TX to Ville Platte, LA, consisted of over 30 horizontal directional drills. John Daniel was involved in steering the pilot hole of several crossings and assisted in the design and scheduling of required work. The longest HDD completed on this project was 5,800 LF of 42” steel pipe; the team also pulled an additional 1,500 LF of concrete coated, that was welded on the end of the product pull string. 16.C.3.e Packet Pg. 1577 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of ALAN HART Chemical Mud Engineer EXPERIENCE QE Experience: 1 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Rice University Chemical Engineering 10 Hour OSHA HeartSaver First Aid and CPR PROFILE Alan Hart serves as the Chemical Mud Engineer for all of Earth View, LLC’s Horizontal Directional Drill projects. Alan uses his knowledge of drilling practices to create specialized fluids known as Bentonite (mud), a mixture of clays and mineral components, to lubricate HDD components and the drill hole. Throughout the drilling process he conducts standardized testing using a variety of methods to change the mud’s viscosity, adjust the temperature, pH balance, and chemical components. These adjustments allow for the drill rods and final product (pipe) to smoothly pass through the drill hole regardless of the type of soil conditions. PROJECT EXPERIENCE SNAKE RIVER WATER PROJECT, UNDERGROUND RESEARCH Camas Valley, OR Description: This project included a 4100 LF drill of 12” water pipe under the Snake River in Jackson Hole, Wyoming for the local power company. Ground conditions consisted of round cobble rock, causing the drill head to continually rise. A vertical drill was used to drill down across the river in the bore path and cement grout was injected to hold the rock in place to allow for drilling. HUDSON WATER PROJECT, BAROID IDP Hyde Park, NY Description: This project involved a 7,980 LF HDD underneath the Hudson River in Hyde Park, New York. The hole had to be contained to keep the brackish water out, and the acidic soil conditions consisted of swamp layers of clay with extensive amounts of iron oxides, organic material rock layers consisting of Manhattan Schist, Inwood marble, Fordham Gneiss, and bedrock. The bore was successfully completed. HANFORD GOVERNMENT PROJECT, BAROID IDP Hanford, WA Description: Working on site as a Chemical Engineer, Alan Hart assisted with the drilling under Plutonium Radioactive tanks in Hanford, WA. This was a challenging project, as the tanks were made of metal and leaked radioactive material. The soil condition was sand and the project included six crossing bores under each of the tanks. The team had to be very careful not to cross contaminate the ground by containing all drilling chemical in the boreholes. If the chemicals mixed, the ground containing the radioactive material could have turned to glass when the generators pulled electrical socks through. All site personnel had to be in Hazmat air supplied suits. NACOOCHEE ELECTRICAL COMMUNICATION PROJECT, BAROID IDP Helena, GA Description: This job included a 3,500 LF bore of three 12” pipes under Nacoochee Indian burial mounds in Helena, GA. On site the soil survey included a mix of red clay (classified as Ultisol), silt, and rock, and was composed of low to high grade metamorphic rock. The boreholes had to be maintained with a pressure tool for a maximum of 9% water loss. Fracking was not permitted under any circumstances, as fracking out would’ve contaminated the river or damaged the Indian burial ground. The job was successfully completed. MULTIPLE PROJECTS FOR SCHLUMBERGER Grand Junction, CO Description: After completing his training as a Chemical Engineer, Alan Hart worked in Grand Junction, Colorado on several oilfield drills. He then moved to Nevada where he started his career in Horizontal Directional Drilling. Alan is experience with exploratory drills both above ground and 4,000 LF deep below ground in the Barrick (hard rock mines) and has ran chemicals for 20,000 LF directional drills in both the oil and gas industries. As a chemical engineer, Alan’s role includes monitoring, testing, and documenting fluids and chemicals on all drills. 16.C.3.e Packet Pg. 1578 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of JOSEPH TOWNSEND Horizontal Directional Drill Superintendent & Operator EXPERIENCE QE Experience: 3 years Industry Experience: 8 years EDUCATION/CERTIFICATIONS Butt Fusion Training large diameter MMIMcElroy #824 through 2065 Certified March 2018 Kansas Institute of Underground Technology Certified August 2016 Butt Fusion Training mid- range MMI McElroy #28 through T-500 Certified May 2016 Ditch Witch JT100 Mach1 Training Program Certified May 2016 PROFILE Joseph Townsend serves as Earth View’s Horizontal Directional Drill Superintendent and one of the directional drill operators. In addition to operating both the Ditch Witch JT100 and American Auger DD-440T rigs, he oversees multiple ongoing HDD projects at a time and represents EV in meetings with customers, engineers, and owners. Joe’s focus is ensuring all projects are completed on time and within budget, while adhering to all jobsite safety regulations. PROJECT EXPERIENCE FRIPP ISLAND US 21 WATER MAIN RELOCATION Fripp Island, SC • $2,695,294 Role: Superintendent Description: This project involved relocating the water main for Fripp Island Public Service by a Subaqueous Horizontal Directional Drill. Earth View self-performed the drill of 3,700LF of 10” Fusible PVC 110LF underneath the Harbor River. COLLIER BLVD & GOLDEN GATE CANAL 36” HDD Naples, FL • $728,970 Role: Superintendent Description: Installation of 700LF of 36” HDPE by Horizontal Directional Drill including surveying and tracking the bore using our in- house wireline system and operator. IMMOKALEE ROAD & COLLIER BOULEVARD INTERCHANGE & UTILITY UPGRADES Naples, FL • $7,750,472 Role: Directional Drill Operator Description: This project included the installation of 586LF of 30” HDPE water main by directional drill underneath the existing canal. This was part of the overall project to reconstruct the intersection including installation of a new conspan bridge. NCWRF 24” IRRIGATION WATER MAIN Naples, FL • $1,456,841 Role: Directional Drill Superintendent & Operator Description: Installation of 3200LF of 24” HDPE by directional drill for a new IQ water main to service local neighborhoods. In addition, Earth View recommended to Collier County to switch the open cut portions along N. Goodlette Frank Road to HDD for no additional cost to the customer to minimize disruption and restoration to local residents. WHITE WAY IMMOKALEE 20” PIPE BURSTING Immokalee, FL • $298,695 Role: Superintendent Description: Installation of 450LF of 20” HDPE by Pipe Bursting using the Grundoburst system from Trenchless Technologies. This technique allowed EV to split and replace the existing pipe in one step while saving time and minimizing disturbance to traffic and residents. 16.C.3.e Packet Pg. 1579 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Justin Frederiksen, P.E. Senior Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), State of Florida Mr. Frederiksen is a Senior Project Manager with over 15 years of engineering and utility management experience in the State of Florida. His engineering experience includes design analysis, permit and construction management; technical report writing, plans development, and utility management within Southwest Florida. He has worked with Collier County, Lee County, Charlotte County, DeSoto County, City of Naples, City of Cape Coral, City of Bonita Springs, City of Fort Myers, City of Punta Gorda, City of Sanibel, FDEP, and SFWMD on various projects. Mr. Frederiksen has served as Project Manager on a wide variety of Municipal Projects which required services including the preparation of master planning documents, preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. In his previous capacity as the Deputy Director for the City of Naples, Mr. Frederiksen performed rate studies, annual reports of Utility Operations, grant/loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. Relevant Projects  City of Naples Reclaimed Water System Expansion (Project Management)  City of Naples Aquifer Storage and Recovery Well System (Project Management)  City of Naples Golden Gate Canal Supplemental Water Supply (Project Management)  City of Naples Raw Water Main Replacement/Replacement (Project Management)  City of Naples Royal Harbor Fire Flow Improvements (Project Management)  City of Naples WTP Vacuum Press Replacement (Project Management)  City of Naples Wastewater Pump Station Improvements (Project Management)  City of Naples Reclaimed Water Pump Station Improvements (Project Management)  City of Bonita Springs Miscellaneous Improvements to Stormwater System, Roadways, and Canals (Design, Construction, and Project Management)  City of Cape Coral upgrades to 18 pump stations (Design, Permitting, and Construction Management).  City of Fort Myers Wastewater Force Main Transfer (Design, Hydraulic Modeling, Permitting and Construction Management).  City of Punta Gorda Modification and Refurbishment o f Reclaimed Water Holding Ponds (Design, Construction, and Project Management).  Collier County Upgrades to 5 pump stations (Design, Permitting, and Construction Management).  Collier County Addition of Emergency Power Generators to 14 Lift Stations (Design, Permitting, and Construction Management).  Collier County Barron Collier High School water system improvements (Public Relations, Design, Permitting, and Construction Management).  Collier County Naples Park Public Utility Renewal over 3 miles of water, wastewater, stormwater, and roadway improvements (Public Relations, Design, Permitting, and Construction Management).  DeSoto County Water and Wastewater System Improvements, Grant Funded (Design, Permitting, and Construction Management).  DeSoto County Improvements to WWTP Influent Screen Piping (Design, Hydraulic Modeling, Permitting, and Construction Management). 16.C.3.e Packet Pg. 1580 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of R. Daniel Flynn, P.E. Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Central Florida Professional Registrations/ Affiliations  Professional Engineer (PE), Florida  FDOT Advanced MOT Certified  FDOT Intermediate MOT Certified  Treasurer, APWA Southwest Florida Branch Mr. Flynn offers over 10 years of experience working with multiple cities, multiple counties and the Florida Department of Transportation (FDOT) to produce roadway construction plans. Mr. Flynn has acquired the knowledge base for producing construction plans for multiple municipalities. He is also competent to prepare design calculations and design reports. These include pavement design, typical section packages, horizontal and vertical geometry, superelevation layout, guardrail calculations and intersection design. Mr. Flynn also has experience in permitting with the South Florida Water Management District, providing contract administrative services and preparation of bid documents. Relevant Projects Municipal Projects  3rd Avenue South Improvement Project, City of Naples CRA  White Boulevard and 23rd Street Intersection Improvement, Collier County  SR 100, from Bulldog Drive to Roberts Road, Flagler County (The addition of a pedestrian pathway on the north side of SR 100)  28th Ave Bridge over Miller Canal, Collier County  SR 500 from Eastern Ave. to C.R. 532, Osceola County (Resurfacing of SR 500)  Osceola Parkway from Buenaventura Boulevard to Boggy Creek Road, Osceola County (Widening)  Golden Gate Estates Hammerheads – Group 9, Collier County FDOT Projects  SR 228 from East of SR 200 to Bicentenial Drive, FDOT District 2 (Concrete rehabilitation and keyhole widening)  Starke Bypass segment 2, FDOT District 2 (new alignment roadway)  SR 16 from Toms Road to Kenton Morrison Road, FDOT District 2 (The addition of sidewalk on the north and south side of roadway)  SR 16 from Green Acres Road to SR 5, FDOT District 2 (Widening for keyhole slots and pavement rehabilitation) Private Projects  Pelican Landing Pavement Restoration (Pavement restoration for 13 miles of roadway within the community of Pelican Landing)  Barefoot Williams Road Widening (The design for roadway widening and the addition of a shared use path) 16.C.3.e Packet Pg. 1581 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Sally Goldman, PE Project Engineer Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education  Bachelor of Science, Civil and Environmental Engineering, Florida Gulf Coast University  Bachelor of Science, Agricultural Operations Management, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), Florida  Florida Engineering Society  2015-2016 Calusa Chapter Young Engineer of the Year A Southwest Florida native, Ms. Goldman is a Project Engineer with 3 years of engineering and development experience in the State of Florida. Her engineering experience includes design analysis, permit and construction management; technical report writing, plans development, geotechnical design, environmental studies, and utility management within Southwest Florida. She has worked with Collier County, Lee County, Charlotte County, City of Naples, Bonita Springs Utilities, various private sector clients, and the FDEP on various projects. Ms. Goldman has served as Project Manager on various Private and Municipal Projects which required services including the preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. Relevant Projects  City of Naples Wastewater Pump Station 7 Relocation (Design, Permitting, Project Management)  City of Naples Orchid Run Water Main Extension (Design, Permitting, Project Management)  Bonita Springs Utilities El Dorado Acres Water Main Extension (Design, Construction, and Project Management)  Bonita Springs Utilities Estero Lockup Gravity Sewer Extension (Design, Permitting, Project Management)  Collier County Utilities Vanderbilt Road Water Main Replacement (Inspections and Project Management)  Collier County Utilities Master Pump Station 302 Diesel Bypass (Design and Project Management)  Collier County Goodland Drive Water Main Replacement Project (Design, ACOE and FDEP Permitting, Project Management)  Collier County Pump Station 101.20 Refurbishment (Design, Co mmunity Coordination, Project Management)  Collier County Pelican March Elementary School Water Main Extension (Design, Construction, and Project Management)  Collier County Utilities Barron Collier High School Water System Improvements (Design, Permitting, Project Management)  Collier County Irrigation Reuse Meter Relocation Project  Collier County Public Utility Renewal for Stormwater, Potable Water, Gravity Sewer and Force Main in Naples Park (Design, Permitting, Construction Management)  Collier County Davis Boulevard and County Barn Road Water Main Replacement (Utility Coordination, Project Management)  Bayshore CRA Karen Drive Stormwater Improvements (Design, Permitting, Project Management)  Florida Department of Environmental Protection Rookery Bay National Estuarine Research Reserve Industrial Wastewater Permitting and Exemption  Arby’s Port Charlotte (Design and Permitting)  Summerlin Crossings Drycleaning Solvent Cleanup Program (Design, Testing, Site Mangement, FDEP Coordination)  Several private geotechnical investigations and deep foundation monitoring in Lee, Charlotte, and Collier County. 16.C.3.e Packet Pg. 1582 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Alexander Dunko, E.I. Project Engineer Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, Florida Atlantic University Professional Registrations/ Affiliations  Engineering Intern #1100018919, State of Florida  Envision Sustainability Professional #11798 Mr. Dunko has over 4 years of experience working with multiple municipalities in South Florida and has been involved with various water, wastewater, and site development projects. Mr. Dunko has completed project cost estimates, site civil engineering including design of civil site plans, prepared project technical specifications, technical memoranda, wastewater pump station design, sanitary sewer design, and pressurized water and sewer force main design, and State and County permitting documentation. Mr. Dunko has also served as a Civil Engineering Site Inspector (CEI) for multiple projects including the construction of an Aquifer Storage and Recover (ASR) well and public utility water and sewer replacement projects. Relevant Projects Municipal Projects  City of Naples ASR #3 Construction Inspection.  Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 312.25 Rehabilitation.  Collier County Public Utilities Pump Station 302.09 Relocation  Collier County Master Pump Station 104.00 Conceptual Site Planning.  Collier County Public Utilities Master Pump Station 313.00 Conceptual Site Planning.  Collier County Public Utilities Master Pump Stations 104.00, 312.00 and Pump Stations 147.00, 151.00, 104.05 Asset Data Collection.  Collier County Public Utilities Master Pump Station 321.00 Bypass Connection.  Collier County Public Utilities Heritage Bay Master Pump Station Design.  Collier County Public Utilities Evaluation of Potable Water Service to the Northeast Service Area.  Collier County Public Utilities MPS 302.00 Conceptual Site Expansion and Easement Coordination.  Collier County Public Utilities Pelican Bay WRF Feasibility Study.  Collier County Public Utilities SCWRF Reclaim Water Tank Storage Evaluation.  Collier County Public Utilities NCWRF North Train Condition Assessment.  City of Naples Cove Stormwater Pump Station Outfall Improvements and Water Quality Project.  City of Naples Naples Beach Restoration and Water Quality Improvements  Collier County Public Utilities CEI Services for Immokalee Road/CR 951 24- inch & 16-inch Force mains.  Collier County Public Utilities Immokalee Road Chloramine Booster Station CEI.  Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 302.09 Services During Construction.  Collier County Public Utilities Warren Street Public Utility Improvements.  Collier County Public Utilities Wildflower Way Public Utility Improvements.  Collier County & City of Naples West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater-Sewer Improvements.  Collier County Public Utilities Pump Station 101.07 Relocation  Collier County Public Utilities Pump Station 101.06 Relocation 16.C.3.e Packet Pg. 1583 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Donald L. Saintenoy III, PSM Survey Project Manager Education  Bachelor of Science, Geomatics College of Engineering at the University of Florida Gainesville, FL. P.S.M. #6761 Professional Registrations/ Affiliations  Member of the Lee/Collier FSMS Chapter  Professional Surveyor and Mapper, Florida Mr. Saintenoy has a degree in surveying from the University of Florida and is a licensed Professional Surveyor and Mapper in Florida. In addition he has over twelve (12) years of survey experience with the past six (6) years as Director of Surveying at GradyMinor. His expertise runs across the discipline and includes directing survey field crews on data collection for design surveys, boundary and construction surveys. He manages survey technicians in the reduction of raw data, boundary calculations and production of survey drawings, point identification maps, right-of-way maps and record drawings. Donald performs services for the Public and Private sectors. Public sector projects have been completed for Collier County Public Utilities, Transportation, the Airport Authority, Stormwater, EMS, Parks & Recreation and Coastal Zone Management. Recent work performed for our Public Sector Clients have included the creation of legal sketches and descriptions, boundary surveys, existing condition surveys, and construction as-builts surveys. Example Project List PUBLIC SECTOR:  93th & 94th Avenue – Existing condition survey for 2 miles of water main replacement.  Barron Collier High School – Existing conditions survey and legal sketch and description creation for water system improvements.  Pelican March Elementary School - Existing conditions survey, SFWMD canal cross sections, and legal sketch and description creation for water system improvements.  23rd Street/Golden Gate Canal - Bridge Design Survey  White Boulevard, 23rd Street and 28th Avenue – Legal Descriptions and sketches for right-of-way and easements.  Golden Gate Estates – Drainage Structure Mapping  Bayshore/Davis Blvd. – Design survey for stormwater improvements  Naples Park – Water main upgrade design survey  Immokalee Regional Airport – Boundary survey  Naples Zoo – Goodlette Road improvements design survey PRIVATE SECTOR:  Fiddler’s Creek – Plats, design surveys, boundary surveys, construction stake-out, record surveys  Pelican Bay – High-rise parcel surveys, construction stake-out, condominium exhibits  Marbella Lakes – Livingston Road improvements design survey  Manchester Square - Livingston Road improvements design survey Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects -8- 16.C.3.e Packet Pg. 1584 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Rick Featherstone Manager, Chief Inspector Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education HS Graduate, 2 years college. Registration/Certification Certified General Contractor. CGCO40351 2014 FL DEP Stormwater Erosion Inspector Certification HAZWOPER Certified HAZWOPER Supervisor Mr. Featherstone is a Manager with more than 34 years of experience in civil construction, road building, underground utility and storm drainages systems. Rick has a clear understanding of construction practices and requirements from state and local agencies that have jurisdiction over the work. Rick’s skills include the ability to interpret, understand and apply the requirements shown in construction documents (drawings, technical specifications, applicable standards, etc.) and be able to identify, both verbally and in writing, any deviations to the project team. Mr. Featherstone supervises our team of inspectors who develop and distribute detailed daily construction progress reports; and has been working as a direct liaison with Clients, Contractors, and Residents. Mr. Featherstone’s abilities include:  Monitoring & record summary data of the Contractor's work efforts  Report deviations from the approved design and or regulatory requirements  Report quantity and time for completing payable tasks on the Construction Project  Review and recommendation of contractor's monthly draws  Monitor safety of construction efforts.  Monitor & report quality of work being performed by the Contractor.  Responsible for performing highly complex technical assignments, construction layout, making progress payments, checking engineering computations, inspecting construction work. Mr. Featherstone has provided expert construction inspection on the following projects: Water and Sewer Replacement. Field Inspector: Naples Park 97th Ave N 700 Block. Water and Sewer Replacement. Hammerhead Turn a rounds for Waste Management Trucks. Field Inspector, Collier County Hammerhead Group 8C & 8D Commercial Retail Development Project Manager, Cameron Commons, Naples, FL Beacon Drive Restoration. Project Manager, Charlotte County Florida Forest Lakes Drive Phase I Project Manager: Collier County Forest Lakes MSTU 16.C.3.e Packet Pg. 1585 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 02 Certified Minority Business Enterprise 16.C.3.e Packet Pg. 1586 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QE’s Community Connection The QE + Grady Minor team is committed to supporting Minority Business Enterprises (MBE). As a long- standing member of the Collier County workforce, QE understands the benefit to working with other local businesses. in 2018 alone, QE subcontracted over 2 million dollars to MBE’s and DBE’s. Currently, the following MBE’s (as certified by the State of Florida Department of Supplier Diversity) are partnered with the QE + Grady Minor team: Louis Gaudio, Construction Project Manager, will lead all MBE coordination to ensure maximum participation. ADHERE TO COMPLIANCE QE + Grady Minor strive to maximize MBE participation and will offer additional opportunities for partnership should the opportunity arise. Utilizing targeted outreach, the QE + Grady Minor team will facilitate MBE and Equal Employment Opportunities (EEO) in compliance with federal and state regulations. Compliance will be documented by QE’s Project Administrator / EEO Officer who will carefully monitor and record all solicitations and contract awards for EEO compliance and payments. KATE’S ENVIRO FENCING, INC A locally based contractor, Kate’s Enviro Fencing, Inc. will oversee the installation of Erosion Control Devises including silt fences, hay bales and turbidity curtains. GULFSHORE TRUCKING, LLC A customer service oriented company, Gulfshore Trucking will provide commercial aggregate hauling services for this design- build project. CELLA MOLNAR & ASSOCIATES, INC A certified MBE and DBE, Cella Molnar & Associates, Inc. will oversee all public outreach, involvement, and information for this design-build project. UNLIMITED TURF, LLC Located in Okeechobee, FL, Unlimited Turf, LLC will facilitate sod installation for this design- build project. Having completed a variety of projects with QE in the past, the company is familiar with the county’s environmental conditions. CERTIFIED MINORITY BUSINESS ENTERPRISE 31 16.C.3.e Packet Pg. 1587 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 03 Past Performances 16.C.3.e Packet Pg. 1588 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QE + GRADY MINOR HAS EXPERIENCE IN THE LOCAL AREA Quality Enterprises USA, Inc. has assembled a local and experienced team of professionals to work together on the new 24-inch Force Main project. QE + Grady Minor recognizes the benefit of working with local partners and the team’s expertise and strong relationships with stakeholders, permitting agencies, material suppliers, and property owners will result in a high quality and efficient project. QE has successfully completed hundreds of Force Main projects. The list on the following page demonstrates larger Force Main jobs we have performed and some larger, more complicated Water Main jobs that were performed using HDPE and longer directional drills. It is our intention to show past performance of jobs similar to the new 24-inch Force Main project and also jobs that were more complex than the new 24-inch Force Main Project. Why QE + Grady Minor • LOCAL EXPERIENCE • STRONG RELATIONSHIP WITH THE COUNTY • KNOWLEDGEABLE IN DESIGN-BUILD PROJECTS • DEDICATED TO UTILIZING LOCAL RESOURCES AND BUSINESSES (MBE’S) • THOROUGH UNDERSTANDING OF SWFL ENVIRONMENTAL CONDITIONS • IN-HOUSE DIRECTIONAL DRILLING CAPABILITIES BY EARTH VIEW, LLC • CLOSE PROXIMITY TO JOB SITE (8 MILES) • SKILLED PERSONNEL TO SEE PROJECT THROUGH COMPLETION • TRAINED STAFF TO ENSURE PROPER PERMITTING, COMPLIANCE & SAFETY • PARTNERED ON SEVERAL PROJECTS IN THE PAST • ALL PROJECTS COMPLETED ON TIME, WITHIN BUDGET, AND AT HIGH LEVELS OF QUALITY PAST PERFORMANCES 33 16.C.3.e Packet Pg. 1589 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of PAST EXPERIENCE PROJECT DETAILS FIRMS INVOLVED VALUEPROJECT NAME LOCATION OWNER COMPLETED DESCRIPTION QE EV GM BA Reconstruction of South & North Collier Boulevard Immokalee Road & Collier Boulevard Interchange & Utility Improvements Livingston Road Force Main Marco Shores Alternate Water & Sewer Project Twin Eagles Pump Station and Force Main Upgrades Hilton Head Airport Runway 21 and Runway 3 Extension for Commercial Traffic Venice Downtown Corridor Improvements Collier Blvd & Golden Gate Canal 36” HDD Water Main Crossing Goodland Drive Water Main Replacement Fripp Island US 21 Water Main Relocation Imperial Golf Course Blvd Water Main Replacement Vanderbilt Drive Water Main Replacement Marco Island, FL Naples, FL Naples, FL Marco Island, FL Naples, FL Hilton Head Island, SC Venice, FL Naples, FL Goodland, FL Fripp Island, FL Naples, FL Naples, FL City of Marco Island Mike Daniel Collier County Matt Thomas Collier County Craig Pajer City of Marco Island Justin Martin Collier County Corinne Trtan Beaufort County Jon Rembold City of Venice Kathleen Weeden Collier County Pam Libby Collier County Ben Bullert Fripp Island Public Service District Angie Hughes Collier County Ben Bullert Collier County Diana Dueri 06/08 12/17 05/15 09/19 06/19 06/19 06/19 06/19 11/17 01/19 09/18 05/16 Project included 3.7 miles of Force Main installation, other utilities, lift station rehabilitation, etc. Utility sizes varied from 4” to 24” and totalled over 60000 LF. Complete reconstruction of the intersection, including Force Main installation, a new conspan bridge, earthwork, realignment of a canal, and other utility installation such as 586LF of 30” HDPE water main by HDD, asphalt milling and paving, etc. Installation of 1800 LF of 24” Force Main as a triple run crossing, and 500 LF of 24” Force Main by HDD under Golden Gate Blvd. along Livingston Road. Installation of 3.5 miles of Force Main (2400 LF of 20” HDPE was subaqueous) and other utilties including 2300 LF of 16” HDPE subaqeous water main using HDD and open cut for a total of 23000+ LF of pipe. Project included 6500 LF of 14” HDPE Force Main installation using open cut excavation and 800 LF of 14” Force Main using HDD. Hilton Head Airport runway / taxiway expansion to accommodate commercial jet traffic. Extensive earthwork and utility work, including relocation of an exisiting Force Main by open cut and HDD. Extensice improvements to the downtown tourist area for the city of Venice, including installation of new utilites, sewer mains, roadways, sidewalks, landscaping, etc. Horizontal Directional Drill of 700LF of 36” HDPE water main. Directionally drilled 3300LF of 10” HDD and 630LF of 12” HDD. In addition, QE open cut 1070 LF to replace a water main. Installation of 3700LF of 10” Fusible PVC by directional drill, 80LF underneath the Harbor River. Installation of 7000LF of 12” HDPE water main pipe by open cut and HDD. Replaced 3000LF of 14” HDPE water main by HDD. $24,873,224 $7,750,472 $560,962 $8,142,136 $1,002,203 $25,827,389 $9,203,128 $728,970 $1,051,412 $2,695,294 $1,124,529 $419,355 34 PAST PERFORMANCES16.C.3.e Packet Pg. 1590 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24- 35 LOCATION City of Marco Island, FL OWNER City of Marco Island Contact: Mike Daniel MDaniel@cityofmarcoisland.com ENGINEER Kimley Horn and Associates START DATE April 2005 COMPLETION DATE June 2008 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Paul Moriarty, QE CONTRACT VALUE $24,873,224.00 PROJECT DESCRIPTION This project involved the complete reconstruction of one of Marco Island’s heaviest traveled roadway’s, including 3.7 miles of Force Main installation, other utilities and storm piping, lift station rehabilitation, new seawall outfalls, curbs and sidewalks, roadway construction and paving, landscaping and irrigation. Utilities varied in size from 4” to 24” pipe, totaling over 60,000 LF of pipe. Maintenance of Traffic was a key factor in the performance of this project due to the heavy traffic and large amount of businesses located along the route. QE self-performed 90% of the project and received a $200,000 early completion bonus. All work was completed on time, within budget, and at high levels of quality. 35 PAST PERFORMANCES Reconstruction of South & North Collier Boulevard QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 16.C.3.e Packet Pg. 1591 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 36 LOCATION Collier County, FL OWNER Collier County Contact: Matt Thomas MatthewThomas@colliergov.net ENGINEER CH2M Contact: Bill Gramer | Bill.Gramer@CH2M.com START DATE January 2016 COMPLETION DATE December 2017 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $7,750,472.00 PROJECT DESCRIPTION This project involved the complete reconstruction of the Immokalee Road / Collier Boulevard intersection including installation of a Force Main and other utilities including 600LF of 30” HDPE and 365 LF of 8” HDPE by directional drill for a new water main. A new conspan bridge was also required, along with earthwork, realignment of a canal, and other asphalt/ paving work. Brierley Associates provided as-built information for the 30” water main installation. The project was located in a very high-volume traffic area where MOT was critical and required close coordination with Collier County Utilities as well as SFWMD to divert a major canal along Immokalee Road. The Project was completed with no accidents or safety issues on time, within budget, and at high levels of quality. 36 PAST PERFORMANCES Immokalee Road & Collier Boulevard Intersection & utility improvements QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY ASSOCIATES 16.C.3.e Packet Pg. 1592 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 37 LOCATION Naples, FL OWNER Collier County Contact: Craig Pajer Craig.Pajer@colliercountyfl.gov ENGINEER Johnson Engineering Contact: Jared Brown START DATE January 2015 COMPLETION DATE May 2015 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Paul Moriarty, QE HDD Subcontractor: ABT CONTRACT VALUE $560,962.00 PROJECT DESCRIPTION This project involved the installation of 1,800 LF of 24” HDPE Force Main as a triple run crossing Livingston Road, south of Golden Gate Boulevard, and 500 LF of 24” HDPE by Horizontal Directional Drill crossing under Golden Gate Boulevard along Livingston Road. Over 600 CY cubic yards of flowable fill were used to cover the triple crossing and roadway restorations. QE self-performed 70% of the work and the project was completed on time, within budget, and at high levels of quality. 37 PAST PERFORMANCES livingston road force main QUALITY ENTERPRISES USA, INC. 16.C.3.e Packet Pg. 1593 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 38 LOCATION Marco Island, FL OWNER City of Marco Island Contact: Justin Martin JMartin@cityofmarcoisland.com ENGINEER AECOM Contact: Dawn Jackiela START DATE September 2018 ANTICIPATED COMPLETION DATE September 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $8,142,136.34 PROJECT DESCRIPTION A current collaboration between Quality Enterprises USA, Inc. and Earth View, LLC, this project involves the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill in sizes ranging from 12” to 20” in Marco Island, FL. More specifically, the project includes 3.5 miles of Force Main installation with 2,400 LF of 20” HDPE Subaqueous Force Main drilled and installation of over 2,300 LF of 16” HDPE Subaqueous Water Main. The project also included the installation of a new Master Pump station with back up generation, complete demolition of an existing water treatment plant, and roadway restoration. To date, QE has self -performed 90% of the work and anticipates completing the job at the same percentage. The project is set to be completed on time, within budget and at high levels of quality. 38 PAST PERFORMANCES marco shores alternate water & sewer project QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY ASSOCIATES 16.C.3.e Packet Pg. 1594 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 39 LOCATION City of Naples, FL OWNER Collier County Contact: Corinne Trtan Corinne.Trtan@colliercountyfl.gov ENGINEER Johnson Engineering START DATE August 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Grregory Haas, QE Superintendent: Christopher Speros, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $1,002,203.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. and Earth View, LLC recently completed Pump Station and Force Main Upgrades at Twin Eagles in Naples, FL. The project included 6,500 LF of 14” HDPE Force Main using open cut excavation and 800 LF of 14” HDPE Force Main using Horizontal Directional Drill. Rehabilitation of the existing pump station and wet well included installation of new pumps and appurtenances. QE self-performed 90% of the work and the project was completed on time, within budget, and at high levels of quality. 39 PAST PERFORMANCES twin eagles pump station & force main upgrades QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 16.C.3.e Packet Pg. 1595 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 40 LOCATION Hilton Head Island, SC OWNER Town of Hilton Head Island Contact: Jon Rembold jrembold@bcgov.net ENGINEER Talbert Bright & Ellington, Inc. START DATE January 2016 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Steve Jones, QE Superintendent: Wesley Shipp, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $25,827,389.97 PROJECT DESCRIPTION Quality Enteprises USA, Inc, and Earth View, LLC recently completed a project at the Hilton Head Island Airport that included taxiway replacement and runway extension to accomadate for commercial jet traffic. Extensive earthwork and utility work was required, including the relocation of an existing Force Main by open cut and directional drilling. The project was completed on time, within budget and at high levels of quality. 40 PAST PERFORMANCES hilton head airport runway 21 & runway 3 extension QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 16.C.3.e Packet Pg. 1596 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 41 LOCATION City of Venice, FL OWNER City of Venice Contact: Kathleen Weeden kweeden@venice.gov ENGINEER CDM Smith START DATE July 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Mitch Tourino, QE SUE: Earth View, LLC CONTRACT VALUE $9,203,128.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. and Earth View, LLC just recently completed a project in Venice, FL that included extensive improvements to the downtown tourist area. After most of the underground utilites were replaced, including sewer mains, QE installed new roadway, sidewalks, landscaping, etc. QE self- performed 80% of the work and the project was completed on time, within budget and at high levels of quality. 41 PAST PERFORMANCES venice downtown corridor improvements QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 16.C.3.e Packet Pg. 1597 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 42 LOCATION Collier County, FL OWNER Collier County Contact: Pam Libby Pamela.libby@colliercountyfl.gov ENGINEER Johnson Engineering START DATE August 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Christopher Speros, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $728,970.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc., Earth View, LLC, and Brierley Associates recently teamed on the Collier Boulard 36” HDD project that involved installation of over 700 LF of 36” HDPE Water Main by Horizontal Directional Drill through heavy rock under the Golden Gate Canal in Naples, FL. The project involved connection into existing mains and required close coordination with the South Water plant. QE self-performed 90% of the work and the project was completed on time, withing budget, and at high levels of quality. 42 PAST PERFORMANCES collier boulevard & golden gate canal 36” hdd water main crossing QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY SSOCIATES, P.A. 16.C.3.e Packet Pg. 1598 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 43 LOCATION Collier County, FL OWNER Collier County Contact: Ben Bullert Benjamin.Bullert@colliercountyfl.gov ENGINEER Grady Minor START DATE May 2017 COMPLETION DATE November 2017 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $1,051,412.50 PROJECT DESCRIPTION This project involved the installation of nearly 4,000 LF of 10” and 12” HDPE water main piping by Horizontal Directional Drill. Grady Minor performed the design, permitting, public relations, bidding and construction administration. This project was located within an environmentally sensitive area. Goodland drive has a platted 100’ ROW but is heavily restricted by encroaching mangroves resulting in approximately 40-50’ of useable ROW, hence the need for Earth View’s HDD services. The new water main was designed with 3,300 feet of 12” directional drilled water main piping and 1,000 feet of open cut water main to facilitate construction along Goodland Drive without affecting the mangroves, existing utilities, or vehicular access along Goodland Drive. The project was completed on time, within budget, and at high levels of quality. DRILL SPECIFICS 617 LF of 12” HDPE | 1100 LF of 10” HDPE 815 LF OF 10” HDPE | 1055 LF of 10”HDPE 43 PAST PERFORMANCES Goodland Drive Water main Replacement QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | Q. GRADY MINOR & ASSOCIATES 16.C.3.e Packet Pg. 1599 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 44 LOCATION Fripp Island, SC OWNER Fripp Island Public Service District Contact: Angie Hughes angiehuges@fipsd.org ENGINEER Johnson, Mirmiran & Thompson, Inc. Contact: Joe Wang START DATE August 2018 COMPLETION DATE January 2019 KEY PERSONNEL Project Manager: Steve Jones, QE Superintendent: Wesley Shipp, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $2,695,294.00 PROJECT DESCRIPTION A collaborative effort between Quality Enterprises USA, Inc. and Earth View, LLC this project involved the installation of approximately 3,700 LF of 10” Fusible PVC by Horizontal Directional Drill to service Hunting Island and Fripp Island, SC. This drill was a subaqueous drill 80 feet deep under the Harbor River on Fripp Island. Several road crossings and tie-ins were also involved as well as restoration work. The island was able to maintain water service without interruption during bridge construction. The entry and exits pits of the drill were located adjacent to existing wetland areas which involved a detailed plan for drilling and handling mud extraction and spoils from the excavations. The project was successfully completed with no environmental issues on time, within budget and at high levels of quality. 44 PAST PERFORMANCES fripp island us-21 water main relocation QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 16.C.3.e Packet Pg. 1600 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name: MICHAEL DANIEL (Evaluator completing reference questionnaire) Company: CITY OF MARCO ISLAND (Evaluator’s Company completing reference) Email: mdaniel@cityofmarcoisland.com FAX: n/a Telephone: 239.825.9554 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you w ere very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it bl ank and the item or form will be scored “0.” Project Description: Reconstruction of Collier Blvd, South and North. Roadway and Utilities Completion Date: June 2008 Project Budget: $ 24,873,224.00 Project Number of Days: 973 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.3.e Packet Pg. 1601 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of eo-f"er County� Adminis1rative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name oflndividuals Requesting Reference Information) Name: hJ..\/Q-n.4 tlou...�YJ Company: CiTI( � N� (Evaluator tompleting reference questionnaire) (Evaluator's Company completing reference) Telephone: z�. t-t? 4 ::J-13 J Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Project Description: Central Ave Roadway and Utilities Completion Date: October 2016 Including open cut and directional drills Project Budget: $ 4,502,433.00 Project Number of Days: 360 Item Citeria 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule ( complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Score 10 10 10 10 IO lo I 0 lO Io 10 I D1l 16.C.3.e Packet Pg. 1602 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name:Andy Holland, P.E. (Evaluator completing reference questionnaire) Company:City of Naples (Evaluator’s Company completing reference) Email: aholland@naplesgov.com FAX: Telephone: 239-290-4121 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: Basin III Stormwater Improvements Completion Date: April 2012 Project Budget: $ 1,150,735.00 Project Number of Days: 210 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.3.e Packet Pg. 1603 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name:Denis Ozowara Jr., P.E. (Evaluator completing reference questionnaire) Company:Johnson, Mirmiran & Thompson (Evaluator’s Company completing reference) Email: dozowara@jmt.com FAX: Telephone: 757-552-1061 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: 3700 LF Subaquaous Drill of a 10” Water Line Installation Completion Date: January 25, 2019 Project Budget: $2,900,000 Project Number of Days: 180 Calendar Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.3.e Packet Pg. 1604 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Q. Grady Minor and Associates, P.A. (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Diana Dueri, PMP (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email: Dianadueri@colliergov.net FAX: Telephone: (239) 252-4218 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: 107th and 110th Ave PUR Completion Date: June 2018 Project Budget: $547,322 Project Number of Days: _730______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.3.e Packet Pg. 1605 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Co�er County� Administrative Services Department Procurement Services Division Reference Questionnaire (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Allyson Holland, P.E. Company: City of Naples (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: amholland@naplesgov.com FAX: (239) 213-4799 Telephone: (239) 213-4713 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the finn/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." (Please note, references from Collier County staff will not be accept ed.) Project Description: Orchid Run WM Extension Project Budget: $39,890.00 Completion Date: September 30, 2016 Project Number of Days: 180 days Item Citeria 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Score \0 \0 \0 \0 \0 \0 10 10 \D '10 1 e,O Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Q.Grady Minor and Associates, P.A. 16.C.3.e Packet Pg. 1606 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 04 Location 16.C.3.e Packet Pg. 1607 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Location, Location, Location QE’s Corporate Office and Equipment Yard are located 8 miles from the project site. The corporate office can be the central meeting place between the QE + Grady Minor team and Collier County staff, easily followed by job site visits if requested. The QE+ Grady Minor team is the local, trusted, and reputable choice. With a keen understanding of local conditions, this partnership provides the needed expertise and experience required for a successful project. The design-build team has carefully selected key personnel to participate in this project, as we understand the need for sound and involved leadership. In addition to the Construction Superintendent who will monitor and control day-to-day project activities, the Construction Project Manager commits to daily site visits for added guidance and direction. With the job site being close to QE’s office and equipment yard, materials can be easily and readily available for mobilization, which will significantly lower costs. Our team knows Collier County and Collier County know us – QE + Grady Minor live and work in the area and want only the best for the community. This is a benefit that cannot be bought. A map has been provided above to show the distance between the new 24-Inch Force Main project and the QE + Grady Minor team. 46 CORPORATE OFFICE LOCATION Quality Enterprises, USA, Inc. Approximately 0.5 miles from proposed project location 3494 Shearwater Street Naples, FL 34117 239.435.7200 qualityenterprisesusa.com CIVIL ENGINEERING LOCATION Q. Grady Minor & Associates, P.A. Approximately 22 miles from proposed project location 3800 Via Del Rey Bonita Springs, Florida 34134 Phone: 239.947.1144 Fax: 239.947.0375 gradyminor.com Approximately 8 miles from the project site Approximately 10 miles from the project site 16.C.3.e Packet Pg. 1608 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 05 Recent, Current, and Projected Workloads 16.C.3.e Packet Pg. 1609 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 48 With both QE and Grady Minor’s staff located near the project, presence on site or at a meeting will be immediate. If input/ approval is required by the owner, unresolved issues will be forwarded to Collier County’s Project Manager in the form of an RFI. QE’s Construction Project Manager will then follow up with a phone call to confirm receipt of the RFI and will be available for questions. Collier County’s Project Manager will be informed of all issues and their resolutions, regardless of whether an RFI is sent or not, and responses to resolutions and RFI’s will be documented and become part of the final As- Builts provided to the County. The QE+ Grady Minor team will develop and maintain a construction quality control plan in accordance with Section 105 of FDOT Standard Specifications. The sampling, testing and reporting of materials used will be in compliance with the Sampling, Testing and Reporting Guide (STRG). If additional engineering services are needed, QE will contact Grady Minor for a quick resolution. All issues should be attempted to be resolved in the field without involvement from outside sources. If an issue is unable to be resolved in the field, the matter will be escalated to the QE Construction Project Manager. 02 0301 Method of Ensuring Responsiveness Frequent and effective communication will be critical during all phases of the new 24-Inch Force Main Project. Communication needs include: • Internal coordination between the Design-Build team members. • External coordination between the Design-Build team and their affected parties. The QE+ Grady Minor team has successfully worked for Collier County and are respected for their provision of superior services. The team has developed a strong working relationship that will result in a smooth and seamless design-build project. Louis Gaudio, QE’s Construction Project Manager, will serve as the single point of contact and will coordinate with Grady Minor’s design/quality control staff, various subcontractors, governmental and permitting agencies. Collier County can be confident in QE+ Grady Minor’s response time, as: • The Design-Build team offices are locally based, with QE’s 8 miles from the job site. • QE’s Construction Manager lives and works locally. • Coordination meetings will be conducted and schedules will be updated on a weekly basis. • The County will be provided a 24-hour number for immediate access. TROUBLESHOOTING, PROBLEM SOLVING TECHNIQUES & RFI’S The QE/ Grady Minor team will mitigate and resolve any issues immediately. The following Escalation Approach to Problem Solving is in accordance with RPS requirements: 16.C.3.e Packet Pg. 1610 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QE’s Preparation for the Job: Quality Enterprises USA, Inc. is prepared for the new 24-inch Force Main project. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that QE + Grady Minor is the right choice for this job. QE has experienced significant growth over the past few years, increasing in total number of pieces of equipment owned, personnel employed, and number of jobs completed. The company has come to find that as their resources increase, so does their number of successfully completed jobs. It is because of this that QE will continue to invest in the newest equipment for enhanced job performance. Since its founding, Quality Enterprises USA, Inc. has been cautious about over exerting their materials and personnel, leading to the completion of ALL jobs on time, within budget, and at high levels of quality. It is important for Collier County to know that QE’s interest in this job stems from their ability to successfully complete the project, adhering to all assigned deadlines. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and premiere management and support staff to ensure that this project is performed, to the highest standards. WORKLOAD & AVAILABILITY QE + Grady Minor’s projected workload aligns with the new 24-inch Force Main Schedule. The team commits to providing the required services, mobilizing resources in response to the established timeline, and to being readily available and accessible during all phases of the project. Collier County has seen QE’s work ethic firsthand and can rest assured that the same high quality work that has come to characterize the company will be performed on this design-build project. QE + Grady Minor is the trusted choice and will not disappoint. The following graphs demonstrate QE’s growth from 2016 – Present: RECENT, CURRENT, AND PROJECTED WORKLOADS Number of Employees 190 209 240 New Equipment + Vehicles Purchased $2,579,732 $3,156,383 $15,327,185 Number of Jobs 85 167 194 2016 2017 2018 -Present 49 16.C.3.e Packet Pg. 1611 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of QE’S TECHNOLOGY | A STEP ABOVE THE REST Technology plays an integral role in QE’s operations. From investing in high-tech components used in our heavy equipment to managing job sites from an iPad, QE prioritizes the use of cutting-edge technology to assist with daily activities. As a result, QE’s job performance is faster and smarter, yet completed with accuracy and great attention to detail. Technology in Heavy Equipment Contractors can easily overlook one of the most vital aspects of well-run jobsite - the need to invest in top of the line, state of the art heavy construction equipment. Construction Equipment is costly; however, this investment leads to greater employee and customer satisfaction, a fact that QE has come to realize firsthand. There is no denying that QE’s well- maintained equipment fleet stands out from the rest, as the company commits to choosing machines, options, and features needed to create and maintain a state-of-the-art equipment fleet. QE machines are fully equipped with site positioning systems for machine grading and 3D technology. QE has also invested in Trimble sitework technology, a site modeling program that leads to savings in material usage and manpower and improves accuracy from the ability to perform “as-built checks” or changes on the fly. Trimble technology allows QE to achieve millimeter accuracy with fewer passes and no manual staking, and 3D site models yield detailed progress and material movement reports. Technology in Heavy Equipment Within QE’s advanced equipment fleet is the Caterpillar NEXT Generation Excavator with built in CAT grade and slope technology. This machine was further upgraded to utilize a Trimble Total Station, ensuring the highest level of accuracy on projects like roadways or airport grading and paving and provides images when satellites (GPS) are not available due to overhead obstruction. Many of QE’s machines (CAT dozers, excavators and pavers) are GPS enabled. The integrated GPS receivers communicate with the base site station and can control blade or bucket movement. Additionally, all of QE’s mid to large excavators are equipped with the Cat Pin Grabber Coupler system. This upgraded feature increases machine performance, versatility, and helps to ensure jobsite safety. By removing the bucket and using the coupler’s rated lifting eye to move needed items, the operators can increase the machine’s lift capacity and improve visibility. OUR TECHNOLOGY 50 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION PROTECTION INall directions 16.C.3.e Packet Pg. 1612 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Technology’s Role in Project Management Further, QE utilizes the industry-leading construction ERP solution, Vista by Viewpoint, to manage all areas of the business. From the Office to the Field, this multi-faceted cloud-based construction accounting suite is used throughout all phases of a project. For example, Project Managers and Superintendents can easily review AP invoices, request Purchase Orders, complete daily reports and job billing information in the field from the Viewpoint iPad application. This allows for real-time collaboration between the accounting and operations teams. Additionally, the software is used to capture labor time and production units, and helps facilitate safety training and weekly safety toolbox talks. An added benefit, the Viewpoint Team portal will allow the customer, engineer, and contractor to track and collaborate on submittals and RFIs throughout the new 24-Inch Force Main project, as the web-based application will provide all parties with the current status of each document. QE also utilizes Viewpoint Field Management, an application that allows for the Superintendents to not only submit equipment maintenance work orders, but to also request additional heavy equipment and vehicles from their iPad and/or iPhone directly to the jobsite. When the equipment arrives, the Superintendent confirms delivery on the application to update the Dispatch board. QE’s dispatcher also verifies the location of all equipment using the GPS units tracked in HCSS Telematics. This direct line of communication between the office and field reduces the need for Superintendents and crews to continually visit the office, thus allowing the project to be completed on time, within budget and at the high levels of quality that have come to characterize QE. OUR TECHNOLOGY 51 OFFICE TEAM FIELD 16.C.3.e Packet Pg. 1613 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of RECENT, CURRENT, AND PROJECTED WORKLOADS 52 NAME FIRM ROLE COMMITMENT TO COUNTY’S PROJECT PRECONSTRUCTION CONSTRUCTION Louis J. Gaudio Harlan Sawyer Paul J. Moriarty Margarita Negron Isa Carreras Justin Frederiksen Daniel Flynn Sally Goldman Alex Dunko Donald Saintenoy Rick Featherstone John Daniel Joseph Townsend Alan Hart Brian Dorwart Nicholas Strater Construction Project Manager Estimator Superintendent Manager of Health and Safety Project Administrator/ EEO Compliance Officer Design Build Project Manager DOT Coordinator Project Engineer Project Engineer Survey Project Manager Quality Assurance/ Quality Control Directional Drill Project Manager Directional Drill Superintendent/ Operator Chemical Engineer Senior Consultant Senior Geologist QE QE QE QE QE Grady Minor Grady Minor Grady Minor Grady Minor Grady Minor Grady Minor Earth View Earth View Earth View Brierley Brierley 65% 100% 30% 30% 20% 80% 80% 80% 80% 30% 40% 30% 30% 30% 65% 65% 100% 40% 100% 80% 80% 80% 50% 50% 50% 60% 70% 80% 100% 100% 70% 50% all key personnel will be 100% available and fully committed. The QE+ Grady Minor Team prioritizes the new 24-Inch Force Main Project. While we have a variety of projects in various states of completion, ample resouces will be made available to ensure project success. Below you will find the percentage of availabilty for Key Personnel during both the Preconstruction and Construction phases of the project. 16.C.3.e Packet Pg. 1614 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of CURRENT & PROJECTED WORKLOADS OF THE FIRM PROJECT DETAILS FIRMS INVOLVED VALUEPROJECT NAME LOCATION OWNER STATUS COMPLETIONDATE DESCRIPTION QE EV GM BA NCWRF 24” IQ Water Main Twin Eagles PS and Force Main Upgrades Reclaimed Water Interconnect Bluebill Avenue Forcemain Installation MPS 308 Force Main Improvements Marco Shores Water & Sewer West Goodlette Frank Road Joint Stormwater Sewer Project 95th Avenue North - Naples Park Public Utilites Renewal 108th Avenue North - Naples Park Public Utilities Renewal 109th Avenue North - Naples Park Public Utilities Renewal Naples, FL Naples, FL Naples, FL Naples, FL Naples, FL Marco Island, FL Naples, FL Naples, FL Naples, FL Naples, FL Collier County Peter Schaltz Collier County Craig Pajer City of Naples Allyson Holland Collier County Craig Pajer Collier County Michael Stevens City of Marco Island Justin Martin Collier County Robert Wiley 239-252-2322 Collier County Diana Dueri 239-252-4218 Collier County Diana Dueri 239-252-4218 Collier County Diana Dueri 239-252-4218 Installation of new water and stormwater infrastruction and sanitary sewer system for a neighborhood currently using septic tanks. Replacement of the water, sewer, and stormwwater infrastructure along 95th Avenue North in Naples Park. Replacement of the water, sewer, and stormwater infrastructure along 108th Avenue North in Naples Park. Replacement of the water, sewer, and stormwater infrastructure along 109th Avenue North in Naples Park. Ongoing Ongoing Upcoming Upcoming 11/20 10/19 04/21 05/22 90% 98% 75% 0% 10% 50% 7/19 7/19 7/19 10/19 11/19 12/19 3200 LF of 24” HDPE by directional drill for a new IQ water main to service local neighborhoods. Open cut and directionally drilled 6500 LF of 14” HDPE, associated valves, and tie-ins. Complete rehabilitation of existing lift station. Installation of 2500 LF of 20” HDPE by HDD, tie- ins to existing lines and installation of electrical service for mechanically operated valve. Installed 900 LF of 16” HDPE by subaqueous horizontal directional drill. Installation of 20” HDPE by open cut and HDD. Installation of a 16” force main and 20” water main including two 2400 LF subaqueous drills 80LF underneath the Marco River. Construction of a new master pump station and demolition of existing wastewater treatment plant. Restoration of all roadways. $1,456,841 $1,022,003 $965,365 $365,690 $2,058,121 $9,142,136 $13,353,480 $5,443,920 $5,500 $5,500,000 53 RECENT, CURRENT, AND PROJECTED WORKLOADS16.C.3.e Packet Pg. 1615 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24- 06 Required Forms 16.C.3.e Packet Pg. 1616 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1617 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1618 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1619 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1620 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1621 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1622 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1623 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1624 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1625 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1626 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1627 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1628 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1629 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1630 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1631 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1632 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1633 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1634 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1635 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1636 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1637 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1638 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF PROFESSIONAL ENGINEERSTHE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESQ. GRADY MINOR AND ASSOCIATES, P.A.Do not alter this document in any form.3800 VIA DEL REYLICENSE NUMBER: CA5151EXPIRATION DATE: FEBRUARY 28, 2021This is your license. It is unlawful for anyone other than the licensee to use this document.BONITA SPRINGS FL 339230000Always verify licenses online at MyFloridaLicense.com16.C.3.e Packet Pg. 1639 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.ePacket Pg. 1640Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of 16.C.3.e Packet Pg. 1641 Attachment: [Linked] Attachment 5 QE_Proposal_for_RPS_No_19-7605_New_24-inch_Force_Main_Project_Final (11338 : Design-Build of CONTACT Phone 239.435.7200 Fax 239.435.7202 contact@qeusa.com ADDRESS QUALITY ENTERPRISES USA, INC. 3494 Shearwater St. Naples, FL 34117 RPS Number 19-7605 Statement of Qualification Design Build Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road new 24-inch Force Main Project JUNE 20, 2019 Collier County, FL Dear Mr. Thomas AND COMMITTEE MEMBERS, We are pleased to inform you that Quality Enterprises USA, Inc. has teamed with the design firm of Q. Grady Minor & Associates, P.A. to provide you with our proposal for RPS No. 19-7605, “Immokalee Road, Logan Boulevard, and Vanderbilt Beach Road New 24-inch Force Main Project.” The QE + Grady Minor team has assembled a group of highly reputable, local companies with proven success to participate in this design build. Working with the team will be Earth View, LLC, QE’s in-house Trenchless Technology sister company who will provide Horizontal Directional Drilling (HDD) and Fusing services and Subsurface Utility Locates. Also partnering with our team is Brierley Associates for the HDD design, Forge Engineering, Inc. for Geotechnical Engineering, Passarella Associates, Inc. for Environmental Consulting and Cella Molnar & Associates, Inc. for public information. Collier County can be confident in the QE + Grady Minor partnership based on our proven local performance. JOBSITE & LOCATION QE’s corporate office and equipment yard are 8 miles from the project site, thus enhancing project efficiency. The close proximity will ensure that key personnel perform daily job site visits and allows for prompt mobilization of materials and equipment. All meetings between QE + Grady Minor and Collier County can be held at QE’s office and followed by site visits if requested. A PROVEN PARTNERSHIP Having collaborated on 36 projects, the QE + Grady Minor team confidently submits this proposal and ensures that the project will be designed and constructed in adherence to all requirements while achieving the highest quality product for the county. Very truly yours, LOUIS J. GAUDIO Vice President Single point of contact RPS NO. 19-7605 IMMOKALEE ROAD, LOGAN BOULEVARD, AND VANDERBILT BEACH ROAD NEW 24-INCH FORCE MAIN PROJECT Collier County Board of County Commissioners Attn: Geoff Thomas, Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 QE RECENTLY COMPLETED THE COLLIER BOULEVARD AND IMMOKALEE ROAD INTERSECTION IMPROVEMENT PROJECT. THIS INCLUDED INSTALLATION OF NUMEROUS UTILITIES THROUGH HEAVY ROCK, INCLUDING A 600 LF DIRECTIONAL DRILL OF 30” HDPE AND A 365 LF DIRECTIONAL DRILL OF 8” HDPE. THIS PROJECT’S PROXIMITY TO THE NEW 24-INCH FORCE MAIN HAS PREPARED QE FOR ANY GEOTECHNICAL AND ENVIRONMENTAL ISSUES THAT MAY ARISE ON THE JOBSITE. THE PROJECT WAS COMPLETED ON TIME, WITHIN BUDGET AND AT THE HIGH LEVELS OF QUALITY THAT HAVE COME TO CHARACTERIZE QE. JUNE 20, 2019 SELF PERFORMING Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing over 90% of each project. This cost saving practice allows for flexibility in scheduling, adaptability for rapid project changes, and a diverse and skilled workforce. QE’s leading services include: • Asphalt with 3D Paving Technology • Aviation Construction • Bridge Construction • Concrete Recycling • Earthwork with 3D Grading Technology • Horizontal Directional Drilling • Pipe Bursting • Pipe Ramming • Structural Concrete • Underground Utilities Ability of Professional Personnel Certified Minority Business Enterprise Past Performance Location Recent, Current, and Projected Workloads of the Firm Required Forms 01 02 03 04 05 06 table of contents 01 Ability of Professional Personnel QUALITY ENTERPRISES USA, INC. | A LOCAL LEADER Quality Enterprises USA, Inc. (QE) is a leading construction firm based in Southwest Florida that focuses on major civil, building, and specialized construction in both the private and public sectors. Celebrating 50 years of service, QE prides itself on completing projects on time, within budget, and at high levels of quality. Backed by experienced personnel and a modern fleet of heavy equipment, QE is prepared to complete a wide range of multidisciplinary construction projects including: QE + COLLIER COUNTY | A PROVEN PARTNERSHIP QE has worked in Collier County since 2002 on a variety of infrastructure projects and has a dynamic knowledge and understanding of local construction and regulatory conditions, directly pertaining to dewatering, rock excavation, traffic control, erosion control, and wildlife sensitivities. With the ability to self-perform over 90% of each project, QE maintains job site control and has never been assessed liquidated damages for project delays. QE has successfully completed hundreds of projects for Collier County. With key players from QE and Collier County involved on many of the same projects, a strong relationship has been formed. This shared understanding of work structure will prove advantageous on the new 24-inch Force Main project and is a benefit that cannot be bought. Aviation Roads and Bridges Heavy Highway Underground Utilities Water Treatment and Storage Many other types of specialized construction ABILITY OF PROFESSIONAL PERSONNEL QE AT A GLANCE FIRST JOB WITH COLLIER COUNTY 2002 FIRST PROJECT IN FLORIDA 1997 TOTAL REVENUE IN 2018 $60M REVENUE FROM COLLIER COUNTY IN 2018 $16M COLLIER COUNTY UTILITY EMERGENCY CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2008 COLLIER COUNTY SCHOOL UTILITY EMERGENCY CONTRACT STARTED IN AND HELD EVERY YEAR SINCE 2007 05 QE | A REGIONAL FIRM QE understands the importance of meeting project deadlines and adhering to strict regulations. Exemplified in 2008 when QE was called to assist with post Hurricane Katrina relief work, the team mobilized resources to Mississippi and New Orleans and were instrumental in completing over $100 Million worth of projects for the US Army Corps of Engineers. Rehabilitation efforts included the installation of steel sheet piles, battered H Piles, and concrete for over 10 miles worth of flood walls. This was accomplished under tight scrutiny by the Federal government and met the mandate of ensuring 100-year flood protection in New Orleans by June 2012. ABILITY OF PROFESSIONAL PERSONNEL The organizational chart on the following page displays team members for this Design Build. QE + GRADY MINOR | THE TRUSTED CHOICE QE has assembled a professional, experienced, and local team to aid in the new 24-inch Force Main project. QE’s role as overall project manager will include: overseeing pipe installations, all testing, tie-in’s, and restoration work. Grady Minor will be instrumental in the project design and will provide survey, permitting, construction administration, and construction engineering inspection (CEI). Grady Minor will be available for consultation throughout the project and are critical to project success. Earth View, LLC, QE’s in-house trenchless technology sister company, will perform all HDD and Utility Location Services. Additionally, Brierley Associates, Forge Engineering, Inc., Passarella & Associates, Inc. and Cella Molnar & Associates, Inc. will provide trenchless design assistance, Geotechnical Engineering, Environmental Consulting Services, and asist with public information, respectively. 06 ORGANIZATIONAL CHART 07 08 Earth View, Llc Earth View, LLC (EV) is pleased to partner with the QE + Grady Minor team on this Design-Build project. There is no denying that EV’s experience, variety of servies offered, and commitment to using the newest technology will enhance the project from both a cost saving and time perspective. EV, founded in 2004, is QE’s in-house trenchless technology sister company and will provide all Horizontal Directional Drilling, Fusing, and Subsurface Utility Engineering (SUE) services on the new 24-inch Force Main project. EV prioritizes technological advances. This is why the comopany has invested heavily in Horizontal Directional Drilling, Pipe Ramming, and Pipe Bursting. These three methods allow EV to bury underground utilities without disrupting the environment and nearby jobsite residences. As one of FOUR companies in the state of Florida to own and operate the American Auger DD-440T Maxi-Rig Directional Drill and a management team with over 30+ years of experience, EV and the QE + Grady Minor team is the right partner for the new 24- inch Force Main project. EV has extensive experience drilling in Naples and has successfully completed 29 directional drills on 8 projects for Collier County. In addition to performing Horizontal Directional Drill services including wireline steering operations using TrueGyde, Earth View will assist Grady Minor with utility locates using Ground Penetrating Radar and Vacuum Excavation during the design phase of the project. This non-destructive method will allow EV to provide accurate locations of all previously existing utilities to be included on the record drawings. SUBAQUEOUS HORIZONTAL DIRECTIONAL DRILLS PROJECT NAME LOCATION DRILL US 21 Water Main Relocation Marco Shores Water Marco Shores Sewer Collier Blvd & Golden Gate Water Main Crossing Fripp Island, SC Marco Island, SC Naples, FL 3700LF of 10” FPVC 110LF underneath the Harbor River 700LF of 36” HDPE Water Main 2200LF of 16” HDPE Force Main 2200LF of 20” HDPE Water Main 80LF under the Marco River ABILITY OF PROFESSIONAL PERSONNEL Total drilled footage 16” and under since 2015 24,659 LF Total drilled footage 20” or greater since 2017 10,599 LF Successfully completed HDD since 2015 46 Trained Full-Time Employees 34 9 QE+ Grady Minor | A Proven & Established Partnership The QE+ Grady Minor team is well established in Collier County. With over 20 years of experience, this team has successfully completed hundreds of projects in the area, all on time, within budget and at high levels of quality. This is the right team for the job, evidenced by continual project success. UNDERSTANDING OF PROJECT IMPACTS It has come to the attention of the QE +Grady Minor team that Collier County is interested in receiving qualifications and proposals from experienced design-build teams for the design and construction of a new HDPE 24-inch Force Main along Immokalee Road, then south along Logan Boulevard, to MPS 104 on Vanderbilt Beach Drive. QE+ Grady Minor is confident in their ability to perform the 19,000+ LF of new pipe installation. The proposed project will also include the upsizing of an existing 8” PVC wastewater force main, approximately 1,400 feet, north on Logan Boulevard from the intersection at Immokalee Road. Removal and/or grout-in-place will be required for the abandoned force main, a task well within the scope of work for the QE + Grady Minor team. It should be noted from the start that all design and construction activities will be held in compliance with all Collier County Utility Standards and Right-of-Way Standards and Ordinances. The team understands that the county has considered several routing options for the new 24” Force Main and has found through a study by Johnson Engineering that the leading option places the proposed force main on the north side of the South Florida Water Management District Canal right-of-way along Immokalee Road and on the western right-of-way of Logan Boulevard. This is indicated as Option #1 in the Alignment Analysis. QE+ Grady Minor has a thorough understanding of the project, discussed in the following Project Overview: The new force main will begin at the western end of the Esplanade and continue west on Immokalee Road, turn south on Logan Boulevard, and then east on Vanderbilt Beach Road to MPS 104. At the intersection of Immokalee Road with Logan Boulevard and Olde Cypress Boulevard (north side of Immokalee Road), a future connection from the 24- inch proposed force main will be made to the existing 16-inch force main under Immokalee Road. This bypass is designed in preparation for future emergencies downstream of Logan Boulevard. However, the analysis and design of the future bypass connection is beyond the scope of work authorized for this report. As part of Collier County’s long-range transportation plans, Logan Boulevard is proposed to be widened from two lanes to four lanes with a 5-foot sidewalk, 4-foot bike lane, and curb and gutters. Therefore, all proposed alignments from QE+ Grady Minor for the new 24-inch Force Main have been made in consideration of the future widening project. Prior to proceeding with a design, the QE+Grady Minor team will review all options on pipe alignment to confirm which is the most feasible and least disruption to the public to perform. CRITICAL PROJECT SUCCESS FACTORS The QE + Grady Minor team has successfully completed similar projects to the proposed 24-inch Force Main for Collier County. It is from this past experience that QE + Grady Minor thoroughly understands the necessary factors for a successful job: It is essential that existing systems remain operational during all phases of the project. This will require close coordination with county staff and highly thought out bypass systems. The team will consider the impact of future projects (i.e. the widening of Logan Boulevard) on the new system. The team will be attentive to environmental conditions and will consider potential environmental impacts during all phases of the project. ABILITY OF PROFESSIONAL PERSONNEL 10 (cont.) Close coordination will be required with Collier County ROW & Permitting, a task that the QE + Grady Minor team is well acquainted with. Acquisition of Easements will be a top priority. The team will maintain close communication with contractors working within project limits. It will also be imperative to consider impact to the: The traveling public, including but not limited to vehicular traffic, biking and walk paths along the pipe route, in particular along the north side of Immokalee Road. Local schools and businesses. Keeping access to businesses along Immokalee Road and creating safe walk ways for students walking to both Laurel Oak Elementary and Gulf Coast High School is of great importance. Collier County will benefit from the selection of a local team for this design-build project, thus making QE + Grady Minor the right choice for this project. With the necessary expertise and experience of working within county lines, the team will to see this project through completion. QE has installed a vast amount of underground piping systems in Collier County, most recently completing several water main extension projects on Logan Boulevard, Immokalee Road & Collier Boulevard, and force main piping on Immokalee Road. QE + Grady Minor has a strong understanding of ground conditions, dewatering requirements, and Maintenance of Traffic to keep our projects safe for the workers and public. Further, QE + Grady Minor has a vested interest in the success of this project. Many of the team members live in close proximity to project limits and are part of the impacted community, including QE’s Construction Project Manager, Louis J Gaudio. PRELIMINARY DESIGN COMPONENTS The preliminary design phase of the new 24-inch Force Main Design-Build is outlined as follows: QE + Grady Minor will confirm existing site conditions and utility locations by utilizing as-built documents and past geotechnical information. Earth View, LLC, QE’s in house directional drilling company, will perform both soft dig and subsurface utility exploration (SUE) to confirm locations of existing utilities. This data will be used to confirm that the proposed route is in fact the most cost effective route for the county. Due to QE’s unique ability to perform both open cut and Horizontal Directional Drilling (HDD) in house, the team will review the benefits of utilizing open cut vs. HDD throughout the project. Safety, environmental impacts, cost, and speed of installation will be considered when determining benefits for the county. Grady Minor will confirm appropriate pipe size for the county’s requirements. FINAL DESIGN AND PERMITTING QE + Grady Minor will work collaboratively throughout the design phase to provide the county with the most cost effective and successful design. All designs will be in full compliance with current County Standards for Utilities, Roadway, and ROW. For 60% and 90% plans, the team will deliver drawings, specifications and scheduling to the county. The QE + Grady Minor team will work closely with Collier County staff to adjust the design as necessary. Upon approval of 60% plans, QE will fast track activities such as procurement of piping, valves, etc. in order to shorten overall project duration. QUALITY CONTROL/QUALITY ASSURANCE With extensive design and construction experience in Collier County, QE + Grady Minor will develop drawings and specifications that are in full compliance with the design criteria package, as well as Collier County Standards for Utilities, Roadway and Right of Way. QE + Grady Minor will provide a full time Quality Control Manager on this project who will confirm that all materials and installations comply with Collier County Standards. ABILITY OF PROFESSIONAL PERSONNEL miles of water main replacement designs ranging in size from 6-12” of water main directional drill designs ranging in size from 10-14” of wastewater force mains designs ranging in size from 4-24” miles of gravity mains designed (wastewater and stormwater) 15 8K 10K 15 11 ABILITY OF PROFESSIONAL PERSONNEL PERMITTING QE + Grady Minor has a strong understanding of local and regional permitting, an added benefit to the successful outcome of this project. Both members of the QE + Grady Minor team have over 20+ years of experience, and a continued working knowledge of required permits. QE + GRADY MINOR ANTICIPATES THE FOLLOWING PERMITS FOR THE 24-INCH FORCE MAIN PROJECT: • Collier County Right of Way • Florida Department of Environmental Protection Infrastructure Permit • Florida Department of Environmental Protection NPDES • Florida Department of Environmental Protection Stormwater Pollution Prevention Plan • SFWMD ROW permit • FDEP Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System • SFWMD Consumptive water use permit for dewatering The team recognizes that additional permits may be required upon initial review and due diligence. For this matter, Passarella & Associates will provide environmental consulting to determine other permits that may be needed for mitigation, endangered species, etc. It should also be known that QE + Grady Minor will conduct pre-design meetings with all regulatory and environmental agencies to review and confirm permit requirements. SAFETY APPROACH The personal health and safety of each employee and associate of Quality Enterprises USA, Inc. is of primary importance in all phases of operation and administration. A Site Safety and Health Plan (SSHP) is developed for each project to ensure safe work practices on every jobsite. The SSHP is implemented and strictly enforced to incorporate the most stringent practices and procedures with regard to worker safety. SELF-PERFORMANCE Quality Enterprises has the unique ability to self-perform 90% of this project. All facets of this project including: open cut installation, Horizontal Directional Drilling, Jack and Bore, bypassing, sod installation, concrete and asphalt pavement restoration will be, self-performed by QE. This ability allows for total control of construction activities, safety, and scheduling. SCHEDULED APPROACH QE is in an unparalleled position to work on multiple phases of this project concurrently. This stems from the company’s vast supply of manpower, equipment, and ability to self-perform. QE + Grady Minor’s scheduled project approach includes: Conduct a pre-construction meeting with Collier County to determine critical areas of work and sequencing. Due to the projects’ proximity to Laurel Oak Elementary and Gulf Coast High School, working adjacent to these areas may be performed during non-school times, such as winter, spring or summer breaks. QE + Grady Minor will look to fast track work items to flow simultaneously, such as having crews working on directional drills, open cuts, and jack and bores within the same time frame. Weekly staff meetings will be held to review schedules, approaches, and to identify issues and determine solutions to eliminate project delays. The meetings will be conducted with an open door to Collier County staff, who are invited to attend all meetings. Over the past 5 years, Grady Minor has completed over: 12 QUALITY ENTERPRISES USA, INC. + GRADY MINOR | COLLIER COUNTY DESIGN BUILD | IMMOKALEE RD, LOGAN BLVD AND VANDERBILT BEACH RD 24” force main project NAME/ROLE KEY QUALIFICATIONS 25+ years of construction industry experience. Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. Experience managing projects ranging from $500K to $40 Million for Army Corps of Engineers, Charlotte County, City of Naples and of Marco Island, FDOT, various Collier County divisions, Naples Airport Authority, and the Town of Fort Myers Beach to list a few. Oversees all QE utility, roadway and bridge projects in the State of Florida and South Carolina. Louis will provide overall project coordination on the new 24-inch Force Main project. 30+ years of engineering and construction experience. Directs QE’s Estimating Department. Extensive background in projects relating to site development, underground utilities, road and highway work, and bridge construction at the private, local, state, and federal levels. Harlan will be directly involved in the project’s takeoff, subcontractor and material solicitation, and pricing. 30+ years of construction industry experience. Extensive background working with Collier County’s Utility Department. Certified by the US Army Corps of Engineers, Quality Management for Contractors, and FDOT Maintenance of Traffic. Paul will provide daily onsite coordination on the new 24-inch Force Main project. 10+ years of construction industry experience. Responsible for submitting project permits and revisions. Facilitates all EEO compliance and training for QE personnel. Review and submit Certified Payroll. Assist with continued safety education for construction crews throughout the new 24-inch Force Main project. 19 + years of Construction Industry experience. Monitor design-build construction site and enforce compliance with government regulations, acts, and standards. Sets and reviews health and safety guidelines in order to minimize accidents and injuries. Will travel to design-build site to conduct safety audits and ensure that crews utilize proper safety gear. • • • • • • • • • • • • • • • • • • • • • • Vice President Estimator Superintendent Project Administrator/ EEO Officer Manager of Health and Safety Construction Project Manager Louis J. Gaudio Harlan Sawyer Paul J. Moriarty isa carreras Margarita Negron 13 KEY PERSONNEL NAME/ROLE KEY QUALIFICATIONS 13+ years of industry experience. Works with the FDOT, Collier County, multiple counties and cities in Florida to produce roadway and sidewalk construction plans. Extensive design background in projects ranging from minor resurfacing/ widening, to roadway reconstruction, to multimodal complete streets throughout the state of Florida. Engineering experience in Maintenance of Traffic (MOT), signing/ paving marking, and horizontal and vertical geometry designs, super-elevation roadway layouts, and sidewalks/ intersection projects. FDOT certified in Advanced MOT. 5+ years of engineering and development experience in the State of Florida. Skilled at design analysis, permitting and construction management, technical report writing, computer modeling, engineering plan development, geotechnical design, environmental studies, and utility management at the local and state levels. 6+ years of industry experience with direct involvement on water, wastewater, and site development projects in South Florida. Ability to design and construct large and small diameter transmission water main components, lead and coordinate utility construction projects, plan and evaluate Wastewater Reclamation facilities, and perform site civil engineering processes. Trained as a Civil Engineering Site Inspector (CEI). 15+ years of industry experience as a licensed Professional Surveyor and Mapper in the State of Florida. Expertise in directing survey field crews on data collection for design, boundary and construction surveys. Has worked in both the private and public sectors in South West Florida. • • • • • • • • • • • • • FDOT Coordinator Design Project Engineer Design Project Engineer Survey Project Manager Daniel Flynn, P.E. Sally Goldman, P.E. Alex Dunko, E.I. Donald Saintenoy, PSM 17+ years of engineering and construction experience in the State of Florida. Engineer of Record on various small and large utility projects in Collier County. Managed various Municipal Projects, which required: preparation of master planning documents, engineering designs/ plans/ and specifications, project permitting, bidding assistance, contractor selection, and general construction coordination. Served as the Deputy Director for the City of Naples where he performed: rate studies, annual reports of utility operations, grant/ loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. • • • • Design Build Project Manager Justin Frederiksen, P.E. 14 KEY PERSONNEL NAME/ROLE KEY QUALIFICATIONS 15+ years of Directional Drilling experience in both the utility and oil/gas industries with drills of pipe up to 42”. Highlighted Collier County project: installation of the 36” HDPE Watermain crossing the Golden Gate Canal at Collier Boulevard, which lies within close proximity to the new 24-inch Force Main project. John will provide oversight, management, and guidance to Earth View, LLC personnel. 15+ years of industry experience. Ability to design and administer drilling fluid applications on large diameter drills. Alan will create specialized mud fluid to lubricate machine components. In collaboration with Forge engineering, Alan will obtain geological data and conduct standardized testing during the drilling process. 7+ years of Construction Industry experience in Collier County. Familiar with local environmental conditions, specifically related to utility installation in rock, high water table levels, dewatering, and sensitive areas. Ability to perform open cut installations of water main and force main pipes up to 36” in diameter by HDD. Confidently operate various size drills as well as fusing machines. Certified BUTT fusion in both mid-size and large size diameter HDPE piping by MMI McElroy. 45+ years of industry experience in underground engineering, with more than 25+ years of design/field experience with various types of HDD. Registered Geologist and Professional Engineer specializing in interaction of ground to excavation tools and/or natural environmental processes, and ground modifications. Engineering/ Management experience includes: developing strategies for bid preparation, risk- based design, conceptual design, research and development, construction engineering, forensic analyses, and consulting. Brian will be the lead geologist and provide directional drill design assistance. • • • • • • • • • • • • • • • Directional Drill Project Manager Chemical Engineer Directional Drill Superintendent/ Operator Senior Consultant John Daniel Alan Hart Joseph Townsend Brian C. Dorwart, P.E., P.G., 35+ years of experience as a licensed General Contractor in South West Florida. Experience with civil construction, earthwork, road building, and underground utility and storm drainage systems. Ability to interpret, understand, and apply construction requirements and identify deviations. Successfully completed the OSHA 40-hour Hazardous Waste Operations and Emergency Response Course and the 8-hour HAZWOPER Supervisor Training Course. Rick will perform construction inspections, ensure that the QE + Grady Minor team is aware of deviations, check for constructability and economic feasibility, and provide quick and cost- effective resolutions. • • • • • Quality Assurance/ Quality Control Rick Featherstone, G.C. 15 KEY PERSONNEL NAME/ROLE KEY QUALIFICATIONS Experience in geotechnical site characterization, feasibility and detailed design studies, preparation of contract documents, construction phase services, and claims analysis and evaluation. Published author and accomplished speaker on geotechnical characterization and tunnel and trenchless installations. Nicholas will provide directional drill design and geology assistance on the new 24-inch Force Main project. • • • Senior Geologist Nicholas H. Strater, P.G. 16 KEY PERSONNEL • THE DESIGN BUILD TEAM The QE + Grady Minor team has partnered with a group of highly reputable, local companies to assist in the new 24-inch Force Main project. This community centered group strives for perfection, as the County’s success is their success. Collectively, this team provides the necessary expertise and familiarity to achieve project completion. Strengths of each team member are provided below. QUALITY ENTERPRISES USA, INC. 50+ years of experience in the heavy civil construction industry. A local industry leader. Self-performing firm with state-of-the-art technology to ensure project success. Provides in-house Horizontal Directional Drill services. Close proximity of corporate office and equipment yard to job site (8 miles) DESIGN BUILD • • • • • EARTH VIEW, LLC Expertise in directional drill services in Florida and South Carolina. Management has over 30+ years of experience, gained through the oil and gas industry work. One of four companies in the state of Florida to own and operate the American Auger DD-440 T with a pullback capability of 440,000 lbs. Recent projects: - 3,700 LF subaqueous drill of 10” fusible PVC in a highly environmentally sensitive area on Fripp Island, SC. - 700 LF of 36” HDPE for the Collier Boulevard and Golden Gate Canal Crossing. UTILITY LOCATING & HORIZONTAL DIRECTIONAL DRILLS • • • • FORGE ENGINEERING, INC. Fully licensed and insured engineering consulting and materials testing firm located in Naples, Florida. 45+ years of local experience, yielding a strong understanding of Collier County. Full range of services, including: Forensics, Marine, Building Sciences, Geotechnical and Environmental Engineering and Construction Materials Testing. GEOTECHNICAL ENGINEERING • • • PASSARELLA & ASSOCIATES, INC. 23+ years of industry experience in Florida and the Southeast United States. Strong team approach, allowing for flexibility and strength on every project. Emphasize communication and work closely with clients to ensure that each project is designated, permitted, and implemented to the highest level of quality all while complementing the natural environment. ENVIRONMENTAL CONSULTING • • • GRADY MINOR 38+ years of local experience providing expert civil consulting services in both the public and private sectors. Fully licensed and insured, with a team of 58+ employees. Reputation for outstanding customer service. Industry leader in Civil Engineering and Land Development in Southwest Florida. Have participated in a wide array of projects, from small utility relocation to complete water, wastewater, and stormwater collection; small sidewalk improvements to multimodal roadway improvements; and small site improvements to hundreds of acre site developments. SURVEY, PERMITTING, DESIGN, CONSTRUCTION ADMINISTRATION & CEI • • • • • BRIERLY ASSOCIATES Support owners, engineering design professionals, and trenchless/ geotechnical contractors with all aspects of trenchless technology. Expert, efficient, effective and constructible designs. 65+ employees with national and international experience. Have provided directional drill support on thousands of feet of pipelines varying in size from 12” to 54” diameter. DIRECTIONAL DRILLING SUPPORT • • • • CELLA MOLNAR & ASSOCIATES, INC. Provides professional consulting services in all aspects of public involvement. Certified MBE and DBE, with over 23+ years of experience. In- depth technical expertise in planning, design and construction for infrastructure projects. Skilled at evaluating a community prior to public involvement activities to determine what cultural or political issues will need to be addressed prior to a project’s start through collaboration, communication and open exchange. Strong familiarity with Naples and Collier County. PUBLIC INFORMATION • • • TEAM MEMBER OVERVIEW CHART 17 LOUIS J. GAUDIO Vice President/ Design-Build Project EXPERIENCE QE Experience: 15 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Polytechnic University B.S. in Civil Engineering E.I.T. Certification PROFILE Louis J. Gaudio serves as Vice President at Quality Enterprises USA, Inc. (QE) where he oversees all business development efforts and project estimation/management in the state of Florida. Louis will serve as the single point of contact on the new 24-inch Force Main project and brings more than 30 years of experience to the job. Louis has managed several large projects for QE, including: the $24 million reconstruction of North & South Collier Boulevard and over $70 million worth of post Hurricane Katrina relief work in Mississippi and New Orleans ($40M worth of waterway reconstruction and $30M worth of concrete flood wall construction, respectively.) PROJECT EXPERIENCE RECONSTRUCTION OF COLLIER BOULEVARD Marco Island, FL • $24,668,835 Description: This project involved complete roadway reconstruction including installation of 3.7 miles of Force mains, all new utilities, reclaim, gravity sewer and storm piping. Project was completed on time and within budget. QE self-performed 90% of contract. BURNT STORE ROAD PHASE II Cape Coral, FL • $15,849,555 Description: This project involved the construction of a new 2-mile roadway with 3 bridges, utility work, and storm piping. Project was completed on time and within budget. QE self-performed 70% of work. MARCO SHORES ALTERNATE WATER & SEWER MAIN Marco Island, FL • $9,142,146 Description: This project included 3.5 miles of Force Main installation, which involved 2400 LF of 20” subaqeuos HDPE pipe installation. Other utilities were replaced, including 2400 LF of 16” HDPE subaqeuous water main by HDD and open cut for a total of 23000+ LF of pipe installation. A new master pump station with back up generation was constructed, along with the complete demolition of an existing water treatment plant and roadway restoration. QE self-performed 90% of work. CITY OF VENICE DOWNTOWN CORRIDOR IMPROVEMENTS Venice, FL • $9,203,128 Description: This project involved the complete reconstruction of 4 main roadways within the downtown area of the city of Venice. Work included utilities, storm piping, concrete curbs and sidewalks, earthwork, paving, landscape and irrigation. Based on QE’s stellar performance, the city authorized an additional $1 million change order to add another section of roadway. Project was grant funded by FDOT. Project was completed on time and within budget. QE self-performed 80% of work. WEST WINTERBERRY SEWER DISTRICT Marco Island, FL • $7,950,595 Description: This project involved the installation of over 60,000 LF of sewer gravity main, associated laterals and manholes, and 3 lift stations. It also involved reconstruction of all roadways. QE self-performed 95% of work. HARLAN W. SAWYER Project Estimator EXPERIENCE QE Experience: 10 years Industry Experience: 40+ years EDUCATION/CERTIFICATIONS North Carolina State University B.S. in Civil Engineering with a concentration in Construction PROFILE Harlan Sawyer is one of the Senior Estimators for QE’s Estimating Department. With over 40 years of industry experience, Harlan’s extensive background in projects relating to site development, underground utilities, and road and highway work will prove invaluable to the new 24-inch Force Main project. Harlan is involved with the takeoff, material and subcontractor solicitation, and pricing for all QE projects and has participated in jobs at the private, local, and state levels. PROJECT EXPERIENCE REPAIR AIRCRAFT APRON AND BULKHEAD SP AREA, PHASE I & II, NAVAL STATION Norfolk, VA • $11,000,075 Description: This project included extensive concrete work, as related to the demolition and recapping of existing bulkhead, rebar erection for bulkhead, and pavement placement. Additionally, this included the removal and replacement of approximately 45,000 SY of new concrete paving apron, erosion control, earthwork and grading, sheet pile driving, trench drain, and aggregate base. COLIGNY ROADWAY REDEVELOPMENT AND POPE AVENUE RESURFACING Hilton Head Island, SC • $6,413,657 Description: This project was completed in order to construct roadway improvements in the Coligny area. The redevelopment project consisted of work at two major intersections: including all storm drainage, electrical, concrete, asphalt, and signalization, etc. In addition, this work included three miles of milling and resurfacing on Pope Avenue. IMMOKALEE ROAD & COLLIER BOULEVARD INTERCHANGE & UTILITY IMPROVEMENTS Naples, FL • $7,750,472 Description: This project included the complete reconstruction of the intersection, including Force Main installation, a new conspan bridge, earthwork, realignment of a canal, other utility installation including 586 LF of 30” HDPE Water Main by HDD, asphalt milling/ paving, etc. P-699 AIRCRAFT MAINTENANCE HANGAR, NAVAL STATION Norfolk, VA • $3,305,182 Description: This project involved the site development and foundation work for a new aircraft maintenance hangar. The project scope included site demolition and earthwork, underground utilities and storm drainage, stone base placement, asphalt paving, structural excavation, pile caps and grade beams, and structural concrete slabs for both the first and second floors of the hangar. PLAZA MAVERICK SEWAGE PUMP STATION REPLACEMENT Virginia Beach, VA • $889,817 Description: This project included the abandonment and demolition of existing structures, piping, and miscellaneous site items, repair and modification to existing superstructure, construction of a new recast wet well and valve vault, new submersible pumping equipment and other miscellaneous equipment, gravity sewer, force main, natural gas and water supply piping. Also included were electrical repairs and all incidental work thereto. Responsible for furnishing equipment, labor and materials for flow bypassing, traffic control, and site restoration. PAUL J. MORIARTY Superintendent EXPERIENCE QE Experience: 27 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS 4-year Plumbing and Mechanical Apprenticeship Program OSHA 40- Hour Certification, Hazardous Waste Operations & Emergency Response OSHA 8-Hour HazWOPER Supervisor Course U.S. Army Corps of Engineers Training Course, Construction Quality Management for Contractors (CQC) Maintenance of Traffic Certification, FDOT PROFILE Paul J. Moriarty will serve as the Construction Superintendent on the new 24-inch Force Main project. Paul will be present on the job site through project completion and will manage daily construction activities and field operations. During construction, Paul will facilitate meetings with customers and inspectors, oversee daily crew activities, bring changes/ modifications to the attention of the Project Manager, and verify material quantities and deliveries, etc. With over 30 years of industry experience and extensive safety training, Paul’s expertise will be integral to project success. PROJECT EXPERIENCE RECONSTRUCTION OF NORTH COLLIER BOULEVARD Marco Island, FL • $16,651,846 Description: This project involved the complete reconstruction of approximately 2.5 miles of a 4-lane roadway. All new utilities were installed including new water main, force main, reclaimed water and storm piping. Pipe sizes varied from 6” to 72” in diameter with excavation cuts as deep as 18 ft. New roadway base materials, asphalt paving and concrete curb and sidewalks were also installed. RECONSTRUCTION OF SOUTH COLLIER BOULEVARD Marco Island, FL • $8,016,989 Description: This project involved the complete reconstruction of approximately 1.0 miles of a 4-lane roadway. All new utilities were installed including new water main, force main, reclaimed water and storm piping. Pipe sizes varied from 6” to 60” diameter with excavation cuts as deep as 18 ft. New roadway base materials, asphalt paving and concrete curb and sidewalks were also installed. COLIGNY ROADWAY REDEVELOPMENT AND POPE AVENUE RESURFACING Hilton Head Island, SC • $6,413,657 Description: This project was completed in order to construct roadway improvements in the Coligny area. The redevelopment project consisted of work at two major intersections: including all storm drainage, electrical, concrete, asphalt, and signalization, etc. In addition, this work included three miles of milling and resurfacing on Pope Avenue. GATEWAY HARBORWALK IMPROVEMENTS PROJECT Port Charlotte, FL • $2,466,256 Description: This improvement project consisted of constructing a 4-acre park. These additions included installation of a bulk head, new utilities and storm piping, electrical lighting, restroom facilities, pathways, and parking areas. BORDER ROAD WATER MAIN EXTENSION REHABILITATION Venice, FL • $662,166 Description: This rehabilitation project consisted of the open cut and installation of 3,700LF of 12” PVC Water Main. In addition, QE installed 100LF of 12” steel casing by Jack and Bore and directionally drilled 2,000LF of 12” Fusible PVC under I-75. JOHN DANIEL Horizontal Directional Drill Project Manager EXPERIENCE QE Experience: 1 years Industry Experience: 19 years EDUCATION/CERTIFICATIONS Mississippi State University Bachelor of Science Agriculture Engineering Technology and Business AutoCAD TrueGyde Steer TrueGyde Profiler Trimble R8 GPS Tensor APS DC Microcoil PROFILE John Daniel serves as Earth View, LLC.’s Project Manager where he oversees, plans, directs and manages all Horizontal Directional Drill projects. In addition to ensuring projects are completed on time and according to design specification, John focuses on business development by continuously finding and estimating new HDD projects. On many projects, John also acts as the surveyor to lay out and guide bores for HDD crossings using the wireline system TrueGyde. PROJECT EXPERIENCE COLUMBIA GAS (CAMERON ACCESS PIPELINE PROJECT) Lake Charles, LA Role / Overview: Project Manager, 4,700 LF of 36” and 5,600 LF of 36” Pipe (Marsh work) Description: This challenging project involved a 5,600 LF HDD and required a drill rig on each entry and exit side. All equipment was set up on barges to work the pipe from exit side. John Daniel was recruited to the job after another contractor’s drill pipe became stuck. John’s team mobilized, removed the existing drill pipe and successfully finished the drill. SIM GROUP/MAUREPAS GAS PROJECT Mississippi River, MS Role / Overview: Project Manager, 35,000 LF of 6”, 12”, and 24” HDDs (including 5,940 LF of 24”) under the Mississippi River and USACE Levees Description: Installation of 700 LF of 36” HDPE by Horizontal Directional Drill including surveying and tracking the bore using our in- house wireline system and operator. FLORIDA GAS TRANSMISSION St.Petersburg, FL Role / Overview: Project Manager, Gandy Blvd to Duke Energy Plant/St. Petersburg Lateral Replacement- 9 HDDs of 12” pipe totaling approximately 18,000/2800 LF of 12” crossing Weedon Island Preserve/Old Tampa Bay Description: Constructed under the Pipeline contractor Energy Services South, this project included 9 HDDs of 12” pipe totaling approximately 18,000/2800 LF of 12” crossing Weedon Island Preserve/Old Tampa Bay. There were several environmental concerns in this project, and John Daniel was specifically involved in planning, scheduling, and steering the pilot holes on this project. The gyro was utilized on several HDDs as minimal interaction with mangroves and environmental sensitive areas was required. FLORIDA GAS Clearwater, FL Role / Overview: Project Manager, 13,000 LF of 16” (7,100 LF HDD) Description: This project included 3 drills, the longest being 7,100 LF along Highway 19 in Clearwater, FL. This drill had 16 degrees of horizontal curve through challenging soil conditions, including sand and coral. Due to the length of this HDD, an intersection was required which included two rigs, one on each end of the drill, with an intersection in the center of the drill. In addition to serving as the Project Manager, John Daniel assisted with the steering of the pilot hole for the drill intersection. KINDER MORGAN PIPELINE PROJECT Orange, TX Role / Overview: Drill Operations, 98,570 LF of 42” HDDs Description: This project, located in Orange, TX to Ville Platte, LA, consisted of over 30 horizontal directional drills. John Daniel was involved in steering the pilot hole of several crossings and assisted in the design and scheduling of required work. The longest HDD completed on this project was 5,800 LF of 42” steel pipe; the team also pulled an additional 1,500 LF of concrete coated, that was welded on the end of the product pull string. ALAN HART Chemical Mud Engineer EXPERIENCE QE Experience: 1 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Rice University Chemical Engineering 10 Hour OSHA HeartSaver First Aid and CPR PROFILE Alan Hart serves as the Chemical Mud Engineer for all of Earth View, LLC’s Horizontal Directional Drill projects. Alan uses his knowledge of drilling practices to create specialized fluids known as Bentonite (mud), a mixture of clays and mineral components, to lubricate HDD components and the drill hole. Throughout the drilling process he conducts standardized testing using a variety of methods to change the mud’s viscosity, adjust the temperature, pH balance, and chemical components. These adjustments allow for the drill rods and final product (pipe) to smoothly pass through the drill hole regardless of the type of soil conditions. PROJECT EXPERIENCE SNAKE RIVER WATER PROJECT, UNDERGROUND RESEARCH Camas Valley, OR Description: This project included a 4100 LF drill of 12” water pipe under the Snake River in Jackson Hole, Wyoming for the local power company. Ground conditions consisted of round cobble rock, causing the drill head to continually rise. A vertical drill was used to drill down across the river in the bore path and cement grout was injected to hold the rock in place to allow for drilling. HUDSON WATER PROJECT, BAROID IDP Hyde Park, NY Description: This project involved a 7,980 LF HDD underneath the Hudson River in Hyde Park, New York. The hole had to be contained to keep the brackish water out, and the acidic soil conditions consisted of swamp layers of clay with extensive amounts of iron oxides, organic material rock layers consisting of Manhattan Schist, Inwood marble, Fordham Gneiss, and bedrock. The bore was successfully completed. HANFORD GOVERNMENT PROJECT, BAROID IDP Hanford, WA Description: Working on site as a Chemical Engineer, Alan Hart assisted with the drilling under Plutonium Radioactive tanks in Hanford, WA. This was a challenging project, as the tanks were made of metal and leaked radioactive material. The soil condition was sand and the project included six crossing bores under each of the tanks. The team had to be very careful not to cross contaminate the ground by containing all drilling chemical in the boreholes. If the chemicals mixed, the ground containing the radioactive material could have turned to glass when the generators pulled electrical socks through. All site personnel had to be in Hazmat air supplied suits. NACOOCHEE ELECTRICAL COMMUNICATION PROJECT, BAROID IDP Helena, GA Description: This job included a 3,500 LF bore of three 12” pipes under Nacoochee Indian burial mounds in Helena, GA. On site the soil survey included a mix of red clay (classified as Ultisol), silt, and rock, and was composed of low to high grade metamorphic rock. The boreholes had to be maintained with a pressure tool for a maximum of 9% water loss. Fracking was not permitted under any circumstances, as fracking out would’ve contaminated the river or damaged the Indian burial ground. The job was successfully completed. MULTIPLE PROJECTS FOR SCHLUMBERGER Grand Junction, CO Description: After completing his training as a Chemical Engineer, Alan Hart worked in Grand Junction, Colorado on several oilfield drills. He then moved to Nevada where he started his career in Horizontal Directional Drilling. Alan is experience with exploratory drills both above ground and 4,000 LF deep below ground in the Barrick (hard rock mines) and has ran chemicals for 20,000 LF directional drills in both the oil and gas industries. As a chemical engineer, Alan’s role includes monitoring, testing, and documenting fluids and chemicals on all drills. JOSEPH TOWNSEND Horizontal Directional Drill Superintendent & Operator EXPERIENCE QE Experience: 3 years Industry Experience: 8 years EDUCATION/CERTIFICATIONS Butt Fusion Training large diameter MMIMcElroy #824 through 2065 Certified March 2018 Kansas Institute of Underground Technology Certified August 2016 Butt Fusion Training mid- range MMI McElroy #28 through T-500 Certified May 2016 Ditch Witch JT100 Mach1 Training Program Certified May 2016 PROFILE Joseph Townsend serves as Earth View’s Horizontal Directional Drill Superintendent and one of the directional drill operators. In addition to operating both the Ditch Witch JT100 and American Auger DD-440T rigs, he oversees multiple ongoing HDD projects at a time and represents EV in meetings with customers, engineers, and owners. Joe’s focus is ensuring all projects are completed on time and within budget, while adhering to all jobsite safety regulations. PROJECT EXPERIENCE FRIPP ISLAND US 21 WATER MAIN RELOCATION Fripp Island, SC • $2,695,294 Role: Superintendent Description: This project involved relocating the water main for Fripp Island Public Service by a Subaqueous Horizontal Directional Drill. Earth View self-performed the drill of 3,700LF of 10” Fusible PVC 110LF underneath the Harbor River. COLLIER BLVD & GOLDEN GATE CANAL 36” HDD Naples, FL • $728,970 Role: Superintendent Description: Installation of 700LF of 36” HDPE by Horizontal Directional Drill including surveying and tracking the bore using our in- house wireline system and operator. IMMOKALEE ROAD & COLLIER BOULEVARD INTERCHANGE & UTILITY UPGRADES Naples, FL • $7,750,472 Role: Directional Drill Operator Description: This project included the installation of 586LF of 30” HDPE water main by directional drill underneath the existing canal. This was part of the overall project to reconstruct the intersection including installation of a new conspan bridge. NCWRF 24” IRRIGATION WATER MAIN Naples, FL • $1,456,841 Role: Directional Drill Superintendent & Operator Description: Installation of 3200LF of 24” HDPE by directional drill for a new IQ water main to service local neighborhoods. In addition, Earth View recommended to Collier County to switch the open cut portions along N. Goodlette Frank Road to HDD for no additional cost to the customer to minimize disruption and restoration to local residents. WHITE WAY IMMOKALEE 20” PIPE BURSTING Immokalee, FL • $298,695 Role: Superintendent Description: Installation of 450LF of 20” HDPE by Pipe Bursting using the Grundoburst system from Trenchless Technologies. This technique allowed EV to split and replace the existing pipe in one step while saving time and minimizing disturbance to traffic and residents. Justin Frederiksen, P.E. Senior Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), State of Florida Mr. Frederiksen is a Senior Project Manager with over 15 years of engineering and utility management experience in the State of Florida. His engineering experience includes design analysis, permit and construction management; technical report writing, plans development, and utility management within Southwest Florida. He has worked with Collier County, Lee County, Charlotte County, DeSoto County, City of Naples, City of Cape Coral, City of Bonita Springs, City of Fort Myers, City of Punta Gorda, City of Sanibel, FDEP, and SFWMD on various projects. Mr. Frederiksen has served as Project Manager on a wide variety of Municipal Projects which required services including the preparation of master planning documents, preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. In his previous capacity as the Deputy Director for the City of Naples, Mr. Frederiksen performed rate studies, annual reports of Utility Operations, grant/loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. Relevant Projects  City of Naples Reclaimed Water System Expansion (Project Management)  City of Naples Aquifer Storage and Recovery Well System (Project Management)  City of Naples Golden Gate Canal Supplemental Water Supply (Project Management)  City of Naples Raw Water Main Replacement/Replacement (Project Management)  City of Naples Royal Harbor Fire Flow Improvements (Project Management)  City of Naples WTP Vacuum Press Replacement (Project Management)  City of Naples Wastewater Pump Station Improvements (Project Management)  City of Naples Reclaimed Water Pump Station Improvements (Project Management)  City of Bonita Springs Miscellaneous Improvements to Stormwater System, Roadways, and Canals (Design, Construction, and Project Management)  City of Cape Coral upgrades to 18 pump stations (Design, Permitting, and Construction Management).  City of Fort Myers Wastewater Force Main Transfer (Design, Hydraulic Modeling, Permitting and Construction Management).  City of Punta Gorda Modification and Refurbishment o f Reclaimed Water Holding Ponds (Design, Construction, and Project Management).  Collier County Upgrades to 5 pump stations (Design, Permitting, and Construction Management).  Collier County Addition of Emergency Power Generators to 14 Lift Stations (Design, Permitting, and Construction Management).  Collier County Barron Collier High School water system improvements (Public Relations, Design, Permitting, and Construction Management).  Collier County Naples Park Public Utility Renewal over 3 miles of water, wastewater, stormwater, and roadway improvements (Public Relations, Design, Permitting, and Construction Management).  DeSoto County Water and Wastewater System Improvements, Grant Funded (Design, Permitting, and Construction Management).  DeSoto County Improvements to WWTP Influent Screen Piping (Design, Hydraulic Modeling, Permitting, and Construction Management). R. Daniel Flynn, P.E. Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Central Florida Professional Registrations/ Affiliations  Professional Engineer (PE), Florida  FDOT Advanced MOT Certified  FDOT Intermediate MOT Certified  Treasurer, APWA Southwest Florida Branch Mr. Flynn offers over 10 years of experience working with multiple cities, multiple counties and the Florida Department of Transportation (FDOT) to produce roadway construction plans. Mr. Flynn has acquired the knowledge base for producing construction plans for multiple municipalities. He is also competent to prepare design calculations and design reports. These include pavement design, typical section packages, horizontal and vertical geometry, superelevation layout, guardrail calculations and intersection design. Mr. Flynn also has experience in permitting with the South Florida Water Management District, providing contract administrative services and preparation of bid documents. Relevant Projects Municipal Projects  3rd Avenue South Improvement Project, City of Naples CRA  White Boulevard and 23rd Street Intersection Improvement, Collier County  SR 100, from Bulldog Drive to Roberts Road, Flagler County (The addition of a pedestrian pathway on the north side of SR 100)  28th Ave Bridge over Miller Canal, Collier County  SR 500 from Eastern Ave. to C.R. 532, Osceola County (Resurfacing of SR 500)  Osceola Parkway from Buenaventura Boulevard to Boggy Creek Road, Osceola County (Widening)  Golden Gate Estates Hammerheads – Group 9, Collier County FDOT Projects  SR 228 from East of SR 200 to Bicentenial Drive, FDOT District 2 (Concrete rehabilitation and keyhole widening)  Starke Bypass segment 2, FDOT District 2 (new alignment roadway)  SR 16 from Toms Road to Kenton Morrison Road, FDOT District 2 (The addition of sidewalk on the north and south side of roadway)  SR 16 from Green Acres Road to SR 5, FDOT District 2 (Widening for keyhole slots and pavement rehabilitation) Private Projects  Pelican Landing Pavement Restoration (Pavement restoration for 13 miles of roadway within the community of Pelican Landing)  Barefoot Williams Road Widening (The design for roadway widening and the addition of a shared use path) Sally Goldman, PE Project Engineer Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education  Bachelor of Science, Civil and Environmental Engineering, Florida Gulf Coast University  Bachelor of Science, Agricultural Operations Management, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), Florida  Florida Engineering Society  2015-2016 Calusa Chapter Young Engineer of the Year A Southwest Florida native, Ms. Goldman is a Project Engineer with 3 years of engineering and development experience in the State of Florida. Her engineering experience includes design analysis, permit and construction management; technical report writing, plans development, geotechnical design, environmental studies, and utility management within Southwest Florida. She has worked with Collier County, Lee County, Charlotte County, City of Naples, Bonita Springs Utilities, various private sector clients, and the FDEP on various projects. Ms. Goldman has served as Project Manager on various Private and Municipal Projects which required services including the preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. Relevant Projects  City of Naples Wastewater Pump Station 7 Relocation (Design, Permitting, Project Management)  City of Naples Orchid Run Water Main Extension (Design, Permitting, Project Management)  Bonita Springs Utilities El Dorado Acres Water Main Extension (Design, Construction, and Project Management)  Bonita Springs Utilities Estero Lockup Gravity Sewer Extension (Design, Permitting, Project Management)  Collier County Utilities Vanderbilt Road Water Main Replacement (Inspections and Project Management)  Collier County Utilities Master Pump Station 302 Diesel Bypass (Design and Project Management)  Collier County Goodland Drive Water Main Replacement Project (Design, ACOE and FDEP Permitting, Project Management)  Collier County Pump Station 101.20 Refurbishment (Design, Co mmunity Coordination, Project Management)  Collier County Pelican March Elementary School Water Main Extension (Design, Construction, and Project Management)  Collier County Utilities Barron Collier High School Water System Improvements (Design, Permitting, Project Management)  Collier County Irrigation Reuse Meter Relocation Project  Collier County Public Utility Renewal for Stormwater, Potable Water, Gravity Sewer and Force Main in Naples Park (Design, Permitting, Construction Management)  Collier County Davis Boulevard and County Barn Road Water Main Replacement (Utility Coordination, Project Management)  Bayshore CRA Karen Drive Stormwater Improvements (Design, Permitting, Project Management)  Florida Department of Environmental Protection Rookery Bay National Estuarine Research Reserve Industrial Wastewater Permitting and Exemption  Arby’s Port Charlotte (Design and Permitting)  Summerlin Crossings Drycleaning Solvent Cleanup Program (Design, Testing, Site Mangement, FDEP Coordination)  Several private geotechnical investigations and deep foundation monitoring in Lee, Charlotte, and Collier County. Alexander Dunko, E.I. Project Engineer Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, Florida Atlantic University Professional Registrations/ Affiliations  Engineering Intern #1100018919, State of Florida  Envision Sustainability Professional #11798 Mr. Dunko has over 4 years of experience working with multiple municipalities in South Florida and has been involved with various water, wastewater, and site development projects. Mr. Dunko has completed project cost estimates, site civil engineering including design of civil site plans, prepared project technical specifications, technical memoranda, wastewater pump station design, sanitary sewer design, and pressurized water and sewer force main design, and State and County permitting documentation. Mr. Dunko has also served as a Civil Engineering Site Inspector (CEI) for multiple projects including the construction of an Aquifer Storage and Recover (ASR) well and public utility water and sewer replacement projects. Relevant Projects Municipal Projects  City of Naples ASR #3 Construction Inspection.  Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 312.25 Rehabilitation.  Collier County Public Utilities Pump Station 302.09 Relocation  Collier County Master Pump Station 104.00 Conceptual Site Planning.  Collier County Public Utilities Master Pump Station 313.00 Conceptual Site Planning.  Collier County Public Utilities Master Pump Stations 104.00, 312.00 and Pump Stations 147.00, 151.00, 104.05 Asset Data Collection.  Collier County Public Utilities Master Pump Station 321.00 Bypass Connection.  Collier County Public Utilities Heritage Bay Master Pump Station Design.  Collier County Public Utilities Evaluation of Potable Water Service to the Northeast Service Area.  Collier County Public Utilities MPS 302.00 Conceptual Site Expansion and Easement Coordination.  Collier County Public Utilities Pelican Bay WRF Feasibility Study.  Collier County Public Utilities SCWRF Reclaim Water Tank Storage Evaluation.  Collier County Public Utilities NCWRF North Train Condition Assessment.  City of Naples Cove Stormwater Pump Station Outfall Improvements and Water Quality Project.  City of Naples Naples Beach Restoration and Water Quality Improvements  Collier County Public Utilities CEI Services for Immokalee Road/CR 951 24- inch & 16-inch Force mains.  Collier County Public Utilities Immokalee Road Chloramine Booster Station CEI.  Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 302.09 Services During Construction.  Collier County Public Utilities Warren Street Public Utility Improvements.  Collier County Public Utilities Wildflower Way Public Utility Improvements.  Collier County & City of Naples West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater-Sewer Improvements.  Collier County Public Utilities Pump Station 101.07 Relocation  Collier County Public Utilities Pump Station 101.06 Relocation Donald L. Saintenoy III, PSM Survey Project Manager Education  Bachelor of Science, Geomatics College of Engineering at the University of Florida Gainesville, FL. P.S.M. #6761 Professional Registrations/ Affiliations  Member of the Lee/Collier FSMS Chapter  Professional Surveyor and Mapper, Florida Mr. Saintenoy has a degree in surveying from the University of Florida and is a licensed Professional Surveyor and Mapper in Florida. In addition he has over twelve (12) years of survey experience with the past six (6) years as Director of Surveying at GradyMinor. His expertise runs across the discipline and includes directing survey field crews on data collection for design surveys, boundary and construction surveys. He manages survey technicians in the reduction of raw data, boundary calculations and production of survey drawings, point identification maps, right-of-way maps and record drawings. Donald performs services for the Public and Private sectors. Public sector projects have been completed for Collier County Public Utilities, Transportation, the Airport Authority, Stormwater, EMS, Parks & Recreation and Coastal Zone Management. Recent work performed for our Public Sector Clients have included the creation of legal sketches and descriptions, boundary surveys, existing condition surveys, and construction as-builts surveys. Example Project List PUBLIC SECTOR:  93th & 94th Avenue – Existing condition survey for 2 miles of water main replacement.  Barron Collier High School – Existing conditions survey and legal sketch and description creation for water system improvements.  Pelican March Elementary School - Existing conditions survey, SFWMD canal cross sections, and legal sketch and description creation for water system improvements.  23rd Street/Golden Gate Canal - Bridge Design Survey  White Boulevard, 23rd Street and 28th Avenue – Legal Descriptions and sketches for right-of-way and easements.  Golden Gate Estates – Drainage Structure Mapping  Bayshore/Davis Blvd. – Design survey for stormwater improvements  Naples Park – Water main upgrade design survey  Immokalee Regional Airport – Boundary survey  Naples Zoo – Goodlette Road improvements design survey PRIVATE SECTOR:  Fiddler’s Creek – Plats, design surveys, boundary surveys, construction stake-out, record surveys  Pelican Bay – High-rise parcel surveys, construction stake-out, condominium exhibits  Marbella Lakes – Livingston Road improvements design survey  Manchester Square - Livingston Road improvements design survey Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects -8- Rick Featherstone Manager, Chief Inspector Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education HS Graduate, 2 years college. Registration/Certification Certified General Contractor. CGCO40351 2014 FL DEP Stormwater Erosion Inspector Certification HAZWOPER Certified HAZWOPER Supervisor Mr. Featherstone is a Manager with more than 34 years of experience in civil construction, road building, underground utility and storm drainages systems. Rick has a clear understanding of construction practices and requirements from state and local agencies that have jurisdiction over the work. Rick’s skills include the ability to interpret, understand and apply the requirements shown in construction documents (drawings, technical specifications, applicable standards, etc.) and be able to identify, both verbally and in writing, any deviations to the project team. Mr. Featherstone supervises our team of inspectors who develop and distribute detailed daily construction progress reports; and has been working as a direct liaison with Clients, Contractors, and Residents. Mr. Featherstone’s abilities include:  Monitoring & record summary data of the Contractor's work efforts  Report deviations from the approved design and or regulatory requirements  Report quantity and time for completing payable tasks on the Construction Project  Review and recommendation of contractor's monthly draws  Monitor safety of construction efforts.  Monitor & report quality of work being performed by the Contractor.  Responsible for performing highly complex technical assignments, construction layout, making progress payments, checking engineering computations, inspecting construction work. Mr. Featherstone has provided expert construction inspection on the following projects: Water and Sewer Replacement. Field Inspector: Naples Park 97th Ave N 700 Block. Water and Sewer Replacement. Hammerhead Turn a rounds for Waste Management Trucks. Field Inspector, Collier County Hammerhead Group 8C & 8D Commercial Retail Development Project Manager, Cameron Commons, Naples, FL Beacon Drive Restoration. Project Manager, Charlotte County Florida Forest Lakes Drive Phase I Project Manager: Collier County Forest Lakes MSTU 02 Certified Minority Business Enterprise QE’s Community Connection The QE + Grady Minor team is committed to supporting Minority Business Enterprises (MBE). As a long- standing member of the Collier County workforce, QE understands the benefit to working with other local businesses. in 2018 alone, QE subcontracted over 2 million dollars to MBE’s and DBE’s. Currently, the following MBE’s (as certified by the State of Florida Department of Supplier Diversity) are partnered with the QE + Grady Minor team: Louis Gaudio, Construction Project Manager, will lead all MBE coordination to ensure maximum participation. ADHERE TO COMPLIANCE QE + Grady Minor strive to maximize MBE participation and will offer additional opportunities for partnership should the opportunity arise. Utilizing targeted outreach, the QE + Grady Minor team will facilitate MBE and Equal Employment Opportunities (EEO) in compliance with federal and state regulations. Compliance will be documented by QE’s Project Administrator / EEO Officer who will carefully monitor and record all solicitations and contract awards for EEO compliance and payments. KATE’S ENVIRO FENCING, INC A locally based contractor, Kate’s Enviro Fencing, Inc. will oversee the installation of Erosion Control Devises including silt fences, hay bales and turbidity curtains. GULFSHORE TRUCKING, LLC A customer service oriented company, Gulfshore Trucking will provide commercial aggregate hauling services for this design- build project. CELLA MOLNAR & ASSOCIATES, INC A certified MBE and DBE, Cella Molnar & Associates, Inc. will oversee all public outreach, involvement, and information for this design-build project. UNLIMITED TURF, LLC Located in Okeechobee, FL, Unlimited Turf, LLC will facilitate sod installation for this design- build project. Having completed a variety of projects with QE in the past, the company is familiar with the county’s environmental conditions. CERTIFIED MINORITY BUSINESS ENTERPRISE 31 03 Past Performances QE + GRADY MINOR HAS EXPERIENCE IN THE LOCAL AREA Quality Enterprises USA, Inc. has assembled a local and experienced team of professionals to work together on the new 24-inch Force Main project. QE + Grady Minor recognizes the benefit of working with local partners and the team’s expertise and strong relationships with stakeholders, permitting agencies, material suppliers, and property owners will result in a high quality and efficient project. QE has successfully completed hundreds of Force Main projects. The list on the following page demonstrates larger Force Main jobs we have performed and some larger, more complicated Water Main jobs that were performed using HDPE and longer directional drills. It is our intention to show past performance of jobs similar to the new 24-inch Force Main project and also jobs that were more complex than the new 24-inch Force Main Project. Why QE + Grady Minor • LOCAL EXPERIENCE • STRONG RELATIONSHIP WITH THE COUNTY • KNOWLEDGEABLE IN DESIGN-BUILD PROJECTS • DEDICATED TO UTILIZING LOCAL RESOURCES AND BUSINESSES (MBE’S) • THOROUGH UNDERSTANDING OF SWFL ENVIRONMENTAL CONDITIONS • IN-HOUSE DIRECTIONAL DRILLING CAPABILITIES BY EARTH VIEW, LLC • CLOSE PROXIMITY TO JOB SITE (8 MILES) • SKILLED PERSONNEL TO SEE PROJECT THROUGH COMPLETION • TRAINED STAFF TO ENSURE PROPER PERMITTING, COMPLIANCE & SAFETY • PARTNERED ON SEVERAL PROJECTS IN THE PAST • ALL PROJECTS COMPLETED ON TIME, WITHIN BUDGET, AND AT HIGH LEVELS OF QUALITY PAST PERFORMANCES 33 PAST EXPERIENCE PROJECT DETAILS FIRMS INVOLVED VALUEPROJECT NAME LOCATION OWNER COMPLETED DESCRIPTION QE EV GM BA Reconstruction of South & North Collier Boulevard Immokalee Road & Collier Boulevard Interchange & Utility Improvements Livingston Road Force Main Marco Shores Alternate Water & Sewer Project Twin Eagles Pump Station and Force Main Upgrades Hilton Head Airport Runway 21 and Runway 3 Extension for Commercial Traffic Venice Downtown Corridor Improvements Collier Blvd & Golden Gate Canal 36” HDD Water Main Crossing Goodland Drive Water Main Replacement Fripp Island US 21 Water Main Relocation Imperial Golf Course Blvd Water Main Replacement Vanderbilt Drive Water Main Replacement Marco Island, FL Naples, FL Naples, FL Marco Island, FL Naples, FL Hilton Head Island, SC Venice, FL Naples, FL Goodland, FL Fripp Island, FL Naples, FL Naples, FL City of Marco Island Mike Daniel Collier County Matt Thomas Collier County Craig Pajer City of Marco Island Justin Martin Collier County Corinne Trtan Beaufort County Jon Rembold City of Venice Kathleen Weeden Collier County Pam Libby Collier County Ben Bullert Fripp Island Public Service District Angie Hughes Collier County Ben Bullert Collier County Diana Dueri 06/08 12/17 05/15 09/19 06/19 06/19 06/19 06/19 11/17 01/19 09/18 05/16 Project included 3.7 miles of Force Main installation, other utilities, lift station rehabilitation, etc. Utility sizes varied from 4” to 24” and totalled over 60000 LF. Complete reconstruction of the intersection, including Force Main installation, a new conspan bridge, earthwork, realignment of a canal, and other utility installation such as 586LF of 30” HDPE water main by HDD, asphalt milling and paving, etc. Installation of 1800 LF of 24” Force Main as a triple run crossing, and 500 LF of 24” Force Main by HDD under Golden Gate Blvd. along Livingston Road. Installation of 3.5 miles of Force Main (2400 LF of 20” HDPE was subaqueous) and other utilties including 2300 LF of 16” HDPE subaqeous water main using HDD and open cut for a total of 23000+ LF of pipe. Project included 6500 LF of 14” HDPE Force Main installation using open cut excavation and 800 LF of 14” Force Main using HDD. Hilton Head Airport runway / taxiway expansion to accommodate commercial jet traffic. Extensive earthwork and utility work, including relocation of an exisiting Force Main by open cut and HDD. Extensice improvements to the downtown tourist area for the city of Venice, including installation of new utilites, sewer mains, roadways, sidewalks, landscaping, etc. Horizontal Directional Drill of 700LF of 36” HDPE water main. Directionally drilled 3300LF of 10” HDD and 630LF of 12” HDD. In addition, QE open cut 1070 LF to replace a water main. Installation of 3700LF of 10” Fusible PVC by directional drill, 80LF underneath the Harbor River. Installation of 7000LF of 12” HDPE water main pipe by open cut and HDD. Replaced 3000LF of 14” HDPE water main by HDD. $24,873,224 $7,750,472 $560,962 $8,142,136 $1,002,203 $25,827,389 $9,203,128 $728,970 $1,051,412 $2,695,294 $1,124,529 $419,355 34 PAST PERFORMANCES 35 LOCATION City of Marco Island, FL OWNER City of Marco Island Contact: Mike Daniel MDaniel@cityofmarcoisland.com ENGINEER Kimley Horn and Associates START DATE April 2005 COMPLETION DATE June 2008 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Paul Moriarty, QE CONTRACT VALUE $24,873,224.00 PROJECT DESCRIPTION This project involved the complete reconstruction of one of Marco Island’s heaviest traveled roadway’s, including 3.7 miles of Force Main installation, other utilities and storm piping, lift station rehabilitation, new seawall outfalls, curbs and sidewalks, roadway construction and paving, landscaping and irrigation. Utilities varied in size from 4” to 24” pipe, totaling over 60,000 LF of pipe. Maintenance of Traffic was a key factor in the performance of this project due to the heavy traffic and large amount of businesses located along the route. QE self-performed 90% of the project and received a $200,000 early completion bonus. All work was completed on time, within budget, and at high levels of quality. 35 PAST PERFORMANCES Reconstruction of South & North Collier Boulevard QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 36 LOCATION Collier County, FL OWNER Collier County Contact: Matt Thomas MatthewThomas@colliergov.net ENGINEER CH2M Contact: Bill Gramer | Bill.Gramer@CH2M.com START DATE January 2016 COMPLETION DATE December 2017 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $7,750,472.00 PROJECT DESCRIPTION This project involved the complete reconstruction of the Immokalee Road / Collier Boulevard intersection including installation of a Force Main and other utilities including 600LF of 30” HDPE and 365 LF of 8” HDPE by directional drill for a new water main. A new conspan bridge was also required, along with earthwork, realignment of a canal, and other asphalt/ paving work. Brierley Associates provided as-built information for the 30” water main installation. The project was located in a very high-volume traffic area where MOT was critical and required close coordination with Collier County Utilities as well as SFWMD to divert a major canal along Immokalee Road. The Project was completed with no accidents or safety issues on time, within budget, and at high levels of quality. 36 PAST PERFORMANCES Immokalee Road & Collier Boulevard Intersection & utility improvements QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY ASSOCIATES 37 LOCATION Naples, FL OWNER Collier County Contact: Craig Pajer Craig.Pajer@colliercountyfl.gov ENGINEER Johnson Engineering Contact: Jared Brown START DATE January 2015 COMPLETION DATE May 2015 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Paul Moriarty, QE HDD Subcontractor: ABT CONTRACT VALUE $560,962.00 PROJECT DESCRIPTION This project involved the installation of 1,800 LF of 24” HDPE Force Main as a triple run crossing Livingston Road, south of Golden Gate Boulevard, and 500 LF of 24” HDPE by Horizontal Directional Drill crossing under Golden Gate Boulevard along Livingston Road. Over 600 CY cubic yards of flowable fill were used to cover the triple crossing and roadway restorations. QE self-performed 70% of the work and the project was completed on time, within budget, and at high levels of quality. 37 PAST PERFORMANCES livingston road force main QUALITY ENTERPRISES USA, INC. 38 LOCATION Marco Island, FL OWNER City of Marco Island Contact: Justin Martin JMartin@cityofmarcoisland.com ENGINEER AECOM Contact: Dawn Jackiela START DATE September 2018 ANTICIPATED COMPLETION DATE September 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $8,142,136.34 PROJECT DESCRIPTION A current collaboration between Quality Enterprises USA, Inc. and Earth View, LLC, this project involves the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill in sizes ranging from 12” to 20” in Marco Island, FL. More specifically, the project includes 3.5 miles of Force Main installation with 2,400 LF of 20” HDPE Subaqueous Force Main drilled and installation of over 2,300 LF of 16” HDPE Subaqueous Water Main. The project also included the installation of a new Master Pump station with back up generation, complete demolition of an existing water treatment plant, and roadway restoration. To date, QE has self -performed 90% of the work and anticipates completing the job at the same percentage. The project is set to be completed on time, within budget and at high levels of quality. 38 PAST PERFORMANCES marco shores alternate water & sewer project QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY ASSOCIATES 39 LOCATION City of Naples, FL OWNER Collier County Contact: Corinne Trtan Corinne.Trtan@colliercountyfl.gov ENGINEER Johnson Engineering START DATE August 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Grregory Haas, QE Superintendent: Christopher Speros, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $1,002,203.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. and Earth View, LLC recently completed Pump Station and Force Main Upgrades at Twin Eagles in Naples, FL. The project included 6,500 LF of 14” HDPE Force Main using open cut excavation and 800 LF of 14” HDPE Force Main using Horizontal Directional Drill. Rehabilitation of the existing pump station and wet well included installation of new pumps and appurtenances. QE self-performed 90% of the work and the project was completed on time, within budget, and at high levels of quality. 39 PAST PERFORMANCES twin eagles pump station & force main upgrades QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 40 LOCATION Hilton Head Island, SC OWNER Town of Hilton Head Island Contact: Jon Rembold jrembold@bcgov.net ENGINEER Talbert Bright & Ellington, Inc. START DATE January 2016 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Steve Jones, QE Superintendent: Wesley Shipp, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $25,827,389.97 PROJECT DESCRIPTION Quality Enteprises USA, Inc, and Earth View, LLC recently completed a project at the Hilton Head Island Airport that included taxiway replacement and runway extension to accomadate for commercial jet traffic. Extensive earthwork and utility work was required, including the relocation of an existing Force Main by open cut and directional drilling. The project was completed on time, within budget and at high levels of quality. 40 PAST PERFORMANCES hilton head airport runway 21 & runway 3 extension QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 41 LOCATION City of Venice, FL OWNER City of Venice Contact: Kathleen Weeden kweeden@venice.gov ENGINEER CDM Smith START DATE July 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Mitch Tourino, QE SUE: Earth View, LLC CONTRACT VALUE $9,203,128.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. and Earth View, LLC just recently completed a project in Venice, FL that included extensive improvements to the downtown tourist area. After most of the underground utilites were replaced, including sewer mains, QE installed new roadway, sidewalks, landscaping, etc. QE self- performed 80% of the work and the project was completed on time, within budget and at high levels of quality. 41 PAST PERFORMANCES venice downtown corridor improvements QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC 42 LOCATION Collier County, FL OWNER Collier County Contact: Pam Libby Pamela.libby@colliercountyfl.gov ENGINEER Johnson Engineering START DATE August 2018 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Christopher Speros, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $728,970.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc., Earth View, LLC, and Brierley Associates recently teamed on the Collier Boulard 36” HDD project that involved installation of over 700 LF of 36” HDPE Water Main by Horizontal Directional Drill through heavy rock under the Golden Gate Canal in Naples, FL. The project involved connection into existing mains and required close coordination with the South Water plant. QE self-performed 90% of the work and the project was completed on time, withing budget, and at high levels of quality. 42 PAST PERFORMANCES collier boulevard & golden gate canal 36” hdd water main crossing QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | BRIERLEY SSOCIATES, P.A. 43 LOCATION Collier County, FL OWNER Collier County Contact: Ben Bullert Benjamin.Bullert@colliercountyfl.gov ENGINEER Grady Minor START DATE May 2017 COMPLETION DATE November 2017 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $1,051,412.50 PROJECT DESCRIPTION This project involved the installation of nearly 4,000 LF of 10” and 12” HDPE water main piping by Horizontal Directional Drill. Grady Minor performed the design, permitting, public relations, bidding and construction administration. This project was located within an environmentally sensitive area. Goodland drive has a platted 100’ ROW but is heavily restricted by encroaching mangroves resulting in approximately 40-50’ of useable ROW, hence the need for Earth View’s HDD services. The new water main was designed with 3,300 feet of 12” directional drilled water main piping and 1,000 feet of open cut water main to facilitate construction along Goodland Drive without affecting the mangroves, existing utilities, or vehicular access along Goodland Drive. The project was completed on time, within budget, and at high levels of quality. DRILL SPECIFICS 617 LF of 12” HDPE | 1100 LF of 10” HDPE 815 LF OF 10” HDPE | 1055 LF of 10”HDPE 43 PAST PERFORMANCES Goodland Drive Water main Replacement QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC | Q. GRADY MINOR & ASSOCIATES 44 LOCATION Fripp Island, SC OWNER Fripp Island Public Service District Contact: Angie Hughes angiehuges@fipsd.org ENGINEER Johnson, Mirmiran & Thompson, Inc. Contact: Joe Wang START DATE August 2018 COMPLETION DATE January 2019 KEY PERSONNEL Project Manager: Steve Jones, QE Superintendent: Wesley Shipp, QE HDD Subcontractor: Earth View, LLC CONTRACT VALUE $2,695,294.00 PROJECT DESCRIPTION A collaborative effort between Quality Enterprises USA, Inc. and Earth View, LLC this project involved the installation of approximately 3,700 LF of 10” Fusible PVC by Horizontal Directional Drill to service Hunting Island and Fripp Island, SC. This drill was a subaqueous drill 80 feet deep under the Harbor River on Fripp Island. Several road crossings and tie-ins were also involved as well as restoration work. The island was able to maintain water service without interruption during bridge construction. The entry and exits pits of the drill were located adjacent to existing wetland areas which involved a detailed plan for drilling and handling mud extraction and spoils from the excavations. The project was successfully completed with no environmental issues on time, within budget and at high levels of quality. 44 PAST PERFORMANCES fripp island us-21 water main relocation QUALITY ENTERPRISES USA, INC | EARTH VIEW, LLC Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name: MICHAEL DANIEL (Evaluator completing reference questionnaire) Company: CITY OF MARCO ISLAND (Evaluator’s Company completing reference) Email: mdaniel@cityofmarcoisland.com FAX: n/a Telephone: 239.825.9554 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you w ere very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it bl ank and the item or form will be scored “0.” Project Description: Reconstruction of Collier Blvd, South and North. Roadway and Utilities Completion Date: June 2008 Project Budget: $ 24,873,224.00 Project Number of Days: 973 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 eo-f"er County� Adminis1rative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name oflndividuals Requesting Reference Information) Name: hJ..\/Q-n.4 tlou...�YJ Company: CiTI( � N� (Evaluator tompleting reference questionnaire) (Evaluator's Company completing reference) Telephone: z�. t-t? 4 ::J-13 J Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Project Description: Central Ave Roadway and Utilities Completion Date: October 2016 Including open cut and directional drills Project Budget: $ 4,502,433.00 Project Number of Days: 360 Item Citeria 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule ( complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Score 10 10 10 10 IO lo I 0 lO Io 10 I D1l Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name:Andy Holland, P.E. (Evaluator completing reference questionnaire) Company:City of Naples (Evaluator’s Company completing reference) Email: aholland@naplesgov.com FAX: Telephone: 239-290-4121 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: Basin III Stormwater Improvements Completion Date: April 2012 Project Budget: $ 1,150,735.00 Project Number of Days: 210 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name:Denis Ozowara Jr., P.E. (Evaluator completing reference questionnaire) Company:Johnson, Mirmiran & Thompson (Evaluator’s Company completing reference) Email: dozowara@jmt.com FAX: Telephone: 757-552-1061 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: 3700 LF Subaquaous Drill of a 10” Water Line Installation Completion Date: January 25, 2019 Project Budget: $2,900,000 Project Number of Days: 180 Calendar Days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Reference Questionnaire Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Q. Grady Minor and Associates, P.A. (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Diana Dueri, PMP (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email: Dianadueri@colliergov.net FAX: Telephone: (239) 252-4218 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: 107th and 110th Ave PUR Completion Date: June 2018 Project Budget: $547,322 Project Number of Days: _730______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Co�er County� Administrative Services Department Procurement Services Division Reference Questionnaire (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Allyson Holland, P.E. Company: City of Naples (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: amholland@naplesgov.com FAX: (239) 213-4799 Telephone: (239) 213-4713 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the finn/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." (Please note, references from Collier County staff will not be accept ed.) Project Description: Orchid Run WM Extension Project Budget: $39,890.00 Completion Date: September 30, 2016 Project Number of Days: 180 days Item Citeria 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Score \0 \0 \0 \0 \0 \0 10 10 \D '10 1 e,O Solicitation: Design Build Immokalee Road, Logan Boulevard and Vanderbilt Beach Road New 24-inch Force Main Project, RPS No. 19-7605 Reference Questionnaire for: Q.Grady Minor and Associates, P.A. 04 Location Location, Location, Location QE’s Corporate Office and Equipment Yard are located 8 miles from the project site. The corporate office can be the central meeting place between the QE + Grady Minor team and Collier County staff, easily followed by job site visits if requested. The QE+ Grady Minor team is the local, trusted, and reputable choice. With a keen understanding of local conditions, this partnership provides the needed expertise and experience required for a successful project. The design-build team has carefully selected key personnel to participate in this project, as we understand the need for sound and involved leadership. In addition to the Construction Superintendent who will monitor and control day-to-day project activities, the Construction Project Manager commits to daily site visits for added guidance and direction. With the job site being close to QE’s office and equipment yard, materials can be easily and readily available for mobilization, which will significantly lower costs. Our team knows Collier County and Collier County know us – QE + Grady Minor live and work in the area and want only the best for the community. This is a benefit that cannot be bought. A map has been provided above to show the distance between the new 24-Inch Force Main project and the QE + Grady Minor team. 46 CORPORATE OFFICE LOCATION Quality Enterprises, USA, Inc. Approximately 0.5 miles from proposed project location 3494 Shearwater Street Naples, FL 34117 239.435.7200 qualityenterprisesusa.com CIVIL ENGINEERING LOCATION Q. Grady Minor & Associates, P.A. Approximately 22 miles from proposed project location 3800 Via Del Rey Bonita Springs, Florida 34134 Phone: 239.947.1144 Fax: 239.947.0375 gradyminor.com Approximately 8 miles from the project site Approximately 10 miles from the project site 05 Recent, Current, and Projected Workloads 48 With both QE and Grady Minor’s staff located near the project, presence on site or at a meeting will be immediate. If input/ approval is required by the owner, unresolved issues will be forwarded to Collier County’s Project Manager in the form of an RFI. QE’s Construction Project Manager will then follow up with a phone call to confirm receipt of the RFI and will be available for questions. Collier County’s Project Manager will be informed of all issues and their resolutions, regardless of whether an RFI is sent or not, and responses to resolutions and RFI’s will be documented and become part of the final As- Builts provided to the County. The QE+ Grady Minor team will develop and maintain a construction quality control plan in accordance with Section 105 of FDOT Standard Specifications. The sampling, testing and reporting of materials used will be in compliance with the Sampling, Testing and Reporting Guide (STRG). If additional engineering services are needed, QE will contact Grady Minor for a quick resolution. All issues should be attempted to be resolved in the field without involvement from outside sources. If an issue is unable to be resolved in the field, the matter will be escalated to the QE Construction Project Manager. 02 0301 Method of Ensuring Responsiveness Frequent and effective communication will be critical during all phases of the new 24-Inch Force Main Project. Communication needs include: • Internal coordination between the Design-Build team members. • External coordination between the Design-Build team and their affected parties. The QE+ Grady Minor team has successfully worked for Collier County and are respected for their provision of superior services. The team has developed a strong working relationship that will result in a smooth and seamless design-build project. Louis Gaudio, QE’s Construction Project Manager, will serve as the single point of contact and will coordinate with Grady Minor’s design/quality control staff, various subcontractors, governmental and permitting agencies. Collier County can be confident in QE+ Grady Minor’s response time, as: • The Design-Build team offices are locally based, with QE’s 8 miles from the job site. • QE’s Construction Manager lives and works locally. • Coordination meetings will be conducted and schedules will be updated on a weekly basis. • The County will be provided a 24-hour number for immediate access. TROUBLESHOOTING, PROBLEM SOLVING TECHNIQUES & RFI’S The QE/ Grady Minor team will mitigate and resolve any issues immediately. The following Escalation Approach to Problem Solving is in accordance with RPS requirements: QE’s Preparation for the Job: Quality Enterprises USA, Inc. is prepared for the new 24-inch Force Main project. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that QE + Grady Minor is the right choice for this job. QE has experienced significant growth over the past few years, increasing in total number of pieces of equipment owned, personnel employed, and number of jobs completed. The company has come to find that as their resources increase, so does their number of successfully completed jobs. It is because of this that QE will continue to invest in the newest equipment for enhanced job performance. Since its founding, Quality Enterprises USA, Inc. has been cautious about over exerting their materials and personnel, leading to the completion of ALL jobs on time, within budget, and at high levels of quality. It is important for Collier County to know that QE’s interest in this job stems from their ability to successfully complete the project, adhering to all assigned deadlines. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and premiere management and support staff to ensure that this project is performed, to the highest standards. WORKLOAD & AVAILABILITY QE + Grady Minor’s projected workload aligns with the new 24-inch Force Main Schedule. The team commits to providing the required services, mobilizing resources in response to the established timeline, and to being readily available and accessible during all phases of the project. Collier County has seen QE’s work ethic firsthand and can rest assured that the same high quality work that has come to characterize the company will be performed on this design-build project. QE + Grady Minor is the trusted choice and will not disappoint. The following graphs demonstrate QE’s growth from 2016 – Present: RECENT, CURRENT, AND PROJECTED WORKLOADS Number of Employees 190 209 240 New Equipment + Vehicles Purchased $2,579,732 $3,156,383 $15,327,185 Number of Jobs 85 167 194 2016 2017 2018 -Present 49 QE’S TECHNOLOGY | A STEP ABOVE THE REST Technology plays an integral role in QE’s operations. From investing in high-tech components used in our heavy equipment to managing job sites from an iPad, QE prioritizes the use of cutting-edge technology to assist with daily activities. As a result, QE’s job performance is faster and smarter, yet completed with accuracy and great attention to detail. Technology in Heavy Equipment Contractors can easily overlook one of the most vital aspects of well-run jobsite - the need to invest in top of the line, state of the art heavy construction equipment. Construction Equipment is costly; however, this investment leads to greater employee and customer satisfaction, a fact that QE has come to realize firsthand. There is no denying that QE’s well- maintained equipment fleet stands out from the rest, as the company commits to choosing machines, options, and features needed to create and maintain a state-of-the-art equipment fleet. QE machines are fully equipped with site positioning systems for machine grading and 3D technology. QE has also invested in Trimble sitework technology, a site modeling program that leads to savings in material usage and manpower and improves accuracy from the ability to perform “as-built checks” or changes on the fly. Trimble technology allows QE to achieve millimeter accuracy with fewer passes and no manual staking, and 3D site models yield detailed progress and material movement reports. Technology in Heavy Equipment Within QE’s advanced equipment fleet is the Caterpillar NEXT Generation Excavator with built in CAT grade and slope technology. This machine was further upgraded to utilize a Trimble Total Station, ensuring the highest level of accuracy on projects like roadways or airport grading and paving and provides images when satellites (GPS) are not available due to overhead obstruction. Many of QE’s machines (CAT dozers, excavators and pavers) are GPS enabled. The integrated GPS receivers communicate with the base site station and can control blade or bucket movement. Additionally, all of QE’s mid to large excavators are equipped with the Cat Pin Grabber Coupler system. This upgraded feature increases machine performance, versatility, and helps to ensure jobsite safety. By removing the bucket and using the coupler’s rated lifting eye to move needed items, the operators can increase the machine’s lift capacity and improve visibility. OUR TECHNOLOGY 50 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION 11323 HYDRAULIC EXCAVATOR STANDARD 2D E-FENCE TECHNOLOGY The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fi nes related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. PROTECTION IN ALL DIRECTIONS E-WALL SWING E-WALL CEILING E-WALL FLOORE-WALL FORWARD E-WALL CAB PROTECTION PROTECTION INall directions Technology’s Role in Project Management Further, QE utilizes the industry-leading construction ERP solution, Vista by Viewpoint, to manage all areas of the business. From the Office to the Field, this multi-faceted cloud-based construction accounting suite is used throughout all phases of a project. For example, Project Managers and Superintendents can easily review AP invoices, request Purchase Orders, complete daily reports and job billing information in the field from the Viewpoint iPad application. This allows for real-time collaboration between the accounting and operations teams. Additionally, the software is used to capture labor time and production units, and helps facilitate safety training and weekly safety toolbox talks. An added benefit, the Viewpoint Team portal will allow the customer, engineer, and contractor to track and collaborate on submittals and RFIs throughout the new 24-Inch Force Main project, as the web-based application will provide all parties with the current status of each document. QE also utilizes Viewpoint Field Management, an application that allows for the Superintendents to not only submit equipment maintenance work orders, but to also request additional heavy equipment and vehicles from their iPad and/or iPhone directly to the jobsite. When the equipment arrives, the Superintendent confirms delivery on the application to update the Dispatch board. QE’s dispatcher also verifies the location of all equipment using the GPS units tracked in HCSS Telematics. This direct line of communication between the office and field reduces the need for Superintendents and crews to continually visit the office, thus allowing the project to be completed on time, within budget and at the high levels of quality that have come to characterize QE. OUR TECHNOLOGY 51 OFFICE TEAM FIELD RECENT, CURRENT, AND PROJECTED WORKLOADS 52 NAME FIRM ROLE COMMITMENT TO COUNTY’S PROJECT PRECONSTRUCTION CONSTRUCTION Louis J. Gaudio Harlan Sawyer Paul J. Moriarty Margarita Negron Isa Carreras Justin Frederiksen Daniel Flynn Sally Goldman Alex Dunko Donald Saintenoy Rick Featherstone John Daniel Joseph Townsend Alan Hart Brian Dorwart Nicholas Strater Construction Project Manager Estimator Superintendent Manager of Health and Safety Project Administrator/ EEO Compliance Officer Design Build Project Manager DOT Coordinator Project Engineer Project Engineer Survey Project Manager Quality Assurance/ Quality Control Directional Drill Project Manager Directional Drill Superintendent/ Operator Chemical Engineer Senior Consultant Senior Geologist QE QE QE QE QE Grady Minor Grady Minor Grady Minor Grady Minor Grady Minor Grady Minor Earth View Earth View Earth View Brierley Brierley 65% 100% 30% 30% 20% 80% 80% 80% 80% 30% 40% 30% 30% 30% 65% 65% 100% 40% 100% 80% 80% 80% 50% 50% 50% 60% 70% 80% 100% 100% 70% 50% all key personnel will be 100% available and fully committed. The QE+ Grady Minor Team prioritizes the new 24-Inch Force Main Project. While we have a variety of projects in various states of completion, ample resouces will be made available to ensure project success. Below you will find the percentage of availabilty for Key Personnel during both the Preconstruction and Construction phases of the project. CURRENT & PROJECTED WORKLOADS OF THE FIRM PROJECT DETAILS FIRMS INVOLVED VALUEPROJECT NAME LOCATION OWNER STATUS COMPLETIONDATE DESCRIPTION QE EV GM BA NCWRF 24” IQ Water Main Twin Eagles PS and Force Main Upgrades Reclaimed Water Interconnect Bluebill Avenue Forcemain Installation MPS 308 Force Main Improvements Marco Shores Water & Sewer West Goodlette Frank Road Joint Stormwater Sewer Project 95th Avenue North - Naples Park Public Utilites Renewal 108th Avenue North - Naples Park Public Utilities Renewal 109th Avenue North - Naples Park Public Utilities Renewal Naples, FL Naples, FL Naples, FL Naples, FL Naples, FL Marco Island, FL Naples, FL Naples, FL Naples, FL Naples, FL Collier County Peter Schaltz Collier County Craig Pajer City of Naples Allyson Holland Collier County Craig Pajer Collier County Michael Stevens City of Marco Island Justin Martin Collier County Robert Wiley 239-252-2322 Collier County Diana Dueri 239-252-4218 Collier County Diana Dueri 239-252-4218 Collier County Diana Dueri 239-252-4218 Installation of new water and stormwater infrastruction and sanitary sewer system for a neighborhood currently using septic tanks. Replacement of the water, sewer, and stormwwater infrastructure along 95th Avenue North in Naples Park. Replacement of the water, sewer, and stormwater infrastructure along 108th Avenue North in Naples Park. Replacement of the water, sewer, and stormwater infrastructure along 109th Avenue North in Naples Park. Ongoing Ongoing Upcoming Upcoming 11/20 10/19 04/21 05/22 90% 98% 75% 0% 10% 50% 7/19 7/19 7/19 10/19 11/19 12/19 3200 LF of 24” HDPE by directional drill for a new IQ water main to service local neighborhoods. Open cut and directionally drilled 6500 LF of 14” HDPE, associated valves, and tie-ins. Complete rehabilitation of existing lift station. Installation of 2500 LF of 20” HDPE by HDD, tie- ins to existing lines and installation of electrical service for mechanically operated valve. Installed 900 LF of 16” HDPE by subaqueous horizontal directional drill. Installation of 20” HDPE by open cut and HDD. Installation of a 16” force main and 20” water main including two 2400 LF subaqueous drills 80LF underneath the Marco River. Construction of a new master pump station and demolition of existing wastewater treatment plant. Restoration of all roadways. $1,456,841 $1,022,003 $965,365 $365,690 $2,058,121 $9,142,136 $13,353,480 $5,443,920 $5,500 $5,500,000 53 RECENT, CURRENT, AND PROJECTED WORKLOADS 06 Required Forms Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF PROFESSIONAL ENGINEERSTHE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESQ. GRADY MINOR AND ASSOCIATES, P.A.Do not alter this document in any form.3800 VIA DEL REYLICENSE NUMBER: CA5151EXPIRATION DATE: FEBRUARY 28, 2021This is your license. It is unlawful for anyone other than the licensee to use this document.BONITA SPRINGS FL 339230000Always verify licenses online at MyFloridaLicense.com